Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 6, 2001 PSA #2782
SOLICITATIONS

A -- SPACE TEST PROGRAM OISLSAT PROGRAM RESEARCH AND DEVELOPMENT ANNOUNCEMENT (PRDA) #01-20

Notice Date
February 2, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, SMC -- Space & Missiles System Center, 2420 Vela Way, Suite 2420, El Segundo, CA, 90245-4659
ZIP Code
90245-4659
Solicitation Number
Reference-Number-01-20A
Response Due
March 2, 2001
Point of Contact
Aurora Vigil, Contract Specialist, Phone 505-846-8543, Email vigilm@comanche.plk.af.mil -- Odette Denman, Contracting officer, Phone (505) 846-9147, Email odette.denamn@kirtland.af.mil
E-Mail Address
Aurora Vigil (vigilm@comanche.plk.af.mil)
Description
A. INTRODUCTION: (1) Headquarters Space and Missile Systems Center (SMC), Test and Evaluation Directorate (TE), Space Test Program (STP), solicits white papers from interested offerors identifying new and innovative engineering solutions which provide timely and cost-effective spacecraft integration of Air Force payloads as described in Section B of the PRDA below. This PRDA is being acquired under the procedures of AFMC SUBPART 5335.90, Program Research and Development Announcements (PRDA). Due to FAR character restrictions, this solicitation is published in two (2) parts, with this being Part 1 which includes Sections A, B and C and Part 2 for Sections D, E, F, G and H of this solicitation. This is an unrestricted solicitation to United States business organizations. Foreign owned firms are advised that they will not be allowed to participate at the prime contractor level. Small businesses are encouraged to respond to this solicitation. Offerors must be registered in the Department of Defense Central Contractor Registration database in accordance with Defense FAR Supplement (DFARS) Part 204.7302 to be eligible for contract award. THIS ANNOUNCEMENT CONSTITUTES THE SOLICITATION, DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Interested offerors are encouraged to contact 2Lt Thomas (Lee) Philley, at (505) 846-6406, or by email: Thomas.Philley@Kirtland.af.mil, or Eleni (Sam) Sims, at (505) 846-7047 or by e-mail: Eleni.M.Sims@aero.org prior to committing resources in preparing submission of white papers. The purpose of the communication is to preclude unwarranted effort on the part of the offeror whose work is not of interest to the Government. (2) WHITE PAPER INSTRUCTIONS: Offerors are required to submit a ten (10) page or less white paper, and a separate one (1) page Rough Order of Magnitude (ROM) per satellite solution. The ROM should include the major cost elements with a cover letter. The white paper(s) should address the following information: Section A: Title: Name of Company, Projected Period of Performance, and dates when experiments are required. Section B: Technical Summary: Include physical experiment integration data. Offerors otherwise have latitude as to what information is presented in the white papers. Evaluation of the white paper(s) will be performed by a technical evaluation team to determine overall technical merit and interest to the Government. Offerors that submit white paper(s) found to be of interest to the Government may be requested to submit formal technical and cost proposals by a specific date. Any resultant award associated with this PRDA is subject to the Availability of Funds. Such invitation does not assure that the submitting organization will be awarded a contract. Government technical evaluators may contact offerors before completion of the initial evaluation of the white papers as deemed necessary to gain additional information to complete evaluations. Such dialog will most likely be conducted telephonically, but may be done in writing (e-mail) or face-to-face as required. To reduce contractor expense, the Government will keep such interchange to the minimum time necessary. White papers submitted in response to this OISLSat PRDA shall be submitted by 2 Mar 2001, at 1600 Mountain Standard Time. The government reserves the right not to evaluate white paper(s) received after the cut-off date specified herein. The Government also reserves the right to amend this PRDA at any time prior to formal proposal solicitation. Offerors should be alert for any amendments that may be published. White papers should be addressed to: Space & Missile Systems Center, Contracting Division, 3550 Aberdeen Avenue SE, Building 413, Room 115, Kirtland Air Force Base NM 87117-5776; Attention: Aurora Vigil. B. REQUIREMENTS: (1) TECHNICAL DESCRIPTION: A) STP has a requirement to build one (but will consider two) small satellite(s) to fly as many as possible of the following Space Experiments Review Board (SERB) experiments: High Speed Optical Intersatellite Link (OISL), Cibola Flight Experiment (CFE), Coherent Electromagnetic Radio Tomography (CERTO), Computerized Ionospheric Tomography Receiver in Space (CITRIS), Micro-Electrostatic Analyzer (MESA), Wafer Scale Signal Processing (WSSP), and Micro-Electromechanical Based Autonomous On-Orbit Satellite Inspection Experiment (MEPSI). Detailed information on each experiment can be found (further referred to as the SMC/TE website) at http://www.te.plk.af.mil/Contracts/Procurements.html (reference OISL PRDA #01-20). B) The Government requires that the OISL experiment be the core payload on the first satellite. The Government desires that the CFE experiment be on the same satellite if possible, but will consider it as the core payload on a second satellite. Any combination of the remaining experiments on either satellite is acceptable. If offerors select the two-satellite solution, two (2) white papers may be submitted. C) The Government requires that each satellite both mechanically and electrically interfaces with the EELV Secondary Payload Adapter (ESPA) ring and the environments associated with a vertical interface plate (vs. a horizontal interface plate). In order to appropriately fit the ESPA ring, the base of each satellite shall be limited to 61cm x 61cm (24" x 24"), and the height shall be limited to 96.5cm (38") -- assuming "base" refers to the ESPA interface plate. The mass of each satellite is also limited to 181 kg (400 lbs.) -- assuming the center of gravity is no more than 51cm (20") radially (in the "height" direction) from the interface plate (see SMC/TE website for more ESPA information). D) The Government requires each satellite to have a NSA-approved uplink and downlink encryption scheme via Cardholder and Pegasus, respectively (see Section D (6) for government furnished equipment associated with communication security). E) The launch vehicle will be a Boeing Delta IV-Medium, 4-meter fairing. A copy of the Delta IV Payload Planner's Guide can be viewed or downloaded at http://www.boeing.com/defense-space/space/delta/delta4/guide. The Delta IV-M will launch from Kennedy Space Center, FL in October 2004 into a 25-45 deg inclination, 600-800 km circular orbit (exact orbit is still to be decided). F) The Government plans on providing satellite Telemetry, Tracking, and Commanding (TT&C) via the Air Force Satellite Control Network (AFSCN) and Research, Development, Test and Evaluation (RDT&E) Support Complex (RSC) at Kirtland Air Force Base, with experiment data distribution provided via the RSC and the Internet. However, the offeror may propose other means of TT&C and data distribution; the offeror must address the cost of these means in the cost proposal. If the offeror chooses to use the AFSCN and the RSC, the spacecraft TT&C subsystem shall be compatible with the RSC and the AFSCN according to AFSCN Standardized Interface Specification 000502 (SIS-502). Offerors shall support launch and on-orbit operations for twelve (12) months. Offerors shall provide on-site personnel support for all launch and on-orbit operations rehearsals (four rehearsals expected) at the RSC (or proposed Satellite Operations Complex). Offerors shall provide command and telemetry specifications, data formats, conversions and calibrations, SV operations information, launch support and readiness information, training, and required training materials. Offerors shall provide network requirements to the RSC. G) This mission is unique in that it is the first planned flight of the ESPA ring. Therefore, satellites with conservative designs are more attractive to the Government. However, the Government will consider all feasible solutions. H) The Government expects the total cost of this effort (including spacecraft bus development, experiment integration, and operations support (excluding the actual on-orbit operations) for one or two satellites) to be approximately twelve (12) million dollars. (2) SUPPORTING DOCUMENTATION: Offerors can review/download the following documents on the SMC/TE website: The Experiment Requirements Matrix, ESPA Ring Specifications, a Points of Contact list, a list of government furnished equipment, any amendments to this PRDA. C. DELIVERABLE ITEMS: Contract Funds Status Report, Integrated Master Schedule, Experiment to Spacecraft Interface Control Document (ES ICD), design review data packages, System Test Plan, Spacecraft System Specification, Transportation and Handling Plan, Test Reports, Program Requirements Document, On-Orbit Operations Handbook, Support for launch and on-orbit operations rehearsals at the RSC (or proposed Satellite Operations Complex), Software User's Manual, Space Vehicle Handbook, Space Vehicle Training, Ground Specification Document, Command and Telemetry Handbook. Offerors may propose additional deliverable
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-01-20A&L=901)
Record
Loren Data Corp. 20010206/ASOL013.HTM (D-033 SN50C634)

A - Research and Development Index  |  Issue Index |
Created on February 2, 2001 by Loren Data Corp. -- info@ld.com