Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 22, 2008 FBO #2461
DOCUMENT

A -- Space Radar Capability - RFI for Space Radar Capability

Notice Date
8/20/2008
 
Notice Type
RFI for Space Radar Capability
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
08-45
 
Response Due
9/8/2008
 
Archive Date
9/23/2008
 
Point of Contact
Andrew Mitchell,, Phone: 310-653-9054, Maj Daniel Walter,, Phone: 310-653-9588
 
E-Mail Address
Andrew.Mitchell.ctr@losangeles.af.mil, daniel.walter@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
TO: ALL Potential Respondents 20 Aug 2008 SUBJECT: Request for Information Regarding Space Radar Capability The Under Secretary of Defense for Acquisition, Technology, and Logistics has requested a market survey of existing and planned space radar systems to meet joint warfighter needs. The capabilities of interest include: 1. Space radar imaging data from currently operating systems (2009-2012+) and 2. Low cost commercial and international SAR space and ground system(s) that are low risk for Initial Operational Capability (IOC) in government Fiscal Year 2012 (FY12). The purpose of this Request for Information (RFI) is to solicit information on existing commercial and international systems or low risk systems in development. This letter is a Request For Information (RFI) only and the US Government does not assert or imply that any Request for Proposal (RFP) or other acquisition action will occur as a result of this RFI; however, all potential respondents are advised that funding has been requested for providing space radar data and/or a new acquisition which could begin in FY09, with initial government operation of the first vehicle expected in FY12. To meet the need for a space radar system on schedule, the government anticipates a low-risk design approach. The government is currently refining the definition of the mission needs that this potential system will satisfy. The government is particularly interested in existing space radar system designs with demonstrated on-orbit performance. The government desires to understand products, designs, hardware, and software that will minimize risk in order to deliver an operationally useful integrated satellite system in the time required. The government invites all radar data providers and space radar system developers that can deliver capabilities to respond to this RFI. The Government requests a white paper with completed System parameter sheets in response to this RFI. Respondents are asked to deliver the submission, by no later than 1400 hours Pacific Standard Time on 8 Sept 2008 to the undersigned in both hardcopy and softcopy form to: SMC/XR 483 N. Aviation Blvd El Segundo, CA 90245 Attention: Major Daniel Walter Respondents shall provide one (1) original (plus 5 copies) and one (1) softcopy submission. A page is defined as each face of an 8.5 by 11 inch sheet with information contained within an image area of 7 by 9 inches (12 point font, no fold outs). The total page count for the white paper response is limited to no more than 35 pages, not including the system parameter spread sheets, system performance models, cost data sheets, or the value proposition described below. Please provide the softcopy for the white paper in Microsoft Office 2000 Word (or later) format (.DOC), and in Adobe Acrobat Exchange Portable Document Format (.PDF) format (with copy/paste function enabled), and for the data sheets in Microsoft Office 2000 Excel (or later) format (.XLS), and in an Adobe Acrobat Exchange Portable Document Format (.PDF) format (with copy/paste function enabled). The softcopy must be submitted either by email to lawrence.halbach@losangeles.af.mil, Andrew.mitchell.ctr@losangeles.af.mil joseph.simonds@losangeles.af.mil, and daniel.walter@losangeles.af.mil or by virus scanned CD-ROM. Responses from small and small disadvantaged businesses are encouraged. The applicable NAICS code and small business size standard are 541712 and 1,000 employees, respectively. The response shall be UNCLASSIFIED. CLASSIFIED Annexes will be considered with prior coordination. Include: Company Name Company Address Contractual and Technical points of contact including phone numbers and email addresses A. Product Description - Description of space radar image products (e.g. SAR points, SAR area, Surface Moving Target Indicator (SMTI), and Open Ocean Surveillance (OOS)) that may be leveraged for theater operations intelligence and surveillance purposes by the US government. This includes, but is not limited to product types (i.e. single look complex imagery or multi look imagery), request mechanisms, delivery schedules, cost, and delivery format (i.e. NITF, GEOTIFF, etc). B. System Description 1. Technical Description: Describe system parameters, concepts of operation, expected radar performance, and top-level risks a) Complete the System Description Table (Attachment 1) using, where appropriate, "operational" data from on-orbit operations. State the source of data (i.e. on-orbit measurements, modeling results, analysis). i) Describe end-to-end architecture and system to include both space and ground segments a) Constellation, space vehicle, and launch strategy b) Radar sensor parameters and operating modes c) Satellite tasking (command) system and concept of operations, including tasking time lines d) Data communication system, including on board data storage, crypto, and transmission to ground stations e) Describe the image formation processing and data dissemination system. Include data volume and data processing rates. f) Describe security, control, and mission assurance mechanisms and procedures associated with tasking, uplink, downlink, vehicle operations, data distribution, data storage, data dissemination, and personnel security. g) Provide assumptions on leveraging of any existing ground components. b) Provide the Space Radar System Performance in all available Synthetic Aperture Radar operating modes. Please explain the basis for the performance you specified in the table. c) Discuss the top-level Risks of the system outlined. Some of the risks to consider in this section are manufacturing risks, sustainment risks, launch and on-orbit risks, service life risk, schedule risk to FY 12 IOC, and needed development and its associated risks. Additionally discuss the foreseen risks associated with integrating the proposed space system with the existing Distributed Common Ground System and National Infrastructure for Tasking, Processing, Exploitation, and Dissemination Data. 2. Business: Explain the potential costs, schedule, and capability acquisition options a) Complete cost estimate with the best available information. Identify and discuss the cost risks of your described system, including life cycle cost risks and drivers, potential quantity price breaks, and cost drivers for operating and maintaining the described "system" b) Schedule: Provide a proposed schedule for the development and production of the subject system and identify schedule risks and drivers. c) Explain the potential benefits and drawbacks of capability acquisition options to include but are not limited to imagery purchase, anchor tenancy, capacity leasing, government or contractor ownership and operations. d) Address significant import/export issues. 3. "Value proposition" (10 pages, not counted in 35 max page count) This is your opportunity to communicate the benefits your space radar system contributes to the responsive and assured support of the joint warfighter. Additionally, address how your system can be scaled or evolved to meet changing surveillance requirements. Additionally, Contractors are given the option to submit additional information outlined in attachments 2 or 3 that they feel may be useful to the government's efforts to build an acquisition plan. The Government intends to use Federally Funded Research and Development Center (FFRDC) and Systems Engineering and Technical Assistance (SETA) support to help review the RFI responses. All Government, FFRDC, and SETA personnel will sign appropriate non-disclosure forms. The Government will treat all responses as COMPETITION SENSITIVE. Please be advised that the Government will not pay for any costs associated with the preparation of the requested RFI. The Government may contact a respondent for more information or clarification purposes. The Government does not commit to contacting a respondent or providing any feedback on a response. The Government does not intend to issue any findings or reports outside the Government resulting from this RFI. Due to the expedited timeline, questions may be submitted with the RFI response and may be considered in any potential future solicitations. Respondents to this RFI should stipulate any assumptions used in the development of their response. The Government anticipates that respondents will respond to the information requested to the best of their ability with as much of the requested information as time permits by the specified deadline. No extensions to the schedule are foreseen. Soft Copies must be submitted on time. Hard copies may be submitted up to two days later to account for geographical separation. Sincerely, Joseph Simonds Contracting Officer Attachments: (1) Technical Input Data Sheets (2) Cost Input Data Sheets (3) Information only: Anticipated future information needs ATTACHMENT 1 TECHNICAL INPUT DATA SHEET (A) Radar from Space System Name Notes References Units Constellation Altitude (equator) km Inclination deg Right ascension of ascending node deg Number of vehicles Eccentricity (nominal) Space Vehicle Vehicle mass dry kg Radar payload mass kg Communication payload mass kg Propellant mass kg Average DC power to radar W Peak bus DC power to radar W Average DC power W Peak bus DC power W Energy Storage Whr Launch vehicle text Design life years Image Collection Modes Max number of imaging minutes per rev min Max number of imaging minutes per day min Max number of images per rev at finest res img/orbit Max number of images per day at finest res img/day Max number of imaging+maneuver minutes per rev min Max number of communications minutes per rev min Max number of communications minutes per day min Range of grazing angles deg Range of Doppler cone angles deg Other constraints text Radar Antenna Antenna Length - if planar array m Antenna Width - if planar array m Antenna Diameter - if reflector m Include configuration (cassegrain, Gregorian, etc) Number of TR modules Describe spacing scheme Number of radiating elements per TR module Turnaround time sec Electronic steering volume Deg from Boresight (1/2 angle or beamwidths) +/- azimuth and elevation for planar array, circular half angle for reflector Radar Instrumentation Parameters RF center frequency GHz Max transmit/resolution bandwidth MHz Peak radiated power W Max duty factor Nominal duty factor Max PRF Hz Min PRF Hz ADC sample rate(s) MHz Number of bits per sample integer Max data rate into data storage Mbits/s Antenna type reflector/array Antenna gain dB Antenna beamwidth azimuth deg At 3dB point Antenna beamwidth elevation deg At 3 dB point Antenna steering description and constraints text Antenna slew rate deg/s Antenna slew acceleration Deg/s2 Antenna slew jerk Deg/s3 Antenna settle time sec System noise figure dB Nominal noise equivalent backscatter coeff dB Polarization(s) Waveform type (e.g., linear FM) On board data storage capacity Gbytes Geolocation error budget ID elements of error budget and expected values. Use separate sheet or table. Payload Data Downlink Communication Data Rate Mbits/s Describe modulation scheme Communication system frequency GHz Communication Overhead % of DR Buffer Size Tbits Buffer management strategy text Minimum downlink elevation angle deg Antenna slew parameters and constraints Text Include capability for/restriction against simultaneous collection and WB communication Downlink acquisition time sec Downlink drop time sec Data compression and processing text Include error correction techniques Encryption (include size, weight, power details) text Tasking and Control Command Uplink Rate Kbits/s Real-time telemetry downlink rate Kbits/s Store-and-dump telemetry downlink rate Kbits/s Encryption (include size, weight, power details) text ATTACHMENT 1 CONTINUED TECHNICAL INPUT DATA SHEET (B) Operational Parameter slant plane range resolution (m) slant plane azimuth resolution (m) image range dimension (km) image azimuth dimension (km) Additional Notes Spotlight Mode(s) Strip Map Mode(s) Other Mode(s) ATTACHMENT 1 CONTINUED Provide: • Collection data rates, as a function of resolution and geometry, for each sensor mode (e.g., spot, scan,strip,etc). [Geometry means offset range from the ground track to the collection point, and azimuth offset (along track distance) in km]. • Collection area rates, (A-dot), as a function of resolution and geometry, particularly for scan modes, but for other modes too, if available. • Mean, Median and Mode for collection data rates (from all geometries in a quadrant) for each resolution increment • Mean, Median and Mode collection area rates (from all geometries in a quadrant) for each resolution increment Example Format - TECHNICAL INPUT DATA SHEET (C) Range Offset (km) Azimuth Offset (km) Ground Range Slant Range RNIIRS 4.0 A-Dot RNIIRS 4.0 Data Rate RNIIRS 4.5 A-Dot RNIIRS 4.5 Data Rate Etc... Harmonic Mean: Mean: Median: Mode: Also Provide: • Dwell Time to achieve a given spot size (i.e., 4, 16, 36 km2) for increasing resolution increments • Average Dwell Time (from all geometries in a quadrant) to achieve a given spot size (i.e., 4, 16, 36 km2) for increasing resolution increments • Information on data processing rates / times for the various sensor products. • Size of the imagery products after processing in (Mb) per km2 ATTACHMENT 2 Cost Input Data Sheet (A) ATTACHMENT 2 (CONTINUED) Cost Input Data Sheet (B) ATTACHMENT 3: For the Potential Respondent' Information Only Anticipated Future Information Needs 1.0 There is no information Requested in this section The government does not expect the potential respondents to fill out any of the information below for this RFI. However, it is anticipated that the government will seek similar information in another RFI in the near term. This will likely be information that the government will need as our acquisition strategy matures. The following sections are written in an RFI format. 1) Technical System Description: a) Provide an end-to-end system description to include a space vehicle and associated ground system design. Identify the process by which data will be delivered to the warfighter and the National System for Geospatial Intelligence (NSG). This should include the CONOP, the data path, and modifications necessary to integrate with existing information dissemination systems. Describe existing tasking systems and tasking schema for concept system. i) Provide a concept of operations that includes showing how the space to ground interface closes. Indicate command uplink and periodicity requirements/assumptions along with vehicle command buffering and overwrite capacity and vehicle tasking assumptions, constraints and flexibilities. Describe duty cycle expectations, including imaging/target collection periods, calibration periods, standby/sunsoak periods, data downlink periods including their interrelationships and allowed overlaps, if any. Identify major redundancies built into the space vehicle as well as any known Single Point Failures ii) Include a description of the performance of the system. iii) Populate the current system parameter entries and, if applicable, desired parameter entries, of the Input system Data Sheets below. iv) Identify the source values of the input parameters for deriving collection mode performance such as Image Quality Equation (IQE) coefficients and Probability of Detection (Pd) assumptions. Describe the source (E.g. known and verifiable unit-level performance, engineering judgment/estimates, sub vendor quotes, etc.) of hardware performance assumptions. Assess the margin and conservatism that was used when estimating space vehicle agility, payload data rates, wavefront error, etc. b) List vehicle (bus, payload and communications) units/subsystems/systems included in the proposed design. i) Describe the composition and main features, down to the unit level, of the payload and vehicle bus. Describe the top-level dimensions and approximate spatial relationships of various subassemblies and units within the space vehicle concept. ii) Describe the main electrical, mechanical, thermal and software interfaces within the space vehicle iii) Assess the vehicle design using standard NASA Technology Readiness Levels (TRLs) to the unit level whenever possible. In order to minimize misinterpretation of TRL levels, provide a brief narrative of the current state of maturity of each unit and interface. When possible, describe the heritage of each unit and interface, particularly its pedigree in proven space applications. iv) Identify percent change and the specific changes needed to existing hardware. v) Identify long-lead items and associated need dates. vi) Provide mass property and power estimates to the element level when possible, including confidence assessment of the estimate vii) Provide a software sizing estimate for vehicle. Indicate percent reuse of existing flight and ground software.. c) Describe the Ground Processing assumptions used for concept development. i) Provide a data flow diagram indicating major processing steps, their temporal order and intermediate and final data products ii) Indicate the pedigree of the major processing steps. iii) Provide assumptions on leveraging any existing ground components. Describe any hardware or software changes. d) Describe Launch Vehicle and Launch Facilities assumptions used in your proposed design. i) Indicate the Launch Vehicle assumed for the baseline, its suitability and assumed throw weight margins versus orbit and how its availability fits with schedule needs. Describe any assumptions regarding modifications to the launch vehicle. ii) Indicate alternative Launch Vehicle options if any. 2) Space and Ground Segment : a) Identify proposed schedule from contract initiation to first vehicle launch. b) Identify any driving risks to reach proposed schedule. c) Describe build standards assumed in the development that are consistent with the proposed schedule i) Describe the verification philosophy, functional and performance testing ii) Describe the standards/philosophies assumed for safety factors, margins and model uncertainty factors. iii) Briefly describe the source of input reliability data for design life and Mean Mission Duration estimates. d) Identify total quantity of satellites in proposed constellation. e) Specify replenishment strategies and logistics 3) Cost Information: Use the attached template to provide details on the proposed design and historical analogous program experience. a) For the proposed design, using the "Proposed Estimate Cost Sheet: in Attachment 3, segregate non-recurring and recurring costs, basis of estimate (e.g., actuals, analogous, etc.), and, where applicable, the heritage program (s) from which the costs are derived. Identify costs at the lowest possible level (i.e., box, subsystem, etc.). For recurring cost elements, identify corresponding quantities for all satellites needed to complete the proposed constellation. b) For the historical analogous program experience, using the "Historical Program Cost Sheet" in Attachment 3, provide prior program cost analogies to support validity of the proposed design cost estimate. Identify historical analogous programs by name. 4) Corporate Capabilities and Satellite Prime Experience: a) Demonstrate corporate capability and experience in the management, development, and integration of space systems as a prime contractor managing multiple subcontracts to build similar systems. Your response should draw upon your company's relevant experience on appropriate and applicable contracts. b) Describe corporate knowledge of broader NSG architecture. Describe your ability to integrate imagery satellites with relevant ground architectures. c) Describe corporate facilities and labor resources required to deliver the system/service proposed. Describe the maturity, location and availability of the facilities to be used for the build of the vehicles, including capacity considerations. Identify if multiple overlapping vehicle builds are under consideration and the impact for scheduling and use of required facilities. Explain how this program will be staffed in addition to maintaining staffing on existing programs. d) Identify the major subcontractors that will be required to participate in order to deliver the system/service proposed. Indicate the systems and subsystems expected from each subcontractor and their level of experience to provide these systems in the time and maturity required. e) Describe any Government Furnished Equipment Requirements (if any). 5) Acquisition Strategy: a) Provide Recommendations for acquisition strategy that may include cost sharing arrangements with the government or may otherwise enable an acquisition to support he critical schedule need. 2.0 Constraints and Considerations (for info only) The following constraints and considerations apply: 1. The vehicle must be able to be inserted into its desired orbital altitude and inclination on a launch vehicle no larger than (_____________). 2. The launch vehicle selected must not require any mission unique modifications which have not previously been qualified for space flight (e.g., a larger non-standard payload fairing or a upgraded solid rocket motor). 3. The launch vehicle selected must not require any new significant facility modifications to support the mission. Facility modifications already planned and scheduled to be implemented in support of other missions will be analyzed to assess overall program schedule risk. 4. Ground system must include the ability to deliver imagery in National Imagery Transmission Format (NITF) 2.1 format and JPEG 2000 compression and SMTI and OOS detection reports in STANAG 4607 format. 5. Proposed solution must enable an initial launch capability not later than 2012. 6. Command and Control of the satellite shall be exercised from one or more ground stations in the United States. 3.0 Desired Constellation Attributes (for information only) The following desired system attribute definitions will be used to quantify the system performance: 1. Number of spotlight images and corresponding area rate (units, Area per Day) 2. Daly global area rate, all modes integrated (units, Area per Day) 3. Daly contiguous image quantity (units Area per Day) 4. Geographic coverage (range of latitudes?) 5. Mean elapsed time for satellite in constellation to image a specified ground point measured from the time of data request ("time to access") (units, minutes) 6. Mean time to process and disseminate data (Latency) (units, minutes)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=17820bb697570218c6f6f4ae70fa68ff&tab=core&_cview=1)
 
Document(s)
RFI for Space Radar Capability
 
File Name: RFI (RFI_Draft_V10_Aug_19_2008.doc)
Link: https://www.fbo.gov//utils/view?id=3a7b654d54dbd4e6514dfd5faf055876
Bytes: 334.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: SMC/XR, 483 N. Aviation Blvd, El Segundo, CA 90245, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN01645401-W 20080822/080820220451-17820bb697570218c6f6f4ae70fa68ff (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 |
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.