Federal Bid

Last Updated on 09 May 2012 at 8 AM
Sources Sought
Wright patterson air force base Ohio

analog to digital conveter and digita to analog converter, both on PCI cards

Solicitation ID F4FBBJ2046A001
Posted Date 13 Apr 2012 at 7 PM
Archive Date 09 May 2012 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Not Specified
Agency Department Of Defense
Location Wright patterson air force base Ohio United states 45433
SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation)
The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing provide an analog to digital converter (ADC) on a PCI card and a digital to analog converter (DAC) also on a PCI card. These items will be used for signal generation and signal acquisition with the L-Band radar system, and shall be compatible with GAGE software development kit (SDK) or include an SDK meeting the specifications listed for SDK below. Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including recent commercial companies sold to should be included to determine commerciality.
The required specifications for the ADC, DAC and SDK:

Analog to Digital Converter (ADC):
• 16 bits of resolution
• 200 Megasamples per second
• Memory for storage of 1 Gigasamples
• 4 Simultaneous Channels at full sampling rate specified above.
• PCI/PCI express interface to host computer
• Input impedance of 50ohms +/- 2%
• Non-differential input
• Fully Compatible with GAGE's SDK or include an SDK meeting the specification for the SDK below
• 105MHZ of Instantaneous Analog Bandwidth
• SMA Connectors
• Triggered Acquisition Mode
• Ability to quickly load acquired waveform into DAC with minimal or no PC interaction via PCI bus.
• Total Harmonic Distortion of -80dB or less
• Data dumping of 3.0 gigabytes per second or greater.
• 4 input voltage levels from 100 milivolts to 5 volts
• 2.7 nanosecond rise time
• External Clock input, Disciplined internal clock
As Far as signal distortion/ acquisition characteristics:
For 10MHz Signal
• Signal to Noise Ratio: 68dB at 100mV 50 Ohm
• Total Harmonic Distortion: -75dB at 100mV 50 Ohm
• Signal to Noise and Distortion Ratio: 65dB at 100mv 50 ohm
• Effective Number of Bits: 11
• Spurious Free Dynamic Range: 80 dB at 100mv 50 ohm
For 70MHz signal
• Signal to Noise Ratio: 55dB at 100mV 50 Ohm
• Total Harmonic Distortion: 60dB at 100mV 50 Ohm
• Signal to Noise and Distortion Ratio: 30dB at 100mv 50 ohm
• Effective Number of Bits: 8
• Spurious Free Dynamic Range: 60 dB at 100mv 50 ohm
• Less than 300 picosecond Channel to Channel Skew


Digital to Analog Converter (DAC):
• 12 bits of resolution
• 300 Megasamples per second
• Memory for storage of 16 Megasamples
• 4 Channels of simultaneous analog output.
• PCI/PCI Express interface to host computer
• Output Impedance of 50ohms
• Non-differential output
• Fully Compatible with GAGE's SDK or include an SDK meeting the specification for the SDK below
• 100MHZ of Instantaneous Analog Bandwidth
• SMA Connectors
• Triggered Generation Mode
• Seamless transition from last buffered sample to first.
• Automatic rearming of trigger without software intervention.
• External or Software Triggering
• Ability to quickly load acquired waveform from ADC with minimal or no PC interaction via PCI bus.
• 30dB of onboard attenuation controllable in 1/2 dB increments.
• Rise Time: 2.5 nanoseconds, typical
• Fall Time: 2.5 nanoseconds, typical
• External Clock input, Disciplined internal clock
• Marker output


For the SDK (if required)
• If the system is fully compatible with GAGE's SDK, an SDK is not required, otherwise:
• Software Development Kit (SDK) must provide bindings for the following Languages/Environments: Microsoft .Net, National Instruments Labview, Mathworks MATLAB
• Full Feature support of Card, adjusting voltage ranges, sampling rates, input impedance, etc.

All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion.
Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 335999. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort.

Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.).
CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: [email protected] in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Emmeline Spaulding, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 4:00 p.m. Eastern Standard Time, 24 April, 2012. Direct all questions concerning this acquisition to Emmeline Spaulding at [email protected].

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Sep 2002 at 5 AM
Tobyhanna Pennsylvania 20 Apr 2016 at 3 AM
Ridgecrest California 11 Mar 2015 at 4 PM
Location Unknown 17 Sep 2007 at 4 AM
Location Unknown 31 Aug 2007 at 4 AM