Florida Bids > Bid Detail

Best Source Selector

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159296404250424
Posted Date: Apr 25, 2023
Due Date: Apr 27, 2023
Solicitation No: FA481923SS001
Source: https://sam.gov/opp/8deee0d956...
Follow
Best Source Selector
Active
Contract Opportunity
Notice ID
FA481923SS001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
ACC
Office
FA4819 325 CONS PKP
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Updated Published Date: Apr 25, 2023 01:19 pm CDT
  • Original Published Date: Apr 21, 2023 02:41 pm CDT
  • Updated Response Date: Apr 27, 2023 02:30 pm CDT
  • Original Response Date: Apr 27, 2023 02:30 pm CDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Tyndall AFB , FL 32403
    USA
Description View Changes

25 Apr 23 - The purpose of this amendment is to attach questions and answers.



The purpose of this amendment is to correct the date in the description below from 28 Apr 2023 to 27 April 2023.



****



The 325th Contracting Squadron is publicizing this SOURCES SOUGHT NOTICE in order to gather industry information and seek information from any firms that have an interest or capability to provide a Best Source Selector system or equivalent and accessories for Tyndall AFB, FL.



Attached to this Source Selection: Best Source Selector SOO 2023



If you aren't interested or do not have a product with all the requirements, please offer an explanation as to why, whether it is because of one part of the requirement or because you don't offer the product. If it is due to part of the requirement, please offer a thorough explanation.



No solicitation is being issued at this time. This is not a Request for Proposal (RFP) or Invitation for Bid (IFB), and shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result. The Air Force will not be responsible for any costs incurred by interested parties in responding to this notice.





This RFI consists of furnishing all labor, tools, equipment and supplies necessary to install the complete Best Source Selector and its components. See other salient characteristics listed below:



- Able to perform auto correlation / diversity combining of data streams

- Attain a performance gain of a least 5 dB

- Process encrypted and decrypted data streams

- Handle 16 independent input channels & up to 6 group outputs

- Have data/clock inputs/outputs as well as Ethernet data inputs/outputs

- Have 16 de-encapsulated data/clock outputs

- Utilize independent Ethernet control & Ethernet data ports

- Support IRIG-218-2010 & 2020 TMoIP

- Handle bit rates up to 40 Mbps simultaneously on all inputs and 880Mbps on the chassis

- Must auto-correlate input streams

- Support version 1 and 2 GDP encapsulated data inputs

- Utilize multiple data quality sources from 3rd-party vendors that meet RCC DQM/DQE (IRIG-106 Standard)

- Best source criteria must include bit-by-bit/majority vote/weighted MV, frame pattern analysis, and multi mode support including CRC modes all in the same group

- Allow down-stream devices to receive the highest quality data while downstream frame synchronizers maintain lock

- Able to seamlessly output stream switching on bit boundaries

- Controlled remotely via Ethernet

-Must not contain any hard drives and must be an FPGA solution

-Use a virtual interface control software package that is compatible with existing GDP TRMSĀ­RMS (Telemetry Range Management System) Software that supports mission based data routing through multiple BSS boxes & Gateways with detailed post mission report generation and extensive logging capability

- Visually display via LEDs real-time correlation, bit sync lock and best source for all 16 input channels & 6 group outputs

-Include input data de-randomizer/output data randomizer

-system must also allow for TMoIP signals and TTL signals to be processed in the same best sourcing group to obtain the best possible output from multiple source types



Please indicate if you have the capability to provide this item, if you have a GSA schedule and if you are a small business. Note: not having a GSA contract or being a small business is not a disqualification. Vendors must be registered in System for Award Management (SAM) prior to an award being made.



All interested and qualified firms to respond to this sources sought notice with the following information: Company name, address, CAGE code, GSA Schedule (if any), phone, fax, email and website if applicable. This information must be emailed to the attention of SrA Montgomery at frances.montgomery@us.af.mil by 27 April 2023 at 2:00 P.M. CST.


Attachments/Links
Contact Information
Contracting Office Address
  • BLDG 36235 CP 850-283-8643 105 MISSISSIPPI RD
  • TYNDALL AFB , FL 32403-5521
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >