SOURCES SOUGHT
D -- SOURCES SOUGHT SYNOPSIS FOR A SPACE NETWORK GROUND SYSTEMS ARCHITECTURECONCEPT STUDY
- Notice Date
- 5/27/2008
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- Sources-Sought-Synopsis-SNGS-Study
- Response Due
- 6/10/2008
- Archive Date
- 5/27/2009
- Point of Contact
- Michele Rook, Contracting Officer, Phone 301-286-1236, Fax 301-286-6299
- E-Mail Address
-
Michele.C.Rook@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting information about potential sources for performing aSpace Network Ground Systems (SNGS) Architecture Concept Study. The Space Network (SN)Modernization Project, located at the NASA GSFC, is beginning preliminary planning forthe modernization of the existing SNGS located at Las Cruces, NM and at Guam, a U.S.territory. Overview:The SN consists of a space segment, Tracking and Data Relay Satellites (TDRS), and aground segment, SNGS. The SN provides the capability for global space-to-groundtelecommunications and tracking coverage for Low Earth Orbit (LEO) and near earth spaceflight missions, including both scientific and human space flight. The functional objectives of the SNGS are:1. Maintain health, safety, and control of all TDRS spacecraft.2. Relay customer signals in forward and return directions between the grounddemarcation points for NISN services or Local Interfaces and customer spacecraft via theTDRS with a very high figure of availability that provides for extremely high operationalproficiency.3. Provide tracking services for TDRS and customer spacecraft.4. Provide SN customers with service planning, scheduling, and status & control ofactive supports. 5. Provide for the ability to operate, maintain, and sustain the flight and groundsegments.6. Provide for testing, monitoring and fault isolation of the SN assets and systems.More information about the SN can be found at:http://scp.gsfc.nasa.gov/sn/index.htmBackground:The SNGS has been evolving since the last significant modernization effort completed inthe middle 1990s. The SNGS has been expanded, and modified to support an evolvingcustomer base while maintaining the fundamental architecture created by the lastmodernization project.The SN Modernization Project is beginning preliminary planningfor the modernization of the existing SNGS to address issues associated withobsolescence, create a more flexible and organic architecture to address evolvingcustomer requirements and advances in technology, to implement new methods andcapabilities for using the TDRS to support customer spacecraft, to expand and improve themethods by which customer control centers interface with the SNGS for data and serviceplanning and control, and to improve long term operational performance andmaintainability.Approach:In order to improve the SN Modernization Project efforts to plan for the modernization ofthe SNGS, NASA is seeking innovative and transformational replacement architectureconcepts for the SNGS that meet the functional objectives and address the issues andgoals outlined above. The NASA SN Modernization Project is planning to execute a SNGSArchitecture Concept Study procurement to seek the best ideas and concepts from industry. It is expected that the study will generate new architecture concepts for the SNGS whileaddressing the technical readiness level of the components necessary to implement thearchitecture. An associated description for the concept of operations for thisarchitecture will need to be included, along with risks, issues, and descriptions of anytechnology investments necessary to implement the architecture. It is anticipated thatmultiple Architectural Concept Studies may be awarded. The study will describe the facility needs for the new system (power, cooling, squarefootage, etc.). The study will not need to address the modification of the power,cooling, or square footage of the existing facilities.It is expected that the newsystems will be developed, integrated and tested at a location geographically separatedfrom WSC. The new systems will then be installed and transitioned into operations at theNASA facilities in Las Cruces, NM, and Guam. It is anticipated that the mechanicalcomponents of the existing Space to Ground Link antennas at those facilities would beretained; however, all other RF components and support systems are under considerationfor replacement in the architecture. A specific Statement of Work and list ofdeliverables will be provided with the study RFP, these are expected to include anarchitecture concept, companion operations concept, and describe the estimated effort andtimeline for the implementation of the approach.The contractor(s) will provide the personnel, materials, and facilities necessary tocomplete the study. The contractor(s) will need to have expert knowledge and experienceof the principles and practices related to complex satellite communications, withknowledge of the SN in particular. The contractor(s) will need expert knowledge andexperience in numerous areas including ground system and subsystem architectures,state-of-the-art digital modulation/demodulation techniques and coding schemes, RFamplification, filtering, timing systems, signal combining methods, distortionsensitivities, etc., and the commercial availability of these items in the marketplace.The contractor(s) will need relevant experience and the use of appropriate analyticaltoolsets and modeling.Further, the contractor(s) will need expert knowledge in softwaredesign for complex and high reliability software systems, and the use of appropriatemodeling techniques to predict complexity, size, effort, and schedule for development. Knowledge of appropriate commercially available products will be necessary. Other Information:No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Interested offerors/vendors having the required specialized capabilities to meet theabove requirement should submit a capability statement of 15 pages or less indicatingtheir ability to perform all aspects of the effort described herein. Be sure to addressspecialized knowledge and experience in the areas identified in this synopsis.Responses must include the following: name and address of firm, size of business;average annual revenue for past 3 years and number of employees; ownership; whether theyare large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of yearsin business; affiliate information: parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact - address and phone number). Technical questions should be directed to: TedSobchak at (301)286-7813. Procurement related questions should be directed to: MicheleRook at (301)286-1236.Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Michele Rook at "NASA GSFC, MailCode: 210.4, Attn: Michele Rook, Greenbelt, MD 20771" no later than June 10, 2008. Please reference "Sources-Sought-Synopsis-SNGS-Study" in any response.Any referencednotes may be viewed at the following URLs linked below.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=fa4cbdaba2db8a8372237ee4d98d6cee&tab=core&_cview=1)
- Record
- SN01581163-W 20080529/080527215913-fa4cbdaba2db8a8372237ee4d98d6cee (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 |