QSX Part # Configuration Description
V Variable Rate
M Tri-Band 1435.5 - 1534.5 MHz, 1750.0-1855.0 MHz, 2200.5-2394.5 MHz, with 0.5 MHz tuning steps
M Dual-mode clock and data interface: software selectable between TTL (terminated 10K ohms to ground), and RS-422 (terminated 120 ohms differential)
D Dual-mode serial control interface, software selectable between RS-232 or RS-422, 57,600 baud rate
1 ARTM Tier 0 Modulation (PCM/FM), 0.05-14 Mbps
1 ARTM Tier I Modulation ((SOQPSK-TG), 1-28 Mbps
1 ARTM Tier II Modulation (Multi-h PCM), 1-28 Mbps
0 No Legacy Modulations (BPSK, QPSK, OQPSK)
20 20 Watts RF Output (+43 dBm minimum)
15 Pin Out Configuration
14AC Package Dimension 2.5" X 3.5" X 1.612" with a primary connector (Male MDM-21), secondary connector (Male MDM-15), top hat connector (Male MDM-37), power connector (amphenol PT02H-8-40) with pin outs IAW Tables 2-5, and a RF output connector (SMA Female)
DP Dual Power Option, only active in parallel mode
VP Variable Power Option (32 settings, up to 24 dB of attenuation) only active in serial mode
CF Clock-Free Baseband Interface Option
HR High Bit Rate Option (23 Mbps PCM/FM, 46 Mbps SOQPSK, 46 Mbps Multi-h CPM)
LR Low Bit Rate Option (25 Kbps PCM/FM, 50 Kbps SOQPSK and ARTM CPM)
LD LDPC Forward Error Correction Encoding
PF Parallel Frequency Select Option
PM Parallel Mode Select Option
AC Automatic Carrier Output Option
AI Auxiliary Input (auxiliary input which allows in the input to be Filtered PCM (FPCM))
SQ Admiral Pin RF master off
PS16 16 Hardware Controlled Pre-Sets
These transmitters will be used on several different VX-23 F18 Test & Evaluation Aircraft and therefore must be configurable to those project usages. The procured transmitters will also be used as spares and added to existing inventory already being utilized in other Test & Evaluation (T&E) aircraft, and must be identical in form/fit/function to these existing units.
Interested parties may identify their interest and capability to respond to the requirement which shall be considered by the agency. Technical capability will be determined solely on the content and merit of the information submitted in response to this synopsis. Therefore, it is incumbent on the interested party to provide sufficient technical literature, or other documentation, in order for the Government to make an adequate technical assessment. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. To be eligible for contract award or payment by any Department of Defense activity, offerors must be registered in the System for Award Management (SAM) database, see http://www.sam.gov. The Government will not pay for any information received. All capabilities statements shall be submitted via email [email protected]. Responses must be received by 4:00 PM Eastern Daylight Time, June 24, 2014 and will be considered by the Government solely for the purposes to determine whether to initiate a competitive procurement. For information regarding this synopsis contact Ken Turing via email.
Place of Contract Performance: Patuxent River, Maryland.