Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2025 SAM #8530
SOURCES SOUGHT

99 -- RFI - Advanced Satellite Communication Ground Entry Point

Notice Date
4/2/2025 9:45:43 AM
 
Notice Type
Sources Sought
 
Contracting Office
FA2548 SPC RPD CPBLTS OFFC SPC RCO KIRTLAND AFB NM 87117-2413 USA
 
ZIP Code
87117-2413
 
Solicitation Number
SPRCO25RFI003
 
Response Due
5/23/2025 10:59:00 PM
 
Archive Date
06/07/2025
 
Point of Contact
Jennifer Wilterdink
 
E-Mail Address
jennifer.wilterdink.1@spaceforce.mil
(jennifer.wilterdink.1@spaceforce.mil)
 
Description
Request for Information (RFI): Advanced Satellite Communication Ground Entry Point NOTE: THIS RFI HAS BEEN UPDATED TO INCLUDE A QUESTION/ANSWER PERIOD AND MODIFIED DUE DATE. PLEASE SEE SUBMISSION GUIDELINES BELOW. Introduction: The Space Rapid Capabilities Office (Space RCO) is seeking information from industry on the development and implementation of advanced satellite communication antenna technology that can provide high-gain, low-latency, and reliable communication services for various applications. The purpose of this RFI is to asses the current state of system technology, maturity, and availability to inform current and future Space RCO Programs. Background: Space RCO leverages streamlined acquisition authorities to deliver advanced systems that protect space assets and defend joint forces from space-enabled threats. Space RCO works closely with the USSF Field Commands to rapidly develop and field space capabilities that align with Combatant Command needs and Service priorities. Space RCO is seeking information on a multi-purpose phased array (AESA) that can support a wide range of missions (such as, but not limited to, Ground Entry Point for satellite communications; satellite telemetry, tracking, and command at all orbital regimes). The system should be capable of operating on S-band (2.0-2.3 GHz), L-band (1.7-1.9 GHz), and C-band (4-8 GHz) frequencies. Solutions should be scalable in G/T, EIRP, beamforming, and focused on software as the primary means of growth and mission diversity. Responses with potential solutions should be focused on a tiered approach with cost/pricing commensurate to the tiers. Example of tiers (but not limited to): AESA equivalent to 1.5 meter parabolic performance AESA equivalent to 7.3 meter parabolic performance AESA equivalent to 13.2 meter parabolic performance Requirements: The advanced satellite communication ground entry point should meet the following requirements: Frequency Bands: The system should be capable of operating on S-band, L-band, and C-band frequencies. Phased Array Technology: The system should utilize phased array technology to provide electronic beam steering and shaping for 10 or greater simultaneous effective contacts (beams). Antenna Performance: The system should provide scalable G/T and EIRP (aforementioned tiered approach examples in �Background� section). Performance should scale accordingly for simultaneous contacts (beams) expressed in bullet 2. System Performance: The system should provide a modern digital signal processing back-end: software defined radio leveraging containerized software services to accommodate modularity and flexibility to support future needs such as future waveforms and protocols High Availability: The system should be designed to provide high availability and reliability, with a minimum uptime of 99.9% with >10 years service life per system. Security: The system should be designed with security features to prevent unauthorized access (cyber and physical) and ensure the integrity of transmitted data. Scalability: The system should be scalable to support multiple satellite missions and increasing data rates. RF Interface Standards: The system should comply with relevant industry standards for TT&C satellite control and data. Transportability: The system should be designed for relocatability, with the following requirements: The system should be able to be set up and operational or tear down ready to relocate within 24 hours or better. The system should be able to be transported by air, land, or sea, and should be compatible with standard military transportation equipment. The system should be designed to withstand the rigors of transportation, including extreme temperatures, humidity, and shock/vibration. DoD Environmental Compliance: The system should be designed to meet the environmental requirements of MIL-STD-810H. EMC/EMI Compliance: The system should be designed to meet the electromagnetic compatibility (EMC) and electromagnetic interference (EMI) requirements of MIL-STD-461G. Product Support: The system design should consider clear, unambiguous, and thorough parts management, risks, issues, and opportunities throughout the life cycle, when making design choice decisions. Information Requested: In response to this RFI, we request that interested vendors provide the following information: Company Overview: A brief overview of your company, including your experience in developing and implementing advanced satellite communication systems. Technical Approach: A detailed description of your technical approach to developing an advanced satellite communication antenna that meets the requirements outlined above. System Design: A description of the system design, including the phased array architecture, antenna configuration, and RF frontend. Performance Characteristics: A summary of the system's performance characteristics, including gain, noise figure, and latency. Security Features: A description of the security features implemented in the system to prevent unauthorized access and ensure data integrity. Scalability and Flexibility: A description of how the system can be scaled and modified to support multiple satellite missions and increasing data rates. Transportability: A description of how the system is designed to be transportable, including setup/tear down time, transportation compatibility, and environmental ruggedness. Emplacement will be non-permanent. DoD Environmental Compliance: A description of how the system is designed to meet the environmental requirements of MIL-STD-810H and EMC/EMI requirements of MIL-STD-461G. Cost and Schedule: An estimate of the cost and schedule required to develop and implement the system. Relevant Experience: A description of any relevant experience your company has in developing and implementing similar systems. Product Support: A brief overview of the company�s experience in Supply Chain Risk Management, Diminishing manufacturing sources and material shortages (DMSMS), knowledge in Integrated Logistics Support (ILS) , and approach to Reliability, Availability, Maintainability and Testability (RAM-T) management. Production Capacity: Describe your current capability to produce a system meeting aforementioned criteria and timeline to scale production capability beyond that. Submission Guidelines: QUESTION/ANSWER PERIOD: Please submit any questions no later than 11:59 MDT, 18 April 2025 to jennifer.wilterdink.1@spaceforce.mil. Answers will be posted no later than 6 May 2025. The updated RFI due date is 23 May 2025. Respondents should submit their responses in electronic format (PDF or Word document) to jennifer.wilterdink.1@spaceforce.mil by 23 May 2025. The response should not exceed 20 pages in length, including appendices and attachments. Note: This RFI is for informational purposes only and does not constitute a commitment by Space RCO to procure any services or systems. Space RCO reserves the right to use the information gathered from this RFI to inform future procurements or to develop requirements for a future solicitation. We look forward to receiving your response to this RFI. Please do not hesitate to contact us if you have any questions or require further clarification on any aspect of this RFI.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bddc54e37738464bba2c5e0466311e1e/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN07395905-F 20250404/250402230056 (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.