Key Features - Receiver
• Four input diversity Receiver
• DVB-T bandwidths down to 1.25MHz
• Good performance in hostile RF environments
• Excellent adjacent channel and spurious signal rejection
Key Features -IP Decoder
• Integrated Audio & video monitoring
• HDMI, composite, and HD/SDI video outputs
• Fully IP compatible with RTSP streaming video, ancillary data and remote control
• SD/HD MPEG2 decoding for compatibility with existing legacy airborne transmitters
• SD/HD h.264 Baseline & Main Profile, 4:2:0 with Low Latencv s 4 frames
• Wide range of video formats to 1080p/30
• Compatible with BCRYPT AES 128 and 256
Minimum Salient Charateristics:
Main Antenna Section
Antenna gain (Single Tier) Antenna effective gain: 15dBi
(Four Tiers) Antenna: 21dBi (3dB diversity gain per doubling)
polarization : Vertical
Antenna beam width: Vertical 30 deg. Horizontal 18 deg. ± 3dB
Up Look Antenna Section
Antenna gain (Each antenna): 2dBic, Zenith, 3dBic, ± 45deg.
Antenna polarization: Circular, two CW and two CCW.
Antenna beam width: 160 degrees
Power
POE supply: 75 watt IEEE 802.3af standard. Four pair.
POE cable length: 300 ft with good quality shielded Cat 5E. TracPod
Consumption: power 45 watts, includes DIV21P receiver and fans.
External DC power: 11-28 VDC.
Aux DC out with external power: 12DC @20WAITS max.
Ethernet
Connection type: 10/100 Ethernet
Server type: RFC2326, with up to 4 endpoints. RTP/UDP (RFC3550) source
Data type: ISO 13818-1 (MPEG-2) Transport Stream over IP (SMPTE 2022-1/2, including COP-3 FEC).
Physical Characteristics
Dimensions: 30" (760mm)H x 12.75"(324) Diameter
Weight: 351bs (Does not include mounting adaptors)
Temperature
Operating: -10 to +50•C
Storage: -50 to +90 C
DIVERSITY RECEIVER MODULE TECHNICAL SPECIFICATIONS:
RFSECTION:
Frequency Range:
Dual Band 1755-2400Mhz
Triple Band 1755-5000Mhz
X Band 8100-8500Mhz
RF/IF Frequency stability: ± 2.5ppm
Tuning step size: 100/125/250 kHz,
RF Input impedance: 50 Ohms, < 1.5 :1 VSWR
Maximum Input power Input in band: -10dBm, Regrowth >30dbc
Maximum Non destructive Signal input +17dBm.
IF Bandwidth 5MHz, 6MHz, 7MHz, 8MHz
Optional 1.25 &2.5MHz
IF Linearity 1M3: >50 dB over entire input signal range
Threshold: -92 dBm @ 8MHz, QPSK, ~FEC, 1/32
Demodulation Decoder Section:
COFDM: EN300-744 DVB-T
Constellation: QPSK, 16QAM, 64QAM
Code Rate: ~, 2/3, , 5/6, 7/8
Guard Interval: 1/32, 1/16, 1/8, X
Deencryption: AES 128/256
Spectrum Inversion: Automatic detection
BER >10-8 input level>-90dBm QPSK 8 MHz
2. Video Decoder IP Box
Manufacturer: Janteq
Part Number: JDiv2IP-Dec-Con
Quantity: 1
Minimum Salient Charateristics:
MPEG-2 VIDEO Decoder Section
Compression Standard: ISO 13818-2 MPEG-2
Profiles: MP@HL, 422P@ML, MP@H14L
GOP Support: I, IP, IPB.
System Latency: <120ms ( with a Janteq transmitter)
H.264 /MPEG-4 AVC Video Decoding
Compression Standard: ISO/IEC14496-10, Base, Main Profile
VIDEO FORMAT STANDARDS
1080i (1920/1440 x 1080) @25,29.97 & 30Hz 1080i (1920 x 1080) @ 23.98Hz, 24Hz
720p (1280 x 720) @ 23.98Hz, 24Hz, 25Hz, 50Hz, 59.98Hz, 60Hz 480p (1280 x 480) @ 59.94Hz
576p (720 x 576) @ 50Hz
480i (720 x 480/512) @29.97Hz 576i (720 x 576/608) @ 25Hz
VIDEO OUTPUTS SECTION
Video Output Formats: 2 BNC 75R output A & B, can select from list below
Analog Video Output:
Analog Composite: 75 Ohms lVp-p NTSC/PAL 525/625Lines
Frequency Response: 0.5 dB (10 Hz to 5MHz)
Digital Video Output:
Digital Video Output Signals: HD-SDI,
Digital Video Signal-to-Noise: SD-SDI >65 dB
Composite Output Level: 75 Ohms lVp-p, NTSC/PAL
HD/SD- SDI Output: SMPTE 292/ 259M (1.5Gb/s - 270Mb/s)
Test Pattern Generator: Internal SD/HD SMPTE test bar generator
DBV-ASI Signal: per SMPTE 299
OUTPUT A
Composite video
ASlout*
OUTPUT B
SDI
Composite Video
ASlout
* When the decoder is set to decode an ASI stream, BNC A becomes an input.
AUDIO SECTION
Audio Output: 1 stereo pair, AAC and Linear Audio.
Decoding Scheme: MPEG-l Layer 1 & Layer ISO 13818-3
Audio Bit Rate: 128kbit/sec - 384kbit/sec
Sample Rate: 48kHz
Frequency Response: 20Hz - 20kHz: +/- ldB
Audio THD: 0.1 (@ 1kHz +8dBm)
Signal/Noise: > 68dB (@ 1 KHz, +8dBm)
Gain: gain adjust, +/- 6dB in ldB increments
Max line output level: +18dBm
Output impedance: Analog line: 1.5K Ohm, unbalanced
Tone Generator: Internal 400Hz/1KHz tone generator
Embedded Audio: SMPTE 272M, SMPTE 299M two pairs.
POWER
DC Input Range: 10 to 28 Volts DC
Protection: Under voltage and reverse polarity
Input Power: 11 Watts Max.
USER DATA CHANNEL
RS 232 OUTPUT: Transparent data pipe up to 1 M bit/s
REMOTE CONTROL
The Remote Control can be accessed through three different rear panel connectors. The DB9, USB -B or the Ethernet RJ45 connector.
CONTROL PANEL
Display: Hi Res.2 inch Color TFT for confidence video, spectrum display or status
Indication: Power, Demodulator Lock, Decoder Lock, Encryption Lock
Presets: One hundred user defined presets.
Menu: Sensor wheel encoder with Escape, Enter and a short cut button for Presets, Interactive User/Administrative menu tree allowing control of Presets
PHYSICAL CHARACTERISTICS
Dimensions: 6" (153mm)L x 6.75"(l72)W x 1.6"(41)H
Weight: 2.251bs
Temperature
Operating: -10 to +60•C
Storage: -50 to +90 C
Relative Humidity: 5 to 95 non-condensing
Shipping Instructions: Shipping under this requirement shall be FOB destination. Items to be delivered to Quantico, VA.
This is a sole-source announcement for brand name items listed herein under the authority of FAR 6.302-1(c), all responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
Responses shall be submitted via electronic submission to Larry Gillman at [email protected]. The due date for responses to this RFQ is on or before March 26, 2015 at 11:00 AM Easter Time. Responses must be marked as follows: "RFQ# FY15-PR-0018824." All questions regarding this requirement must be submitted to Larry Gillman via email. Quotes shall include a point of contact (including phone number, fax number and email address), contractor DUN's number and TIN number. ALL QUOTES MUST BE VALID FOR 30 DAYS.
Terms and Conditions: This RFQ incorporates the provisions and clauses that are in effect through Federal Acquisition Regulation Circular 05-74. The provision at FAR Clause 52.212-1, Instructions to Offerors (April 2014) and addendum are incorporated into this solicitation. Addendum to 52.212-1, Modify: (b) Submission of offer(s) is to read as follows: "Submit offers electronically to [email protected]." Provision 52.212-2, Evaluation - Commercial Items (Jan 1999) is incorporated by reference. This requirement will be awarded to the low price technically acceptable (LPTA) offeror. Provision 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) is incorporated. Contractors may submit their Representations and Certifications Applicationat the following government portal: www.sam.gov. Clauses 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014), and 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2014), apply to this solicitation. The following additional clauses under FAR 52.212-5 are applicable: 52.203-6, Restrictions on Subcontractor Sales to the Government; 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters; 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations; 52.219-6, Notice of Total Small Business Set-aside; 52.219-13, Notice of Set-Aside of Orders; 52.219-14 Limitations on Subcontracting; 52.222-3, Convict Labor; 52.222-19, Child Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans; 52.222-36, Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Special Disabled Veterans; 52.222-40, Notification of Employee Rights Under the National Labor Relations Act; 52.222-54, Employment Eligibility Verification; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer - System for Award Management.
Small Business Accelerated Payment
The Contractor must indicate his business size on each invoice to assist the payment office in determining eligibility for accelerated payment in accordance with OMB Memo M-11-32, "Accelerating Payments to Small Businesses for Goods and Services," dated 10/14/2011. The Prompt Payment Act still applies to this action, however, the agency will make best efforts to pay proper invoices within 15 days.
System for Award Management (SAM) Requirement
Ensure your firm is registered in System for Award Management (SAM) - All vendors must be registered in SAM, effective July 29, 2012 to receive government contracts. In addition, the FBI will be using a new financial system on 10/01/2013 that has a direct interface with the SAM. If any current FBI vendor data conflicts with SAM Data, the information contained in SAM may override our current information on 10/01/2013. Please ensure that your company's SAM information updated and accurate. This includes TIN, EFT, DUNs, addresses and contact information. The EFT banking information on file in SAM will be what the FBI uses to process payment to your organization.
If the contractor does not maintain an active registration in SAM payments will be held until registration is reactivated. The FBI is not responsible for prompt payment penalties or delays in payment processing due to inaccurate or outdated information in SAM