Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 25, 2020 SAM #6631
SPECIAL NOTICE

R -- Electro-Optical/Infrared (EO/IR) Weather System (EWS)

Notice Date
1/23/2020 9:46:40 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8818 HQ SMC PK SDK/PKT/ADK KIRTLAND AFB NM 87117 USA
 
ZIP Code
87117
 
Solicitation Number
SPEC-RPP-19-14
 
Response Due
1/31/2020 4:00:00 PM
 
Archive Date
02/15/2020
 
Point of Contact
Silvia Jackman, Phone: 310-653-9710, Frank Strub, Phone: 505-853-2838
 
E-Mail Address
silvia.jackman@us.af.mil, frank.strub@us.af.mil
(silvia.jackman@us.af.mil, frank.strub@us.af.mil)
 
Description
The Air Force (AF) posted a Request for Prototype Proposals (RPP) for Electro-Optical/Infrared (EO/IR) Weather System (EWS) under Space Enterprise Consortium (SpEC) Other Transaction Agreement (OTA) FA8814-18-9-0002, Solicitation Number: SPEC-RPP-19-14. The AF is currently evaluating the proposals that were received. The AF believes that SpEC members include all interested companies.� However, to comply with Congressional direction in the December NDAA, we are publishing this notice to ensure all responsible sources received notice of the solicitation. Under this OTA the AF is pursuing a Space-Based Environmental Monitoring (SBEM) EO/IR system in a multi-phased approach. The program referenced herein is the Phase II Prototype Demonstration and Weather Data as a Service (WxDaaS) System Architecture Exploration phase. The future operational system includes a distributed multi-satellite constellation and ground segment to support DOD SBEM capability needs for Cloud Characterization and Theater Weather Imagery. The Phase II program plan employs an evolutionary approach to maturation of EO/IR sensor technology and manufacturability, and exploration of operational system architectures. The Phase II program plan consist of two independent projects, OT-1a and OT-1b. The goal of Project OT-1a is to demonstrate maturation of EO/IR sensor technology and manufacturability, and exploration of operational system architectures. The goal of Project OT-1b is to determine the near-term feasibility of Weather Data as a Service business model. The SpEC member offerors proposed to Project OT-1a, Project OT-1b, or both. Technical Requirements Documents (TRDs) were provided for each project (Prototype TRD and WxDaaS TRD) and a System Requirements Document (SRD) was provided for the overall proposed EWS operational system. The SRD and WxDaaS TRD should be used as necessary when addressing the requirements to developing an architecture concept for the future EWS operational system (reference the specification tree contained in those documents). Project OT-1a tasks include the design, development, launch, and operation of an EO/IR sensor prototype. The prototype should launch no later than May 2022 and is required to provide a minimum of one year on-orbit demonstration period of operation. Project OT-1a also included a task for the Offeror to propose an operational system architecture that incorporates an operational EO/IR sensor based on their prototype EO/IR sensor design and meets the requirements defined in the EWS SRD. The Offeror should substantiate that their initial sensor concept is at a minimum of TRL 5 by assessing and rolling up the TRL of the critical subsystems and components. The Offeror should also describe the plans for ramping up to full rate production for the operational sensor design based on a manufacturing readiness plan that starts with an MRL of 4. The prototype EO/IR sensors may operate on-board free-flyer satellites or as hosted payloads including operating on the International Space Station (ISS). The prototype demonstration should clearly demonstrate an EO/IR sensor that is scalable to the proposed future operational architecture concept in term of design, performance and manufacturability. The prototype sensor should also support a path for the proposed operational architecture to meet the global coverage, refresh and latency requirements defined in the EWS SRD. The prototype portion of this program will be used to validate the proposed EO/IR sensor performance and evaluate the quality of the processed sensor data for producing cloud and theater imagery products defined in the TRD. OT-1a is an end-to-end prototype demonstration that includes prototype EO/IR payload development, the spacecraft bus integration and testing (free flyer or hosted), the launch, the ground segment including satellite operations for 12 months, and the production of the environmental data products resulting from the flight [Raw Data Records (RDRs) and Sensor Data Records (SDRs)]. The Offeror shall also include in the proposal a Rough Order of Magnitude (ROM) for the proposed operational architecture, broken down by major system elements and associated cost profile over the mission operational life. The proposed architecture should also include the manufacturing plan to achieve MRL 9 or 10 before Initial Operating Capability (IOC). Project OT-1b, a separate proposal from OT-1a, required the Offeror to describe a mature business plan and system architecture to provide WxDaaS. In this approach the Government would be a data customer and the data supplier is responsible for all of the �back-end� system elements necessary to provide data that meets the Government�s requirements (as expressed in the WxDaaS TRD and EWS SRD). The Government requested a business plan that substantiated the feasibility, sustainability and affordability of this approach. At the completion of the Phase II program the Government will be evaluating the technical maturity, manufacturability, and business model of EO/IR sensors and the architecture for the future EWS operational system. The decision involves selecting the architectural approach for the EWS Operational System and the EO/IR sensor design. If a sensor prototype design meets the requirements and can scale to the requirements of the selected architecture then it may transition to a full rate production to support the Government�s schedule and architecture. SpEC OT members should not respond to this announcement. The government wants to ensure all potential Offerors have the opportunity to reply to the Government needs for EWS. Any Offerors that are capable of meeting the Government�s requirements and schedule should provide a short no more than 3 page statement of capabilities in response to this notice.� Interested parties are requested to respond via email no later than�31 Jan 2020, and include a primary and secondary company point of contact that includes phone number, email, and Company Name and Commercial and Government Entity (CAGE) code. Submit all responses to Silvia Jackman at silvia.jackman@us.af.mil and Frank J. Strub at frank.strub@us.af.mil.� If you have any questions in reference to this notice please contact Capt Aisha Valerio at aisha.valerio@us.af.mil. This notice is for information purposes only. It does not constitute an RFP and is not to be construed as a commitment by the Government to issue a solicitation or award a contract. The Government will not pay any costs associated with the submittal of information solicited herein.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/51650bc647cf4977a5a50a6e564f2e9f/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05541377-F 20200125/200123230133 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.