Federal Bid

Last Updated on 13 Feb 2013 at 10 AM
Combined Synopsis/Solicitation
Location Unknown

Satellite Link Emulator

Solicitation ID F1T0CY2325AG01
Posted Date 18 Jan 2013 at 5 PM
Archive Date 13 Feb 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Eglin (Legacy)
Agency Department Of Defense
Location United states
The AFTC Installation Contracting Division, Eglin AFB, Florida intends to solicit and award a firm-fixed price contract for a commercially available Satellite Link Emulator / Channel Simulator that is expandable, allowing the system to cover a wide range of channel counts, functions, and frequencies. This is a combined synopsis/solicitation for commercial items prepared in accordance with the Federal Acquisition Regulation (FAR), through FAC 2005-62, 20 December 2012, Subpart 12.6 and Subpart 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This solicitation is issued as a Request for Quotation (RFQ), the announcement number is F1T0CY2325AG01. The North American Industry Classification System (NAICS) code for this acquisition is 517410 with a small business size standard of $15,000,000.00. Please identify your business size in your response based upon this standard. This will be evaluated on a lowest price technically acceptable basis.

Requirement -

1) Satellite link emulator / channel simulator that is expandable, allowing the system to cover a wide range of channel counts, functions, and frequencies. 2) Two channel simulator cards, where each channel simulator card is configured to emulate a single communication path, for example, an uplink or a downlink. A single channel simulator card can also be used to simulate both uplink and downlink through bent-pipe transponders. 3) Local control is required through the use of the included GUI or simulation files. Static control of the channel simulator can be accomplished through the GUI. SIM files are utilized for real-time recreation of signals between transmitters and receivers in motion. SIM files are created in standard Comma Separated Value (CSV) format, and can be based on range, frequency, and time information, or can be built with time, Doppler, delay, attenuation, and noise values directly. 4) Programmatic control facilitated over an Ethernet connection utilizing a control protocol for Eglin AFB, Florida. Technical Specifications for the Satellite Link Emulator/Channel Simulator are as follows:
- (4) RF interface (2 Uplink, 2 Downlink)
- Bandwidth (3 db): 40 MHz
- Intermediate Frequency 70 MHz (RF up/downconverters: Convert signals between their native frequencies and the IF used within the Channel Simulator.)
- Delay
-- Range 3us-2.5s
-- Resolution 28 ps
-- Rate 976.5 us/s
-- Velocity 292.7 km/s
- Carrier Doppler
-- Range +/-20 MHz
-- Resolution 0.03 Hz
-- Rate 1.0 MHz/μs
- Signal Doppler
-- Range +/- 19.5 kHz
- Attenuation
-- Range 0-60 dB
-- Resolution 0.001 dB
-- Rate 40 dB/ms
- AWGN
-- Range -168-102 dBm/Hz
-- Resolution 0.5 dB
-- Rate (typical) 0.04 dB/μs
- ADC 12 bits
- DAC 16 bits
- RF Frequency Coverage
-- RF Band Ch Sim Input Range L/S-Band 900-2450 MHz
-- RF Band Ch Sim Output Range L/S-Band 900-2450 MHz
For contractual questions, contact Kristin Sapelak by e-mail only [email protected].
The following provisions and clauses are incorporated in this notice.

• FAR 52.204-7, System for Award Management Registration;
• FAR 52.212-1, Instructions to Offerors -¬¬ Commercial Items;
• FAR 52.212-2, Evaluation -Commercial Items. Evaluation will be based on the following factors: price and technical (capability of item offered to meet the government's needs);
• FAR 52.212-3, Offerors Representations and Certifications - Commercial Items, Alternate I (Effective January 1, 2005, in accordance with FAC 2001-26, offerors are required to provide representations and certifications electronically via the SAM website http://www.sam.gov);
• FAR 52.212-4, Contract Terms and Conditions - Commercial Items;
• FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, incorporating the following:
• 52.204.10 Reporting Executive Compensation and First-Tier Subcontract Awards;
• 52.209-6 Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment;
• 52.219-28, Post-Award Small Business Program Representation;
• 52.222-3, Convict Labor;
• 52.222-19, Child Labor - Cooperation With Authorities and Remedies;
• 52.222-21, Prohibition of Segregated Facilities;
• 52.222-26, Equal Opportunity;
• 52.222-35, Equal Opportunity for Special Disabled, Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;
• 52.222-36, Affirmative Action for Workers With Disabilities;
• 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans;
• 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving;
• 52.225-13, Restrictions on Certain Foreign Purchases;
• 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration;
• FAR 52.233-1, Disputes
• 52.233-2, Service of Protest, which reads as follows: (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from AFTC/PZIOAB, ATTN: Contracting Officer, 308 West D Ave, Rm 130, Eglin AFB FL 32542. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. (End of provision);
• 52.233-3, Protest After Award
• 52.233-4, Applicable Law for Breach of Contract Claim
• 52.247-34, F.O.B Destination;
• 52.252-2, Clauses Incorporated By Reference (Feb 98), which reads as follows: This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil (End of Clause);
• DFARS 252.203-7002, Requirement to Inform Employees of Whistleblower Rights.
• DFARS 252.204-7003 Control of Government Personnel Work Product
• DFARS 252.211-7003, Item Identification and Valuation
• DFARS 252.212-7001, Contract terms and conditions required to Implement Statutes or Executive Orders applicable to Defense acquisitions of Commercial Items, incorporating the following:
• 252.225-7001- Buy American Act and Balance of Payments Program;
• 252.232-7003, Electronic Submission of Payment Requests;
• 252.247-7023, Transportation of Supplies by Sea;
• DFARS 252.225-7002, Qualifying Country Sources as Subcontractors
• DFARS 252.232-7010, Levies on Contract Payments
• AFFARS 5352.201-9101, Ombudsman
• H-850, Local Clause for WAWF

To view the provisions and clauses in full text, visit the web site http://farsite.hill.af.mil .

Vendors must be registered in System for Award Management (www.sam.gov) before award can be made. All responses must be received no later than 5:00 P.M., Central Standard Time on 29 January 2013. The quote is at the discretion of the offeror. Send all packages via email to Kristin Sapelak at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 31 Dec 2012 at 4 PM
Keyport Washington 16 Jun 2014 at 4 PM
San antonio Texas 25 Mar 2014 at 3 PM
Location Unknown 03 Dec 2013 at 2 PM
Force Pennsylvania 11 Aug 2014 at 4 PM

Similar Opportunities

Quantico Virginia 31 Dec 2025 at 5 AM (estimated)
Fort lee Virginia 25 Oct 2026 at 4 AM (estimated)
Columbus Ohio 14 Jul 2025 at 4 AM
Irvine California 30 Dec 2030 at 8 PM
Irvine California 30 Dec 2030 at 8 PM