Sources Sought for a quantity of 1 (one) RF Fader
(1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitati... (1) Action Code : SOURCES SOUGHT This is a Sources Sought Notice only. This is not a request for proposal, but a survey to locate potential sources. This Sources Sought does not constitute an Invitation for Bids, Request for Proposals, or a Request for Quotations, and is not to be construed as a commitment by the Government to issue an order or otherwise pay for the information solicited, nor is it a guarantee of a forthcoming solicitation or contract. It is for market research purposes only. Respondents will not be notified of the results of the evaluation. The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of various members of industry, to include the Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (HUB-Zone), Service-Disabled Veteran-Owned Small Business (SDVOSB), Women-Owned Small Business (WOSB), and Economically Disadvantaged Women-Owned Small Business (EDWOSB). The Government must ensure there is adequate competition among the potential pool of responsible contractors. Small business, Section 8(a), HUBZone, SDVOSB, WOSB, & EDWOSB businesses are highly encouraged to participate. (2) Date : 26 March 2019 (3) Classification Code : 66 (4) NAICS Code: 334516 (5) NAICS Size Standard: 1,000 employees (6) Contracting Office Address: 2800 Powder Mill Road Bldg. 601 Adelphi, Maryland 20783 (7) Subject: Sources Sought for a quantity of 1 (one) RF Fader (8) Proposed Solicitation Number: W911QX-19-Q-0100 (9) Sources Sought Closing Response Date: 02 April 2019 (10) Contact Point: Swati Jain, Contract Specialist, swati.jain2.civ@mail.mil (301) 394-0045 (11) A. Objective: To find sources that are qualified to meet the supplies/services as listed in section 11B. Note that the specific requirements in section C are subject to change prior to the release of any solicitation. B. Requirements: The contractor shall provide an RF Fader that meets the following characteristics: 1. Capability to generate beam and null steered signals. Hardware phase resolution shall be 0.1 degrees or better, software resolution of 0.05 degrees or better. 2. Capability, for beam steered signals, to analyze angle of arrival, angle spreads, and cross-polarization gains. 3. Software providing ability to incorporate antenna array 3D gain patterns and propagation characteristics including azimuth and elevation arrival/departure angles for line-of-sight (LOS) and non-LOS components, as well as angle spread and cross polarization gains. 4. API (application programmer interface) permitting direct access to fader data for pre-/post-processing, including GPS routes of coordinates, latitude/longitude, or Cartesian in absolute distances. 5. Capability for channel bandwidth of 160 MHz or greater. 6. Ability to internally combine channels to increase channel bandwidth. 7. Ability to operate up to 6 GHz 8. Ability to directly load channel sounding data into fader. 9. A minimum of 16 physical RF ports. 10. All ports shall be usable as either input or output. 11. Fading algorithm shall be deterministically impulse response based so that simulations can be replayed exactly. 12. Ability to incorporate situationally changing antenna effects during simulation due to changing temporal and spatial simulated conditions. 13. Ability to import and export channel impulse response. 14. API that is Standardized Commands for Programmable Instruments (SCPI)-like, for example straightforward commands and replies that are network socket-based. 15. Upgrade capability for 16 or more local oscillators. 16. Upgrade capability for up to 64 or more nodes. 17. Ability to run, for learning, associated software without fader attached. C. Responses: All interested parties should notify this office in e-mail within the posted date. Responses shall include: (I) To what extent each of the specifications can be met. (II) Include your type of business (i.e. commercial, academia), whether your organization is classified as a large or small business based on the 1,000 Employees standard that accompanies NAICS code 334516. If a small business, you must also list any small disadvantaged status you hold [HUBZone, 8(a), Service Disabled Veteran Owned Small Business (SDVOSB), Women Owned Small Business (WOSB), Economically Disadvantaged Women-Owned Small Business (EDWOSB), etc.]. (III) Past experience/ performance through the description of completed projects. (12) Responses to this sources sought are due no later than 3:00PM eastern standard time 02 April 2019. Submissions should be emailed to Swati Jain at swati.jain2.civ@mail.mil, cc Daniel Han at daniel.s.han.ctr@mail.mil. Questions concerning this sources sought may be directed to Swati Jain swati.jain2.civ@mail.mil (301) 394-0045 and Daniel Han at daniel.s.han.ctr@mail.mil (301) 394-2630. Please be advised that .zip and .exe files cannot be accepted. (13) Place of Contract Performance: TBD (14) Estimated Delivery Timeframe or Period of Performance: 30 Days After Contract Award.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »