REFERENCE NUMBER: N65236-10-R-0075
This notice is posted as notification of the government's intent to issue
solicitation N65236-10-R-0075 as a sole source commercial item contract
pursuant to FAR 13.5 to L-3 Communications Applied Signal and Image
Technology, Inc. 613 Global Way, Linthicum Heights, MD 21090. This
procurement covers tactical Direction Finding (DF) systems. The concept is a
system that shall passively determine a line of bearing (LOB) to a radio
frequency (RF) energy source in the 20 MHz to 3 GHz range. Supplier shall be
able to provide sound design concepts for the DF capability including the
following requirements. The DF system will be used in man-portable and
mobile operations. The product must be in production as a Commercial Off-
The-Shelf (COTS) item.
DF System:
1. The system shall withstand operating temperatures from 0C to
+50C.
2. As an objective, the DF system shall operate over a temperature
range of -10 degrees to 55 degrees C.
3. The system shall withstand non-operating temperatures from -40C
to +60C.
4. The system shall withstand non-condensing humidity from 5 % to
95%.
5. The system shall operate from sea level to 15,000 feet.
6. The system shall operate with shocks to 2.5g, 11ms, sine.
7. The system shall withstand non-operating shocks to 10g, 11ms,
sine.
8. The system shall withstand operating vibrations up to 2 grms, 5-
500 Hz random.
9. The DF system shall support a DC power from a range of 10 40
volts.
10. The DF system shall provide RMS accuracy not exceeding 10 for a
1 second duration signal at any one frequency.
11. The DF system shall achieve specified accuracy when the field
strength is 10V/m or greater.
12. The system shall be resistant to externally generated radio
frequency interference (RFI) IAW with MIL-STD 461E, tests CE102, CE106,
CS101, CS103, CS114, CS115, CS116, RE102, and RS103.
13. The direction finding system shall be reconfigurable to minimize
angle error over a preferred frequency range
14. The direction finding system shall have a profile that is concealable
or can be camouflaged.
15. The DF system weight shall not exceed 20 lbs, exclusive of
mounting apparatus, masts or power source.
16. The DF system power requirement shall not exceed 20 watts when
fully operational.
17. The DF system shall support configuration and data acquisition with
a laptop computer via a TCP/IP connection.
18. The DF system shall support configuration and data acquisition via
a RS-232 and/or USB interface.
19. The DF system shall be able to initiate a DF measurement within
100 ms from an external tip-off.
20. The DF system shall provide listen through capability
simultaneously with DF measurements.
21. The DF system shall include an electronic compass for orientation
calibration.
22. The DF system shall include GPS location capability and time
synchronization.
23. The DF system shall support Differential Global Positioning System
(DGPS) location capability.
Antenna:
24. Energy sensing device weight shall not exceed 17 pounds.
25. Antenna size shall not exceed 22.0 inches in diameter and 12
inches in height.
26. The antenna size shall not exceed 5 cu ft in a cylindrical volume
Receiver:
27. The DF receiver subsystem shall support a scan rate of at least 40
channels per second.
28. As an objective, the DF receiver subsystem shall support a search
rate of at least 1 GHz per second.
29. The DF receiver subsystem shall support CW, SSB, FM and AM
signal types
30. The DF receiver subsystem shall be capable of hosting alternative
signal types with the primary focus on simple signals and an objective to
include digital modulated signals.
31. The DF receiver subsystem shall support bandwidths of 0.5, 3, 6,
15, 50, 200 kHz
32. As an objective, the DF receiver subsystem shall support a
bandwidth of 1 MHz.
33. The DF subsystem shall support a signal dynamic range of 75 dB or
more.
Processor:
34. The DF processor subsystem shall be able to integrate separate
measurements, up to at least 30, for enhanced accuracy.
35. The DF subsystem shall provide internal storage for 100 lines-of-
bearings or more with time stamps.
36. The DF subsystem measurements shall be formatted to support
geolocation with measurement from additional DF subsystems.
37. The DF subsystem shall provide Built-in-Test (BIT) to the card or
interface level.
A firm fixed price contract is anticipated. The proposed contract contains a
period of performance of 14 weeks. The North American Industry Classification
System (NAICS) code is 334511 and the small business size standard is 750
employees.
This notice of intent is not a request for competitive proposals and no
solicitation is available at this time. Interested parties must respond in
writing
with sufficient information to establish capability to fulfill the requirement
within
five (5) calendar days of this publication. Verbal responses are not acceptable
and will not be considered. A determination by the government not to compete
this action based on responses received is solely within the discretion of the
government. Responses should be submitted via email to Erica Smoak at
[email protected].
Bid Protests Not Available