Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 23, 2018 FBO #6117
SOURCES SOUGHT

A -- Partnership Opportunity Document (POD) for NASA’s Goddard Space Flight Center (GSFC) International Space Station (ISS)-based Science Instrument Instrument Design, Fabrication, Integration, and Test

Notice Date
8/21/2018
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-POD-INTERNATIONAL-SPACE-STATION-ISS-BASED-SCIENCE-INSTRUMENT
 
Point of Contact
Rosa E. Acevedo, Phone: (301) 286-7152
 
E-Mail Address
rosa.e.acevedo@nasa.gov
(rosa.e.acevedo@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Partnership Opportunity Document (POD) for NASA's Goddard Space Flight Center (GSFC) International Space Station (ISS)-based Science Instrument Instrument Design, Fabrication, Integration, and Test dated August 21, 2018  1.0 INTRODUCTION/SCOPE This proposal opportunity responds to NASA's Heliophysics Division's 2018 Mission of Opportunity (MoO) Announcement of Opportunity (AO). The draft AO was released on 05/03/18. NASA's Goddard Space Flight Center (GSFC) is developing a mission concept to be proposed under this AO. The mission will consist of an optical/laser instrument that will be hosted on the International Space Station (ISS), specifically on the Japanese Experiment Module External Facility (JEM-EF). For the purpose of the Partnership Opportunity Document (POD), "the instrument" is understood to include the JEM-EF-compatible structure and interfaces that will need to be fabricated and tested. This partnership opportunity is issued to select a teaming partner who will develop the instrument and deliver a fully integrated and tested instrument ready for integration into the launch vehicle that will deliver it to the ISS. The selected partner will serve as the prime interface with the ISS Program for all technical interactions regarding the instrument. GSFC will provide the following to the teaming partner: • The design specifications for the optics, telescope & detectors for the instrument • A conceptual instrument design package with additional details including: o Instrument performance requirements o Conceptual layout of the ISS Instrument payload o Conceptual functional block diagram • The fully developed and tested laser (including the Laser Electronics Unit (LEU)), Risley prism pairs, and optical filters - as Government Furnished Equipment (GFE) - for integration into the instrument The ISS Program Office will provide the following to the team partner: • Payload Interface Unit (PIU) (GFE to the partner) • Launch Vehicle Mounts (GFE to the partner) The proposed mission is currently in pre-Phase A. This phase ends with a Step 1 proposal, which is due on November 13, 2018. If the proposal is selected, the next step in the proposal process is a mission concept study culminating in a Phase A Concept Study Report (CSR), which is the Step 2 proposal, and a Site Visit. The following schedule should be used as a basis for responses to this opportunity: Partnership Opportunity Document (POD) released August 21, 2018 Responses due September 19, 2018 Partner Selection announced October 3, 2018 Step 1 Proposal due November 13, 2018 Project Phase duration and milestones*: Phase A: 10/1/19-9/30/20 - (12 months) Phase B: 10/1/20-7/6/21 - (9.2 months) Phase C: 7/7/21-10/11/22 - (15.2 months) Phase D: 10/12/22-10/31/23 - (12.6 months) Systems Requirements Review (SRR): 8/3/2020 Preliminary Design Review (PDR): 5/27/2021 Critical Design Review (CDR): 2/21/2022 Integration & Testing (I&T): 10/12/22 - 6/15/2023 Pack & Ship: 6/16 - 6/22/2023 Launch: 09/29/2023 * Please note all the project schedule dates listed are subject to slip due to AO release dates and project award. 1.1 COST Total cost and cost fidelity are essential aspects of submitting a winning mission proposal. The cost cap for the teaming partner's responsibilities detailed in this POD is $23M. This cost includes the delivery of the flight-ready instrument (not including the cost of the GFE hardware, consisting of the fully developed and tested laser and optical filters, PIU, grapple fixture, and launch vehicle mounts and connectors), launch site support, and on-orbit commissioning. There will be no exchange of funds between the teaming partners for the portion of this partnership opportunity dealing with the preparation of the initial submission (Pre-Phase A, Step 1 proposal) to the AO. Funding may be available for the Phase A Concept Study phase (Step 2 proposal) should the proposed Step 1 proposal be competitively selected. 1.2 DESIRED MISSION SERVICES GSFC is interested in establishing a formal partnership to provide the following for the mission: • Provide instrument management, systems engineering, design, fabrication, integration, and test of the ISS-based science instrument, • Incorporate a laser subsystem and optics design to be provided by GSFC, • Provide instrument support for the launch vehicle, to-ISS, and to-operations center interface support during the mission development phase. The proposer must have demonstrated knowledge and experience with the design and implementation of ISS-based instruments on the JEM-EF. The selected partner will serve as the prime interface with the ISS Program for all technical interactions regarding the instrument. The Partner will manage and be responsible for all aspects of the instrument development, from concept to launch site support, including all relevant reviews. The Partner will support the Principal Investigator (PI) in the development of the Project Implementation Plan per the guidelines in the announcement of opportunity for a small Category 3 Class D project per NASA Procedural Requirement (NPR) 7120.5E. The Partner will manage their day-to-day project schedule and costs as agreed to with the PI. The Partner will perform systems engineering, safety, and mission assurance necessary to meet mission objectives. The Partner shall formulate an instrument-specific schedule and plan that includes supporting GSFC-led interim Technical Peer Reviews prior to the mission-level Preliminary Design Review (PDR), Critical Design Review (CDR), and all major review activities. The expected distribution of responsibilities will be as follows: GSFC: - Principal Investigator (PI)/science team o Data processing algorithms and delivery of Level-1 and 2 science products - Program Management - Laser Development and delivery to the instrument provider (laser transmitter, LEU, Risley prism pairs, and optical filters will be GFE to be integrated into the instrument by the POD partner) o Provision of optics, telescope and detector design requirements - Instrument Systems Engineering oversight of the contractor instrument development, verification, validation, and participation in Johnson Spaceflight Center (JSC) ISS office meetings o Interface Control Documents (ICDs) o Verification & Validation (V&V) assessment - Safety & Mission Assurance (S&MA) oversight - Independent Technical Authority o Conduct technical peer reviews prior to all critical procurements and Project design reviews  Note that critical elements constitute: - Single source items - Components that have critical design parameters necessary to achieve Level-1 requirements - Long lead-time procurements - Potential cost impact greater than $100K  Peer reviews will be supported by GSFC civil servant and contractor subject matter experts - Mission Operations and Ground Systems (developed by Co-I institution) POD partner: - Instrument Management: o Perform the instrument management and support functions, including:  Instrument manager (IM)  Instrument-specific proposal development including cost and schedule inputs  Interaction with the JSC ISS payload office (prime interface for all instrument-related technical activities)  Contracts and procurement  Resource allocation  Risk management and reporting  Configuration Management and Control  Schedule reporting  Cost reporting including Earned Value Management (EVM) as defined in the AO  Project support and logistics  Failure reporting and disposition  Material review board participation o The assigned IM will report to the GSFC Program Manager. - Instrument Design: o Electrical including Electromagnetic Interference/Electromagnetic Compatibility (EMI/EMC)  The electrical system must conform to the EMI/EMC launch vehicle and JEM-EF operational environment and has two main functions: power subsystem and instrument avionics.  The power subsystem converts and distributes the JEM-EF supply power to instrument avionics, mechanisms, detectors, laser, and heaters in accordance to the voltage and power required by each. PIU latched-on power has constraints, trunk and PIU heater circuits must be isolated.  The instrument avionics performs all instrument Command & Data Handling (C&DH) functions, including control of laser modes and pulsing, control of lidar detector operation and convert output to data bins, communication with ISS, control and telemetry of deployment and operational mechanisms, control of operational heaters, collection of health and safety and housekeeping telemetry. Computer Based Control System (CBCS) iaw SSP 50038 compliance shall be designed and implemented for laser and mechanism control.  All associated instrument flight harnessing, including connection to the PIU and harness required to connect to the launch vehicle, is also included in this subsystem. Derating shall meet EEE-INST-002 (GSFC) and fuse-wire-jacket shall meet TA-92-038 (JSC). o Mechanical  Mechanical system consists of the instrument enclosure, optical bench, optomechanical hardware, deployable and operational mechanisms, and structural analyses. The mechanical enclosure must conform to the launch vehicle and JEM-EF envelop and access requirements. All deployables have a 15 year on-orbit lifetime and must be reconfigurable to original launch package for disposal, after any two failures. DFMR and Robotic features may be added to achieve mechanical fault tolerance. - See launch vehicle environments spec provided in section 2.1  All mechanical instrument mechanical interface accommodations for PIU and launch vehicle is included in this subsystem. o Optics  The optical subsystem consists of the laser transmitter, receiver telescope, aft optics, and the detectors, all contained within the instrument envelop. The laser transmitter and optical filter(s) will be GFE to be incorporated into the optical and optomechanical design by the partner. The partner shall perform Structural Thermal Optical Performance (STOP) analysis to verify that the design meets performance specifications. o Thermal  The thermal subsystem consists of design, analysis, and implementation of the thermal control hardware including heaters, cooling loop and sinks/pads, and thermal blanketing. The applicable spec docs are NASDA-ESPC-2900_A, JFX-2000073, SSP 30573, JX-ESPC-101344, SPX-00001047, and SSP 57003. o Electrical Ground Support Equipment (EGSE)  The EGSE consists of all hardware, including harnesses, for integration and test and operation of the flight hardware as well as engineering models, etc. in flight, test, and bench configurations. EGSE shall be designed to GSFC doc no 596-PG-8700.2.3, or, MIL-STD-454. o Mechanical Ground Support Equipment (MGSE)  The MGSE consists of all handling, test, and storage and transportation hardware for integration and test and operation the flight hardware as well as engineering models, etc. in flight, test, and bench configurations. MGSE shall be designed to NASA-STD8719.9 and 540-PG-8700.2.1C. - Instrument Systems Engineer: o Perform the instrument systems engineer functions, including:  Proposal development (supporting the GSFC proposal team, see Sec. 1.3)  Instrument performance requirements development  Interface definitions (with GSFC laser, ISS, and launch vehicle, ground systems and operations) to be included in the partner-authored and configuration management controlled ICDs  Review preparation and presentation (Required reviews & Peer reviews)  Concept design, flight development, integration and test, launch and instrument commissioning support  Design, development, manufacture, and test GSE hardware  Verification and validation of instrument performance for all tests including calibration - Safety and Quality Assurance: o Perform safety and quality assurance functions, including preparation for the required ISS safety reviews, and hardware quality assurance. The ISS Safety Review Panel (SRP) is the reviewing entity, and the Integrated Hazard System (HIS) shall be used. o Develop and implement Laser Safety plans for all project phases from delivery of laser through launch operations. Indoor use of lasers is controlled by an approved GSFC for 23L. Outdoor use of lasers, including ISS, shall use the same form for evaluation of hazards to people with binoculars or telescopes. The HQ Laser Safety Review Board needs to be convinced of a no-finding adjudication. ISRP controls will meet CBCS and two fault tolerance. o Report and disposition of failures and anomalies o Delivery of the End Item Data Package (EIDP) including as-built documentation The partner is responsible for delivery of an integrated and tested flight-ready instrument to the launch site, per the project schedule. The partner is not required to develop the following hardware/subsystems. However, the partner is responsible for ensuring the proper interfaces and making accommodations for fit/operation, and integration and testing (at instrument level) of the following: - Laser Transmitter: Developed by GSFC, (GFE to the partner) - Optical Filters: (GFE to the partner) - PIU: Provided by the ISS, (GFE to the partner) - ISS and Launch Vehicle Mounts: Provided by ISS/Launch Vehicle Service; mounting feet, Grapple Fixture, H-fixture, trunk connector, and any additional robotic targets and fittings the design may require (GFE to the partner) - ISS Installation/decommissioning: All deployables have a 15 year on-orbit lifetime and must be reconfigurable to original launch package for disposal, after any two failures, or end of mission. Design For Minimal Risk (DFMR) and Robotic features may be added to achieve mechanical fault tolerance. The partner is responsible for development/procurement of all other instrument components and systems, including: - Flight structure and optical bench - Deployable mechanisms - Optics (telescope, sub-optics, and detectors) - Thermal control system (fluid cooling loops, heaters, blankets, and control electronics) - Electronics (power, command and data handling, communication, and mechanism control) o Engineering Model (EM) and Flight Electrical, Electronic, and Electromechanical (EEE) parts not included in Electronics procurements  Example: Thermistors, heaters, thermostats, harness wiring, connectors, shielding materials, etc. - Analyses: o Structural o Thermal o Radiation o Failure Modes and Effects Analysis (FMEA) be performed at card level o Reliability Analysis o Optical o Contamination - Ground Support Equipment (GSE): All necessary GSE for processing the instrument during I&T and transportation and storage. Note: Procurements will not be initiated until GSFC has reviewed the relevant source control documentation (SCDs) for critical components required to achieve instrument performance (ref Section 1.2 Independent Technical Authority) and concurred with the partner's response to all review comments. 1.3 PROPOSAL SUPPORT It is expected that the selected POD respondent will provide support using their own resources to assist in the development of the required MoO proposal elements in response to the Step 1 Pre-Phase A NASA AO. This support will be primarily in the areas of a well-defined and documented instrument, instrument-to-launch vehicle integration support, instrument-to-ISS interface support, and instrument-to-operations center interface support. The POD respondent will be expected to write or assist in the writing of portions of the proposal relevant to their responsibilities. Furthermore, the POD respondent will meet with the Principal Investigator (PI) and other proposal team members to help define the end-to-end performance requirements, including providing well-defined interfaces to the ISS and the GFE laser subsystem, to define the system architecture, to identify study topics, and to predict performance. This will include cost estimation for mission phases. The period of performance for this interval is expected to last from the award of the POD until the Step 1 proposal submission date. Should the proposal be selected for a Phase A Mission Concept Study (Step 2 proposal), the selected partner will support the Phase A effort for the 9-month to one-year concept study phase, culminating in a Phase A Concept Study Report (CSR). The selected partner will also provide support to prepare for and execute a NASA HQ review panel Site Visit (location and exact date TBD - location will be in the contiguous United States). Partial funding may be provided to the partner for the Phase A effort. Should the mission be selected for development and launch (Phases B-F), a formal, negotiated contractual agreement will be entered into. The partner will be responsible for the design, development, integration, test, and delivery of the instrument, as well as for launch site support and post-launch instrument-related support. The dates and durations noted in section 1.0 may change depending on selection timelines and budget allocations or phasing. The respondent to this POD shall state the timeframe that their services will be available and the extent that the respondent can meet the expected AO timeline requirements. All interested parties are required to respond to this POD in accordance with Section 5 below. 2.0 MISSION OVERVIEW The mission consists of an earth-pointing lidar instrument mounted on the ISS JEM-EF. The mission uses one laser to send pulses into the earth's atmosphere and a receiver telescope to collect the photons returned from the atmosphere. Photon-counting detectors transmit photon data to the instrument electronics, which perform minimal onboard processing before transmitting the data across the ISS data interface for transmission to the ground, and ultimately to the science operations center (SOC) at GSFC. Boresight alignment mechanisms will be operated as necessary to maintain alignment between the transmitted lasers and the receiver telescope field of view. Heat dissipated by the laser and electronics is transported away from the instrument by the instrument liquid cooling loop which will be connected to the JEM-EF liquid cooling loop. The instrument must meet JEM-EF accommodation requirements for volume, mass and power, and must adhere to specific safety, electronic, data, and physical interface requirements, including interfaces for the launch vehicle and for the ISS robotic arm that will remove the instrument from the launch vehicle and install it on the JEM-EF, and then remove the instrument from the JEM-EF and install it in the return vehicle at the end of the mission. GSFC 420-01-09, EXTERNAL PAYLOADS PROPOSER'S GUIDE to the International Space Station, and, NASDA-ESPC-2900B, JEM Payload Accommodation Handbook, are examples of sources for the JEM requirements for hosted payloads. 2.1 LAUNCH VEHICLE The launch vehicle and launch services are provided by NASA's ISS program. The likely launch vehicle is a Space-X Falcon 9 with a Dragon capsule. The Dragon capsule has an instrument transport compartment, the "trunk", which has specific instrument interfaces. The trunk is open to the vacuum of Space during ascent to the ISS. The instrument will be delivered to the Space-X processing facility and, after minimal instrument team launch site operations, will be turned over to the Space-X launch site team for integration to the Dragon capsule. Trunk Payloads will participate in a Coupled Loads Analysis with Space X. The design goal is 35 Hertz for the fundamental frequency, including feet flexibility. A reduced flexible model will need to be supplied to Space X. Mechanisms included in frequency goals. On-orbit holding force margin for handling loads are 1-G any axis, tested. (reference: Falcon 9 Launch Vehicle - PAYLOAD USER'S GUIDE, https://www.spacex.com/sites/spacex/files/falcon_9_users_guide_rev_2.0.pdf, or the latest revision as applicable). 2.2 LAUNCH READINESS DATE The vendor must commit to meeting the launch readiness date specified in the Mission of Opportunity AO. This date is currently expected to be estimated at: Arrival at the KSC: 06/22/23 2 Week On-site processing during: 06/23/23 - 09/28/23 Launch: 09/29/2023 Note: All above dates are approximate 3.0 TECHNICAL REQUIREMENTS 3.1 GENERAL The mission will be a small Category 3 Class D project per NPR 7120.5E, with an 18 month lifetime that is consistent with the EHPD Mission Assurance Requirements (EHPD-RQMT-0003). Unless otherwise noted, the instrument partner is expected to deliver one flight-ready instrument that meets the following requirements: ass: <290 kg, total instrument (including GFE laser and optical filters) (excluding PIU, Grapple Fixture, and launch vehicle mounts) Power: <315 W, total instrument (including laser power = 123 W) Volume: Compliance with NASDA-ESPC-2900_A and noting that the ISS does not control Nadir pointing any better than 4 degrees error. Thermal: Conforming to JEM-EF cooling loop limits, and Meet JX-ESPC-101344 and fault tolerance requirements. Communication: ISS/JEM 1553 Contamination: All materials of construction need to be brought into compliance with acceptable Total Mass Loss (TML) and Collected Volatile Condensible Material (CVCM) iaw American Society of Testing Materials (ASTM) E-595. Maintain optics to Visibly Clean Highly Sensitive (VCHS). Safety: Safety-related MUST WORK functions are to be avoided in the design. Safety-related MUST NOT WORK functions are to have independent inhibit controls in two-fault-tolerant manner for catastrophic potential. 3.2 LASER ACCOMMODATION Quantity: One Envelope: 87 x 204 x 305 mm Mass: 8.5 kg Wavelength: Visible Mechanical Interface: Mounting footprint on the optical bench. Electrical Interface: Power, command, health and safety telemetry. Thermal Control: Cold biased via liquid cooling pad, trim heater control. Alignment: Initial boresight alignment on ground. Laser Power: 123 W 3.3 OPTICAL Telescope: Prescription and Performance - Type: Richey-Chretien - Clear Aperture: 600 mm OD, 120 mm ID, ± 0.75 mm - Mirror-Mirror Vertex Spacing: 347.52 mm, adjustable via shims - Telescope Effective Focal Length: 2848.32 mm ±2.4 mm - Telescope Back Focal Length: 144 mm ± 1.2 mm (from M1 vertex) - On-Axis Blur Circle Diameter: <40 μm @ 80% encircled energy and 532 nm <57 μm @ 90% encircled energy and 532 nm<1 mm @100% encircled energy - Opto-to Mechanical Ref. 1: Centration, perpendicularity <0.625 mm, <1 mrad With respect to mechanical reference MR1 (interface plate aft-optics mounting surface) - Optical-to Mechanical Ref. 2: Perpendicularity <0.25 mrad With respect to mechanical reference MR2 (interface plate flexure mounting surface) - Gravity Sag (ΔLOS): <100 μrad (gravity perpendicular and gravity parallel to the Z axis) - Telescope Throughput: ≥76%, which includes both mirror coating Reflectance and secondary mirror and spider obstruction (vignetting) at 355 nm, 532 nm, and 1064 nm Primary Mirror, M1 - Clear Aperture: 600 mm OD, 120 mm ID, ± 0.75 mm - Center Hole: 76.2 mm ID - Vertex Radius: 840.000 mm (concave) ± 1.68 mm - Conic Constant: -1.0085 ±0.0002 - Surface Figure As required to meet telescope system blur circle Specification - Surface Roughness: <30 Å rms, 1-100 μm scan length; post polish and Coating - Scratch and Dig: 60-40 per MIL-O-13830 - Reflectance: >90% @ 532 nm, 1064 nm, and 355 nm - Coating Durability: Humidity, adhesion, and abrasion per MIL-M-12508 Secondary Mirror, M2 - Clear Aperture: 120 mm OD, 18.72 mm ID, ± 0.376 mm - Vertex Radius: 170.0325 mm (convex) ± 0.340 mm - Conic Constant: -1.89108 ±0.001 - Surface Figure As required to meet telescope system blur circle Specification - Surface Roughness: <20 Å rms, 1-100 μm scan length; post polish and Coating - Scratch and Dig: 60-40 per MIL-O-13830 - Reflectance: >90% @ 532 nm, 1064 nm, and 355 nm - Coating Durability: Humidity, adhesion, and abrasion per MIL-M-12508 Detectors/Single Photon Counting Modules (SPCMs): - Number of flight modules - 8 - Photon-counting - >50% detection efficiency in space - Diameter: 170 micron - Free-space or fiber coupling - Maximum count rate: Sets total number required - Dynamic range: Photon number - Detection efficiency > 50% - Maximum dark counts - 100kcounts/second - Maximum photon counting rate = 80Mcounts/second - Survive radiation environment < 30krads Aft optics: - Full development: o Including: optical elements, mounts, and detector fiber optics o Excluding: GFE filters (e.g. etalon). 3.4 MECHANICAL Instrument Enclosure: - Instrument structure, including all internal (instrument components) and external mounting and interfaces with the ISS JEM and its associated robotics. Instrument Optical Bench Analysis: - Structural design and analysis for all instrument subsystems - STOP analysis for optical bench and telescope Aperture Cover Mechanism: - Deployable door, command deployable, launch lock, capable of stowing via command and ISS robotics, or astronaut EVA operations. Bore-sight Alignment Mechanism: - To provide rotation for NASA provided (GFE) Risley prism pairs. - Provides 2 Degrees of Freedom (DOF) (angular) control over the laser pointing/alignment. Laser Aperture Cover Mechanism: - Operations via command 3.5 THERMAL Analysis: - Thermal subsystem design and analysis of all instrument systems Fluid Cooling Loop: - Develop fluid loop to interface with the ISS JEM, including the cold plates, accumulator(s), lines, and flow control orifices Heaters: - Design and specification of the heater circuits, implementation of all operational and survival heater circuits and elements into the instrument Thermal blankets: - Design and development of all thermal control blankets 3.6 ELECTRICAL Main Electronics (ME) general requirements - The main electronics shall interface to ISS 1553B communications - The main electronics shall interface to ISS power service - The main electronics shall interface with the laser electronics units Main Electronics (ME) Requirements 1. ME should encompass three main functions which could be physically allocated into one or more electronics modules: Power Conversion, Laser Control, and Instrument Avionics. Each module may contain an appropriate number of electronics cards to perform the three required functions subject to the instrument mass, volume, and power requirements. a. Power Conversion 1. Provide ISS 120 Volts Direct Current (VDC) power conversion down to 28 VDC for the overall instrument. 2. Provide 28 VDC (tolerance TBD) power for the Laser Electronics Unit (LEU) b. Laser Control 1. Interfaces to the Laser. 2. Provides an interlaced 300 Hz differential master clock for LEU. 3. Provides command, communications, control, and telemetry services to the LEU. 4. The Laser command and control shall be performed via two serial RS422 links. 5. The Laser shall generate a T0 timing signal that verifies continued Laser firing. NOTE 1: The LEU is GFE. The Main Electronics (ME) does not include the LEU. c. Instrument Avionics (IA) 1. Provides single-channel 1553B Remote Terminals (RT) bidirectional communications to the ISS 1553B Bus Controller. 2. Provides ISS command parsing and command response. 3. Generates and distributes two interleaved 300 Hz clock signals to the LEU. 4. Receives Laser photon count science data collected by SPCMs - reference section 3.3 Detectors. 5. The Instrument Avionics (IA) shall ingest the SPCM maximum photon count of 20 Mcps/SPCM x 8 SPCMs. Therefore, the total maximum science input photon count rate is 160 Mega counts per second (Mcps). 6. The 8 SPCMs bin counts are captured and summed by the IA for each time bin. 7. The IA shall create photon count bins from the SPCMs Transistor-Transistor Logic (TTL) signals as follows: • A 240 bin data set is captured for each pulse. • A laser wavelength data set is transmitted to the ISS twice per second. 8. The IA shall collect and transmit housekeeping telemetry data from the instrument. • Housekeeping telemetry constitutes any subsystem, or component data required to monitor modes of operation, or necessary to ascertain health and performance, and or fault conditions and may include: o Voltages and currents o Temperatures o Processor and memory status o Error reporting o Command counts 9. The IA provides mechanism control for all instrument mechanisms. 10. The IA provides thermal monitoring and control loops for: • 2 pump diodes, • 1 Etalon, • The telescope primary, secondary, and overall structure. 11. The IA ingests the ISS 1 Pulse Per Second (PPS) Broadcast Ancillary Data (BAD) data for real-time ISS location and current time extraction. 12. The IA performs science data time binning, Consultative Committee for Space Data Systems (CCSDS) data packetization, Coordinated Universal Time (UTC) packet time stamping, and populates each data packet with real-time ISS coordinate positions obtained from (11.) above. 13. The IA implements a two-fault tolerant Laser Fire Inhibit Safety requirement. This is required by the Johnson Space Center's (JSC) Computer-Based Control System (CBCS). 14. The IA shall receive the Laser T0 timing signal to properly synchronize its time binning function and monitor the Laser operation. 15. The IA shall implement a 1553B loss of signal (LOS) watch dogtimer (WDT). 16. Harness: Design and develop all harness (flight and GSE) required by the instrument for flight operations and ground testing. Deliverables 1. One Engineering Model (EM) Main Electronics (ME) system. 2. One Flight Model (FM) ME system. 3. One EM and one FM Electrical Ground Support Equipment (EGSE) monitoring and control system capable of interfacing to the I&T TReK software. The EGSE shall interchangeably work with both the EM ME and the FM ME hardware. • All Electrical Ground Support Equipment (EGSE) required for the instrument integration and test, including launch site instrument checkout. 4. Design, test, and acceptance documentation for the ME EM and FM systems. 5. ME firmware code (no flight software) and test documentation. 6. ME User's Manual for Flight Controllers. 7. EGSE User's Manual. 8. Technical support, as required through completion of Phase D. 9. Training for Government users and operators of the ME and EGSE hardware. 10. Complete parts list for every module of the ME and EGSE. 11. Space flight heritage. Describe previous space flight mission in which the ME hardware has previously flown. 3.7 DATA Data Rate: <16 kbps (no compression) The data rate includes science data, instrument modes and operational status/commands, and health and safety telemetry. 4.0 STATEMENT OF WORK During the proposal preparation period, the partner will participate as part of the mission proposal team. Statements of Work (SOWs) are not required to be submitted with the Step 1 proposal. However, they are required before the Phase A (Step 2 proposal) work can begin. Therefore, the partner shall provide a draft statement of work during the Step 1 proposal effort that defines what the partner is proposing to provide to the mission. SOWs will include the requirement for a Phase A Concept Study Report (CSR) as well as general task statements for Phases B through F. SOWs will include the following as a minimum: Scope of Work, Deliverables, and Government Responsibilities (as applicable). SOWs need not be more than a few pages in length. 5.0 POD RESPONSE INSTRUCTIONS, FORMAT, AND SELECTION CRITERIA 5.1 INSTRUCTIONS The respondent shall: • Provide demonstrated prior institutional experience and flight heritage of developing and delivering low-earth orbit ISS instruments. • Provide demonstrated flight heritage, either within the respondent's own organization, or from proposed sub-contractors, designing and implementing mechanical, thermal, electrical, and data interfaces with the launch vehicle, and the ISS. • Demonstrate understanding and quantified experience in the design, fabrication, integration, and testing of spaceflight instruments. The response shall describe how the respondent proposes to meet the requirements given in Section 3. • Describe the instrument-to-ISS JEM-EF mechanical, thermal, and electrical interfaces. Provide information on the maturity of these interfaces and indicate if the configuration has flight heritage and demonstrated on-orbit performance. • Describe the approach for instrument integration and test, including the location for these activities. This will include a discussion of what capabilities the respondent has in their own facilities, and what capabilities will need to be procured from outside the respondent's organization. This will include a description of the instrument safety and mission assurance process. • Describe the approach for supporting the AO Step 1 proposal, the mission concept Phase A study (Step 2 proposal), Step 2 Phase A Site Visit, and mission development, including the level of support that the partner plans to make available for each activity - including named Key Personnel. • Demonstrate the ability to work closely with the PI and his team members at GSFC in Greenbelt, MD. Describe how the respondent will carry out day-to-day interactions with the project office at GSFC and the laser development team at GSFC. • Provide a brief statement of work defining participation in the AO Step 1 proposal. • Provide a draft itemized cost estimate from initial selection (Phase A) onward for all activities, including instrument design, integration and testing, and launch site support. The AO proposal process limits cost changes between the Step 1 proposal and the Step 2 proposal to no more than 20% total. The response shall include a brief discussion of the uncertainty in the cost estimate. 5.2 FORMAT The response to this partnership opportunity is limited to 15 pages in not less than 12-point font. Excluded from the page count are the cover letter, title pages, table of contents, and acronym list. Partners may attach additional appendices that further describe their capabilities, although GSFC is under no obligation to include the contents of such appendices in the evaluation of the offer package. The entire offer package, including any cover letter, title pages, and other supporting material, shall be formatted as a Portable Document Format (PDF) file delivered to the E-mail address below. 6.0 EVALUATION FACTORS AND CRITERIA The evaluation team will use the following factors in selection and award: 1. Technical (35%). Offerors will be evaluated on their ability to: a. Provide technical input during the step one proposal development. b. Provide design and development support during Phase A. c. Meet the instrument technical requirements as stated in Section 3. d. Demonstrate heritage and Technology Readiness Level (TRL>6) of the proposed solution. e. Provide personnel (with the relevant experience, skills and past performance -partner, or its sub-contractors), capable of completing the required project support, systems engineering, design, analyses, preparation and presentations at reviews, hardware development, integration, and test. f. Demonstrate the capability to provide facility (at the partner, or its sub-contractors locations) that enable meeting the instrument requirements through all its development phases from formulation to pack and ship to launch site. 2. Cost (30%). Offerors will be evaluated on their overall cost, the reasonableness of cost and schedule estimates, and the probability of staying below the stated $23M cap for the work described in this document. 3. Relevant Experience and Past Performance (35%). Special emphasis will be given to demonstrated experience with similar missions, particularly with regards to laser and lidar instruments and to ISS-hosted payloads, and relevant reviews. 7.0 POINT OF CONTACT: Questions about this POD should be directed to Rosa.E.Acevedo, rosa.e.acevedo@nasa.gov, 301-286-7152 8.0 FINAL DUE DATE OF POD RESPONSE The response to the POD is due no later than 5 p.m. EDT on the September 19, 2018. The electronic PDF document shall be sent to Rosa.E.Acevedo@nasa.gov It is the responsibility of potential respondents to monitor the following site: https://fbo.gov for information concerning this POD. 9.0 ACRONYMS AO Announcement of Opportunity APD Avalanche Photo Diode ASIST Advanced Spacecraft Integration & System Test ASTM American Society of Testing Materials BAD Broadcast Ancillary Data CBCS Computer-Based Control System CCSDS Consultative Committee for Space Data Systems CDR Critical Design Review CSR Concept Study Report CVCM Collected Volatile Condensable Material DC Direct Current DFMR Design For Minimum Risk DOF Degrees Of Freedom EEE Electrical, Electronic, and Electromechanical EGSE Electrical Ground Support Equipment EIDP End Item Data Package EM Engineering Model EMC Electromagnetic Compatibility EMI Electromagnetic Interference EVM Earned Value Management FM Flight Model FMEA Failure Modes & Effects Analysis Form 23L The GSFC RSO laser Form to use GFE Government Furnished Equipment GSE Ground Support Equipment GSFC Goddard Space Flight Center Hz HIS Hertz Integrated Hazard System IA Instrument Avionics I & T Integration & Test ICD Interface Control Document IHS Integrated Hazard System ISRP ISS Safety Review Panel ISS International Space Station JEM-EF Japanese Experiment Module-External Facility JSC Johnson Space Center kbps kilobits per second kg kilogram LEU Laser Electronics Unit LOS Loss Of Signal Mcps Mega counts per second ME Main Electronics Mm MGSE millimeter Mechanical Ground Support Equipment MoO Mission of Opportunity NLT No Later Than nm nanometer NPR NASA Procedural Requirements PDF Portable Document Format PDR Preliminary Design Review PI Principal Investigator POD Partnership Opportunity Document PIU Payload Interface Unit PPS Pulse Per Second ROM Rough Order of Magnitude RT Remote Terminal SMA Safety and Mission Assurance SOW Statement Of Work SPCM Single Photon Counting Modules SRP Safety Review Panel SRR Systems Requirements Review SSP Space Station Program STOP Structural Thermal Optical Performance TBD To Be Determined TML Total Mass Loss TReK Telescience Resource Kit TRL Technology Readiness Level TTL Transistor-Transistor Logic U.S.A United States of America UTC Coordinated Universal Time VCHS Visibly Clean Highly Sensitive VDC Volts Direct Current W Watt WDT Watch Dog Timer
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ec7c275b0e7cd815ed9866f4285c1287)
 
Record
SN05047843-W 20180823/180821231158-ec7c275b0e7cd815ed9866f4285c1287 (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.