GENERAL: The minimum requirements of the replacement system include:
● 4 IF inputs at 57.5491MHz with SMA connectors: COHO, Radiated Burst Pulse Sample, Horizontal IF, and Vertical IF
● Digital Matched Filtering from 100KHz to 700KHz
● Minimum 93dB Dynamic Range with 600KHz matched filter bandwidth
● Input power of at least =23dBm shall not cause damage
●Shall not use Automatic Gain Control
● Data acquisition minimum 16 bit 100MHz
● Phase locking to burst pulse
● Access to I/Q data for archiving
● Access to raw I/Q data for maintenance and scientific investigation
● Execute NEXRAD Volume Control Patterns (VCP's)
● Support calibrations between VCP's and the ability for the NWS to design and insert calibrations
● Output 8 triggers with <50nsec timing accuracy. Must handle arbitrary trigger sequences and Pulse Rate Intervals to support Staggered PRT's and NEXRAD's Batch Mode.
● 7 bits Phase control to support phase encoding
● Support at least 2 pulse widths
● 3 bits tied to PRF/PRI for Pulse Regulation of the Post Charge Regulator
● Signal Processing to produce NEXRAD moments (Reflectivity, Velocity, and Spectrum Width) and Dual Polarization variables (Differential Reflectivity, Correlation Coefficient, and PHI) with accuracy to NEXRAD specifications
● Clutter filtering capability to meet NEXRAD specifications (the system currently uses SIGMET's GMAP clutter filter)
● Ability for the government to insert custom signal processing code such as:
○Clutter Mitigation Decision (CMD)
○Point Clutter Filtering
○SZ-2 Phase Encoding
○NEXRAD Split Cuts
○Sector Blanking
○Clutter Maps
● Digital pedestal servo control; support 14 bit encoders and output voltage to control azimuth and elevation
● Input data and output commands to and from sensors, power supplies, switches, Automatic Transfer Switch, and other electronic devices either directly, using RS232, or via TCP/IP. Should be able to decode arbitrary data formats and handle at least 300 signals.
RESPONSES: Responses to this RFI must include a brief discussion of vendor qualifications and technical capability. In addition, responses must indicate business size and state they have the ability to meet the First Article delivery schedule of August 2014.
This RFI does not constitute an invitation for bids, request for proposal, or request for quote and there is no related solicitation posted. Accordingly, respondents will not be reimbursed for any expenses incurred in providing a response.
Responses to this RFI should be sent to the attention of Sue Bratton, Contract Specialist (Affiliate) via email to [email protected].