Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2007 FBO #2020
SOURCES SOUGHT

A -- RADIO FREQUENCY GEOLOCATION SYSTEM

Notice Date
6/6/2007
 
Notice Type
Sources Sought
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
KSC2007IPPCALLPARTNERA
 
Response Due
6/21/2007
 
Archive Date
6/6/2008
 
Small Business Set-Aside
N/A
 
Description
NASA Kennedy Space Center (KSC) is seeking partners to develop proposals for the NASA Headquarters Innovative Partnerships Program (IPP) 2007 Partnership Seed Fund Call for Proposals. Information on this Call for Proposals is available at the NASA Acquisition Internet Service (http://prod.nais.nasa.gov) and Federal Business Opportunities (http://www.fedbizopps.gov) Web Sites under the Title FY2007 IPP SEED FUND CALL ANNOUNCEMENT posted on May 10, 2007. NASA KSC is specifically seeking Partner(s) to participate with NASA KSC Scientists to develop and execute a proposal for the following technology area: RADIO FREQUENCY GEOLOCATION SYSTEM- KSC is currently seeking partner(s) to collaborate in the development and field testing of a radio frequency geolocation system, which locates transmitters operating between 1 MHz and 18 GHz that interfere with the Range RADAR System, Range Flight Termination System, Trunking Radio System, and other Land Mobile Radios. The proposed relocation system would assist RF (radio frequency) sensitive spacecraft operators in understanding the environment for the purpose of avoiding over exposure to RF, and to gauge the response to any overexposure. The objective is for the geolocation system to interoperate with leading RF surveillance systems through an open Application Programming Interface (API), and receive requests from and send results to the surveillance system across an ethernet connection employing TCP/IP. In addition to communication with the surveillance system, it is intended for this ethernet network to be used by the geolocation system to support a W3C conforming web browser user interface which includes display mapping of geolocation results. Figures of merit for this system include location accuracy, time-to-locate, automatic doppler compensation, minimum discernable signal, and tolerance of multipath effects, in addition to typical figures of merit for the sensor(s) such as dynamic range, sensitivity, and selectivity. Qualifying partners must have experience in the development and field testing of radio frequency geolocation systems. This partnering opportunity does not guarantee selection for award of any contracts, nor is it to be construed as a commitment by NASA to pay for the information solicited. It is expected that the partner(s) selected would provide (at no cost to NASA) conceptual designs, technical data, proposal input, project schedules and cost estimates. Potential partner(s) must demonstrate the capabilities and experience consistent with the requirements for the Radio Frequency Geolocation System KSC Technology Area. Partner(s) must work collaboratively with NASA. Partner selection(s) will be made by KSC based on the following criteria in the following order of importance: (1) Relevant experience, past performance, technical capability, and availability of key personnel. This criterion evaluates the proposers? relevant recent experience, past performance in similar development activities, technical capability to perform the development and key personnel available to support the development. Substantive evidence (points of contact and telephone numbers) of successful participation in similar developments should be included. (2) Cost and schedule control. This criterion evaluates the proposer?s ability to control both cost and schedule. The proposer should provide evidence of successfully controlling cost and schedule for similar development programs and provide evidence of management processes in this area. (3) Cost sharing ? This criterion evaluates the proposer?s cost-sharing level and quality. (4) Facilities. This criterion evaluates the proposer?s facilities (development, testing, and analyses) to conduct the development or demonstration of the proposed task. The proposer should discuss facility availability, access, and the ability to meet the proposed objectives. Responses should be limited to two (2) pages (12 point font) and address each of the criteria. All responses shall be submitted to: John F. Kennedy Space Center, Attn: James Nichols, Mail Code KT-A2, Kennedy Space Center, FL 32899; or via email to: James.D.Nichols@nasa.gov. The due date for submission is June 21, 2007. Technical questions shall be directed to James Nichols at the email address noted above. Procurement questions shall be directed to Krista Jensen, NASA KSC Procurement Office, Krista.Y.Jensen@nasa.gov.
 
Web Link
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=76#125078)
 
Record
SN01311988-W 20070608/070607035804 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.