SOURCES SOUGHT
99 -- Sensor Subsystem Assembly (SSA)
- Notice Date
- 1/17/2025 10:39:34 AM
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- RFI_GSFC_Sensor_Subsystem_Assembly_FY25GJE
- Response Due
- 1/31/2025 1:00:00 PM
- Archive Date
- 02/15/2025
- Point of Contact
- Steve Tompkins, Amy Aqueche
- E-Mail Address
-
steve.tompkins@nasa.gov, amy.a.aqueche@nasa.gov
(steve.tompkins@nasa.gov, amy.a.aqueche@nasa.gov)
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the NASA/GSFC to solicit responses from interested parties. This document is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirement, as well as promote competition. NASA�s Goddard Space Flight Center (GSFC) has a need for a Short-wave Infrared (SWIR) space-rated Sensor Subsystem Assembly (SSA) for use in Low Earth Orbit (LEO) as part of an Earth observing instrument concept. A representation of the desired system is presented in Figure 1. The requested SSA is shown in blue with separately provided components shown for context. The spacecraft will receive digital readout of the detector, and perform all subsequent processing of the data. Spacecraft will provide onboard commanding of the SSA. This Request for Information (RFI) contains the requirements of the desired system. SEE ATTACHED FOR FIGURE 1 We invite responses from vendors that have an SSA that meets the enclosed requirements or have systems that can be modified in time to meet the instrument delivery schedule. The responses should include pricing, camera capability and performance, and mechanical, thermal, digital, power and flight software interfaces. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov. Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. All responses shall be submitted electronically via email to Steve Tompkins, Steve.Tompkins@nasa.gov no later than Friday, January 31st at 4pm EST. Please reference Sensor Subsystem Assembly ID # RFI_GSFC_Sensor_Subsystem_Assembly_FY25GJE in any response. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant teaming arrangement and/or solicitation for the requirement. Assumptions: Assume the spacecraft will launch on an Antares or Falcon 9 to an 800 km sun synchronous orbit for at least three years of operation. Requirements: This section outlines the needs of the SSA. Requirements are explicitly labeled while other desired characteristics are provided as reference. Programmatic Instrument development start date: November 17, 2025 Instrument Design Review: September 30, 2026 SSA delivery to I&T: October 15, 2027 Instrument delivery date: June 15, 2028 Technical Requirements Mechanical Mass: ~1.5 kg Dimensions: ~10 cm x 10 cm x 10 cm Housing material: ~Aluminum Interface accommodations: Optical subassembly mounted in front of SSA housing SSA housing mounted to spacecraft structure through a spacecraft-provided interface Desired SSA aperture with a keep out zone (KOZ) which does not vignette an f/5.1 beam Desired focal plane is 60% at 870 nm, > 80% at 1550nm Dark signal rate: 38 ke- Read noise (at 20 �C): 99% Non-linearity: <1% Inoperable pixels (at 20 �C): <0.25% Removable window (used only for protection) Radiation Total Ionizing Dose environment: 26 krad (Si) with 100 mils of aluminum shielding Total Non-Ionizing Dose Radiation Environment: 2E8 MeV/g (Si) with 100 mils of aluminum shielding SEE environments shall not cause unrecoverable failure, nor permanent degradation of, EEE parts or systems that adversely impact system performance or reliability. SSA Functionality Minimum frame rate: 30 fps Commanding Exposure time FPA temperature setpoint Remote power control on/off, Remote power reset Camera configuration Co-addition of frames up to 120x is desirable Telemetry Minimum internally monitored and reported temperatures: Housing, FPA set point, FPA temperature, electronics board Thermoelectric Control (TEC) voltage Report TEC sensor temperature - Materials Low to no outgassing space flight compatible -Support Ground control software - SSA qualified to GSFC-STD-7000 rev B (GEVS), or equivalent ************* RFI Instructions Responses should include pricing, schedule, qualification approach, camera capability and performance, and mechanical, thermal, digital, power and FSW interfaces. Provide a description of any flight heritage, including orbit altitude, inclination and flight duration. Provide a ROM cost and schedule for one flight unit and one Engineering Test Unit of the SSA. Use current year (FY25) dollars for the cost estimate.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/48d6aaf898844e8f97b27c5c2ce76595/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07317105-F 20250119/250117230107 (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 |