Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 11, 2008 FBO #2511
SOURCES SOUGHT

59 -- DUAL-POLARIZED ANTENNA SYSTEM

Notice Date
10/9/2008
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, WallopsIsland, VA 23337
 
ZIP Code
23337
 
Solicitation Number
NNG09258756L
 
Response Due
10/23/2008
 
Archive Date
10/9/2009
 
Point of Contact
Diana W. Frimmel, Contract Specialist, Phone 757-824-1290, Fax 757-824-1974, - Pamela J Taylor, Contracting Officer, Phone 757-824-1068, Fax 757-824-1974, />
 
E-Mail Address
Diana.W.Frimmel@nasa.gov, Pamela.J.Taylor@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is hereby soliciting information about potential sources for FOR ADUAL-POLARIZED ANTENNA SYSTEM.The National Aeronautics and Space Administration,Goddard Space Flight Center, Wallops Flight Facility, Wallops Island, Virginia hasrequirements for an integrated S-band (2700-2900 MHz) dual-polarized antenna system. Theantenna system shall consist of a parabolic reflector, dual-polarized feed horn,pedestal, drive motors, and servo-amplifiers. The system shall be capable of emitting andreceiving both horizontal and vertical linearly polarized RF energy. The antenna system will be used as an integrated component of a transportablemeteorological research radar, and all of the components, with the possible exception of the pedestal, shall be constructed so that they may be shipped in standard ISO seatainerswith outside dimensions of either 2.44 m x 2.44 m x 6.1m (8 x 8 x 20) or 2.44 m x 2.44m x 12.2m (8 x 8 x 40). The primary objective of the radar system is to collectmeteorological research quality reflectivity, Doppler and polarimetric data at variousremote locations in the world. The antenna system shall have a 1 degree beamwidth and becapable of handling up to 1.0 megawatts peak pulsed power with pulse widths up to 2microseconds and pulse recurrence frequencies up to 1200 pulses per second. The antennawill be scanned in the azimuth and elevation planes; it will not be used for closed looptracking. The antenna-pedestal system will be designed to operate without a radome underwinds up to 60 mph sustained and survive 120 mph gusts, with acceleration up to 20degrees per second per second and under environmental conditions from a 1 inch radialicing loads to tropical heats as specified in this document. A high performance antenna is required for accurate measurements of dual-polarimetricquantities. The electrical specifications of the feed/OMT, reflector surface accuracy andsecondary patterns are hence stringent as specified in this document. For example, thefirst side lobe must be at least 28 dB lower than the on axis value and the on axis crosspolarization ratio less than -38dB. The Government will require a preliminary designreview (PDR), a final design review (FDR), and range testing at which time the contractorwill certify that all specifications have been met. Full acceptance by the Governmentwill occur after contractor installs the antenna on the pedestal at the final acceptancesite with precision alignment and demonstrates that the reflector surface accuracysatisfies < 0.025" rms. 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 20 pages or less indicating theability to perform all aspects of the effort described herein.Responses must include the following: name and address of firm, size of business; andwhether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned. Technical questions should be directed to: John C. Gerlach, Code 614, NASA/GSFC/WallopsFlight Facility, Wallops Island, VA 23337, Phone: 757-824-1515. Procurement relatedquestions should be directed to: Diana W. Frimmel, NASA/GSFC/Wallops Flight Facility,Code 210.W, Wallops Island, VA23337, Phone: 757-824-1290.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.The Government reserves the right to consider a small business or 8(a) set-aside based onresponses hereto. All responses shall be submitted to Diana W. Frimmel no later than10/23/2008. Please reference NNG09258756L in any response..
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8eabece36a96786e066dcdac1ac89004&tab=core&_cview=1)
 
Record
SN01690695-W 20081011/081009214946-8eabece36a96786e066dcdac1ac89004 (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.