Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 08, 2010 FBO #3240
SOURCES SOUGHT

A -- REQUEST FOR INFORMATION FOR SMALL ORBITAL DEBRIS DETECTION_ ACQUISITION_ ANDTRACKING DEMONSTRATION MISSION

Notice Date
10/6/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall SpaceFlight Center, AL 35812
 
ZIP Code
35812
 
Solicitation Number
10052010PS21
 
Response Due
10/20/2010
 
Archive Date
10/6/2011
 
Point of Contact
Stacey E. Crocker, Contract Specialist, Phone 256-544-3506, Fax 256-544-5028, Email Stacey.E.Crocker@nasa.gov - Lizette M Kummer, Contracting Officer, Phone 256-544-3457, Fax 256-544-5028, Email Lizette.M.Kummer@nasa.gov
 
E-Mail Address
Stacey E. Crocker
(Stacey.E.Crocker@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION FORSMALL ORBITAL DEBRIS DETECTION, ACQUISITION, AND TRACKING (SODDAT) DEMONSTRATION MISSION________________________________________Synopsis October 5, 2010________________________________________General InformationSolicitation Number: 10052010PS21Reference Number: RFI10052010PS21Posted Date: October 5, 2010FedBizOpps Posted Date: October 5, 2010Recovery and Reinvestment Act Action: NoOriginal Response Date: October 20, 2010Current Response Date: October 20, 2010Classification Code: A R&DNAICS Code: 541712 Contracting Office AddressNASA/Marshall Space Flight Center, Huntsville, AL 35812I.IntroductionThis Request for Information (RFI) serves to provide an opportunity for interestedparties and openly solicit potential partner(s) by requesting specific information thatwill be used to offer teaming relationship(s) with industrial partner(s) for developingan MSFC proposal in response to an upcoming NASA solicitation for OCT (Office of ChiefTechnologist), Crosscutting Demonstration. MSFC envisions a teaming arrangement where the industrial partner(s) will act as teammember(s) and will be responsible for providing sensors for the detection and tracking ofsmall orbital debris (1-10 cm) and spacecraft hardware for the Small Orbital DebrisDetection, Acquisition, and Tracking (SODDAT) Demonstration Mission.Based on these responses, MSFC intends to select an industrial partner(s) forparticipation in the OCT proposal.II.Mission Description and Preliminary RequirementsResponses to this RFI shall be commensurate with the requirements for the SODDATDemonstration Mission described below and in the attached requirement document (SODDATDraft Reqts Sept 29, 2010). These requirements are preliminary and are to be used as astrawman set of requirements for the purpose of responding to this RFI.The SODDAT Demonstration Missions primary objective is to demonstrate the ability todetect and track small orbital debris from an orbital spacecraft. The ability to detectand track this debris via various sensors will enable the future removal of such debrisat a later date. The ability to detect and track small orbital debris in the near termwill bring additional capabilities to the Space Situational Awareness (SSA) mission thatis led by the USAF. The SODDAT Demonstration Mission is currently envisioned to consist of the detection andtracking sensors and supporting systems integrated with the spacecraft bus to form oneintegrated Low Earth Orbit (LEO) platform.Nominal Operational life: 36 monthsNominal Orbit Altitude Range: 800-850 km circularInclination (~83 degrees desired)Mass Table 1 shows a rough breakdown of anticipated system masses.Payload Mass (Instruments) 100 kg to 200 kgSpacecraft Bus Mass w/o Payload + 400 kg to 500 kgTotal Integrated Spacecraft Mass 500 kg to 700 kgTable 1 - Estimated System MassesIII.Experience and Capabilities SoughtThis RFI seeks input from vendors and/or launch service providers with:Experience in the development, design, test, & integration of sensors that may be usedfor detection and range determination via laser, lidar, radar, or other methods of smallorbital debris. Analytical and physical integration of the SODDAT sensor suites onto the spacecraft bus.Experience and facilities for design, fabrication, and integration of Low Earth Orbiting(LEO) spacecraft. Vendors must be able to provide low risk, highly-reliable designsolutions and have a history of successfully delivering spacecraft bus systems to supportflight projects.Capabilities to deliver the integrated SODDAT spacecraft to LEO either as a primarypayload or as ride-share payload.A)Sensor CapabilitiesDeveloped sensors that have the capability to detect and track small orbital debris froma LEO spacecraft. The ability to detect orbital debris may depend on the debriss albedo.Assume that small debris has an albedo of 10%.Technologies to detect the small debris may be based upon visible light detection, IRdetection, UV detection, or other.The capability to determine debris object range and directionality.Tracking of debris objects which are moving at relative velocities to the spacecraft ofup to 16 km/sec.B)Spacecraft Bus CapabilitiesSpacecraft bus must be capable of automated fault detection and protection (failure,detection, isolation, and recovery capabilities).Spacecraft bus must meet the NASA Procedural Requirements for Limiting Orbital Debris(NPR 8715.6A) and NASA Process for Limiting Orbital Debris (NASA-STD-8719.14).Provide a verified spacecraft bus and associated ground support equipment (GSE) tointegration site.Provide support during system integration, verification, launch operations, and on-orbitperformance verification activities.C)Spacecraft Bus and Payload System IntegrationExperience in the integration, both analytical and physical, of the hardware for sensorsuites onto a spacecraft bus.Capability to perform integrated system functional and environmental testing (withpotential support from MSFC test facilities as required).D)Delivery of SODDAT to LEOCapability in manifesting an integrated spacecraft onto a launch vehicle and deliveringpayload to required destination. The anticipation is that the launch vehicle class willbe in the Falcon 1e or Minotaur IV class of launch vehicles. As a cost savings measure, identify secondary payload opportunities or co-manifestedpayload opportunities which will be available in the 2014/2015 timeframe for thismission.The launch vehicle shall be from United States of America.In selecting a launch vehicle, the vendor shall maintain a minimum mass margin of 30. %between the mission system mass and the launch vehicles lift capability to the specifiedorbit.IV.SummaryThe information obtained will be used by NASA for planning and acquisition strategydevelopment. As stipulated in FAR 52.215-3, (a) The Government does not intend to award acontract on the basis of this solicitation or to otherwise pay for the informationsolicited except as an allowable cost under other contracts as provided in subsection31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although'proposal' and 'offeror' are used in this Request for Information, your response will betreated as information only. It shall not be used as a proposal. Inputs shall becompliant with all legal and regulatory requirements concerning limitations on exportcontrolled items. GUIDE FOR RFI RESPONSESVENDOR PROPOSAL CONTENT INSTRUCTIONSPlease provide information that meets the above requirements and accommodates for theSODDAT specific subsystems. The requested information shall be documented in thefollowing sections.Section 1- Description of proposed sensors to detect and determine range anddirectionality of small orbital debris objects. Include heritage of sensors and pastexperience in active space flight programs.Section 2 - Description of proposed spacecraft bus including spacecraft configuration,hardware capabilities, redundancies, instrument accommodation, accommodation in launchvehicle, deployments, attitude control methodology, command and data flow. Section 3 Description of the reliability of the proposed bus including: margins andredundancies methodology, fault detection and protection, potential risks andmitigations, any new designs and associated risks. Section 4 Description of the proposed spacecraft bus heritage and experience withprevious flight projects.Section 5 Description of the assembly, integration, test and launch operations approachfor the spacecraft bus and integrated system levels. Any differences from the contractorsnormal test flow should be identified and described.Section 6 Description of the proposed launch vehicle to deliver the SODDAT to LEOeither as a dedicated launch or by means of a secondary payload (rideshare) opportunity. Section 7 ROM cost estimates for sensors, launch vehicle services, and heritagespacecraft system of similar size and performance characteristics.All responses should be provided in Microsoft Office document format and delivered toStacey E. Crocker via email, stacey.e.crocker@nasa.gov. Font should be Times New Roman,size 12, 1 margins. Responses should not exceed 7 pages total (not including cover page)and should be clearly labeled if responses include proprietary information. Responses arerequested to be submitted in Microsoft Office products in a user friendly environment tofacilitate review. NASA has the right to duplicate additional copies for internal use. Please submit responses no later than October 20, 2010. Additional questions should alsobe provided before October 13, 2010 for review and feedback to Stacey E. Crocker viae-mail, stacey.e.crocker@nasa.gov. When responding reference: RFI10052010PS21.Procurement will send an acknowledgement response after submittals have been received andcoordinate responses to RFI inquiries with technical POC within the times specified forinquires. Thereafter, procurement will not be involved in communication regarding theRFI. Please see attachment: SODDAT RFI FINAL Reqts_9_29_2010.docx
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GMSFC/POVA/10052010PS21/listing.html)
 
Record
SN02307164-W 20101008/101006234432-01c5f00215c97684137a6f5906b06620 (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.