Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 13, 2008 FBO #2544
SOLICITATION NOTICE

A -- RFI-QUICKICE SPACECRAFT

Notice Date
11/11/2008
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFI-QuickICE-Spacecraft
 
Response Due
11/24/2008
 
Archive Date
11/11/2009
 
Point of Contact
Glenn Stewart, Contracting Officer, Phone 301-286-4345, Fax 301-286-1724, />
 
E-Mail Address
Glenn.P.Stewart.1@gsfc.nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
Request for InformationTHIS IS *NOT* A REQUEST FOR PROPOSAL, QUOTATION, OR INVITATION TO BID NOTICE.Description: QuickICE Spacecraft The National Aeronautics and Space Administration is evaluating the feasibility of amission, tentatively called QuickICE (Ice, Cloud, and land Elevation). The purpose ofthis RFI is to investigate the possibility of procuring a Gap Filler spacecraft(QuickICE) which has the performance and capabilities of the existing ICESat 1 (ICE,Cloud, and land Elevation Satellite). The QuickICE spacecraft will provide datacontinuity between the existing ICESat 1 and the planned ICESat 2 mission. This RFIseeks price, delivery, and performance information for a spacecraft development thatwould be highly similar in performance to the original ICESat mission. This includesspacecraft bus development and test, instrument integration and test of a GFE instrument,full observatory functional, performance and environmental testing, shipment to thelaunch site and support of launch operations, and in orbit performance verification. Theeffort shall meet the requirements for the QuickICE mission indicated below. Allcharacteristics described herein must be met by the deliverable end-item. If thismission is approved, it is expected that the spacecraft will be purchased on a firm-fixedprice contract arrangement with Government buyoff after in orbit performance checkout ofthe observatory.It is not NASA's intent to publicly disclose vendor proprietary information obtainedduring this solicitation. To the full extent that it is protected pursuant to the Freedomof Information Act and other laws and regulations, information identified by a respondentas "Proprietary or Confidential" will be kept confidential.It is emphasized that this RFI is for planning and information purposes only and is NOTto be construed as a commitment by the Government to enter into a contractual agreement,nor will the Government pay for information solicited.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 sites forthe release of any solicitation or synopsis.This RFI is intended for companies with experience and facilities for fabricatingspacecraft buses. Only companies with proven experience and facilities providing thefollowing services are considered compliant with this request:Program and qualitymanagement, Systems engineering, Bus fabrication and test, Interface and ICD development,Payload integration and test support, Observatory environmental testing, Coordination ofshipping of observatory to the launch site, Launch vehicle integration support, On-orbitcheckout, and Sustaining engineering.The QuickICE spacecraft bus will carry one Laser altimeter instrument, similar to theGLAS (Geoscience Laser Altimeter System) lidar flown on the original ICESat mission. The contractor shall provide all design, development, production, assembly, test andcheckout efforts to provide the spacecraft bus for integration with the other hardwareand software elements of the vehicle. The unique requirements for the QuickICEspacecraft and the vendor are as follows: 1) Operational life will be 3 years minimum on orbit2) Selective redundancy or unique fault management techniques should be considered toachieve a mission life at least 3 years. 3) Orbit shall be Earth orbiting, 94 degree inclination, near circular4) Altitude shall be 590 Km5) Spacecraft shall be capable of carrying a Payload Mass of at least 330 Kg6) Payload type shall be one instrument, similar in performance to the GLAS (GeoscienceLaser Altimeter System) instrument on ICESat. 7) Payload Physical size to be accommodated: Instrument is approximately 100 x 140 x110 cm and telescope is 100 cm in diameter, height of approx 175 cm8) Payload field of view to be accommodated:Nadir pointing, 375 microradians. 9) Instrument duty cycle shall be 100%10) The interface to the instrument shall be1553 for command and data11) Star Tracker and GPS: The GLAS instrument has a Star Tracker, an IRU, and aBlackjack GPS receiver that are available for the spacecraft to interface to, if desired. At its discretion, the spacecraft vendor could provide their own Star Tracker. 12) Orbit Averaged Payload Power is 350W13) Spacecraft bus voltage shall be 28v (26 to 34v range at the instrument interface).14) The instrument is thermally isolated from the spacecraft. 15) Solid State Recorder (redundant) shall provide 56Gb of payload data storage, minimum,to meet instrument and ground system requirements.16) Data communication shall be X Band at 40Mbps in CCSDS format17) Command & Telemetry communication shall be S Band18) Uplink/downlink shall be compatible with existing NASA Ground Stations19) Uplink/downlink shall be compatible with ICESat Mission Operations Center at LASP.20) ACS capability: payload shall be capable of operation in any orientation; providesrapid slewing, tracking of targets, minimizingvibrations and induced jitter.21) Pointing requirements (spacecraft + instrument): control (3 sigma) 30 arcsec roll,60 arcsec pitch, 1 degree yaw.22) Spacecraft shall carry on-board hydrazine propulsion sufficient for a 5 year missionfor orbit make up. 23) The spacecraft must meet the NASA specification for orbital debris24) The launch vehicle for the QuickICE observatory is TBD at this time, but it isexpected that it will be in the class of a Delta II. The launch vehicle should beconsidered Government furnished. The spacecraft vendor should specify details of whichlaunch vehicles their proposed bus is qualified to ride on. 25) LRD no later than January 201226) Compliance with NASA Mission Assurance Requirements is desired but best commercialpractices will be considered.27) Anticipated contract type for spacecraft bus is Firm Fixed Price28) Vendor shall comply with the requirements of the NASA FAR and FAR Supplement. Thevendor is subject to US export control laws and regulations, including ITAR, and isresponsible for obtaining the appropriate licenses and/or approvals from the Departmentof State or Department of Commerce when applicable.Please provide ROM price estimate, including required funding profile, and schedule for:spacecraft bus and full mission spacecraft implementation consistent with abovecharacteristics and capabilities (including program and quality management, systemsengineering, bus fabrication and test, Interface and ICD development, payload integrationand test support, observatory environmental testing, coordination of shipping ofobservatory to the launch site, launch vehicle integration support, on-orbit checkout,sustaining engineering, and deliverable documentation) and any other required activitynot specifically called out here.In addition, please provide a description of key technical, schedule and price driversand options for mitigating price or traded for price reductions.In addition, please provide a brief description of your company capabilities and pastexperience performing spacecraft developments, integration and test, launch support, andmission operations similar to this mission.The Government does not intend to award a contract on the basis of this solicitation orto otherwise pay for the information solicited except as an allowable cost under othercontracts as provided in section 31.205-18, Bid and proposal cost, of the FederalAcquisition Regulation.Although proposal and offeror are used in this Request for Information, your responsewill be treated as information only. It shall not be used as a proposal. This solicitation is issued for the purpose of evaluating the feasibility of a missionthat would serve as a gap filler between the existing ICESat 1 and future ICESat 2mission. Technical questions should be directed to Andre Dress Code 424; Tel. 301-286-5321; emailAndre.Dress-1@nasa.gov.Procurement related questions should be directed to Glenn Stewart, Code 210.7, GoddardSpace Flight Center, Greenbelt, MD 20771; Telephone 301-286-5716; emailGlenn.P.Stewart@nasa.gov.Comments and questions regarding this RFI are encouraged and solicited. Please providethe information requested herein no later than 4:00 PM Eastern time on November 24, 2008to Glenn Stewart, Code 210.7, Goddard Space Flight Center, Greenbelt, MD 20771; Telephone301-286-5716; Fax 301-286-7977 email Glenn.P.Stewart@nasa.gov.If you respond my mail orfax please provide an electronic copy in either Microsoft Word or ADOBE PDF format.The solicitation and any documents related to this procurement will be available over theInternet. These documents will reside on a World Wide Web (WWW) server, which may beaccessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFCBusiness Opportunities home page ishttp://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 It is the offeror'sresponsibility to monitor the Internet site for the release of the solicitation andamendments (if any). Potential offerors will be responsible for downloading their owncopy of the solicitation and amendments, if any.Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3e09d90cdecbecbed320ad1202cf342a&tab=core&_cview=1)
 
Record
SN01703297-W 20081113/081111213102-3e09d90cdecbecbed320ad1202cf342a (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.