Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 02, 2016 FBO #5213
SOURCES SOUGHT

58 -- Planetary Rover Communication System - TABLE 1

Notice Date
2/29/2016
 
Notice Type
Sources Sought
 
NAICS
334290 — Other Communications Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Mail Code: BH, Houston, Texas, 77058-3696, United States
 
ZIP Code
77058-3696
 
Solicitation Number
NNJ16ZBH010L
 
Archive Date
3/30/2016
 
Point of Contact
Audrey C. Montgomery, Phone: 2817927510
 
E-Mail Address
audrey.c.montgomery@nasa.gov
(audrey.c.montgomery@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
TABLE 1 - Notational Communication System Specifications This Request For Information (RFI) is issued by the National Aeronautics and Space Administration (NASA) Lyndon B. Johnson Space Center (JSC) to solicit responses from interested parties and available vendors of meeting identified requirements. This document is for information and planning purposes and to allow industry the opportunity to provide information on key parameters that will help NASA refine and mature its acquisition plans. Background: NASA/JSC is interested in communication systems (or major components comprising one, example transponder, TWTA, HGA, etc.) capable of operating on a planetary rover "in-transit" to the moon and on the Lunar surface and poles. During the cruise phase, the communication system will support low-rate communications (~2-4 kpbs) with NASA's Deep Space Network (DSN) or Near Earth Network (NEN). This will allow the in-transit vehicle to communicate in any attitude. During surface operations the system will operate direct-to-earth with the DSN and/or NEN using high rates on the order of 650 - 800 kbps and contingency rates of 2 kpbs. The navigation algorithms will make use of range and range rate measurements from the communication system, so the communication system needs to support radiometric tracking. The communication system needs to survive and operate in the extreme environments on the Lunar surface and Lunar poles. This RFI seeks information about communication systems and/or major components that may be delivered as early as 2019. Solutions with proven flight heritage are preferred. Notional specifications for the Lunar communication system are given in Table 1 (see link below). Responses to this RFI should include: 1. Organization/Company Info: a. Name and address of firm, b. Cage Code and DUNS Number (if available), c. Points of contact name(s) with phone number(s) and email address(es), d. Website (if applicable), and name of parent organization (if applicable). e. Business size (Based on NAICS code) and/or Socioeconomic designation (i.e., large, small, SDB, WOSB, VOSB, SDVOSB), f. List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement), g. Whether the firm is under a GSA Schedule Contract for this product 2. Technical: a. Proposed technical specifications for the communication system or major components of the system, including mass, transmitted power, overall power, including but not limited to those listed in Table 1. b. Flight heritage of system/components meeting the specification or technology readiness level of systems without flight heritage and any near-term plans / approach for qualification of those components that do not yet have flight heritage. c. System operation in the lunar environment, in terms of how the communication system/components would be designed to tolerate lunar temperature, radiation, vacuum, etc. including possible use in permanently shadowed regions. Respondents should minimize, but describe any accommodation support required from a rover (thermal management, avionics, interfaces, etc.). d. Design for launch and surface mobility conditions, in terms of how the system would tolerate shock and vibration during quiescent and operational mission phases. Respondents should list assumptions that have significant design impact. 3. Schedule/Cost: a. Schedule to deliver a system meeting the above specifications including engineering development, technology advancement (if needed), engineering units, certification and flight system delivery. b. Rough order of magnitude cost to deliver the system meeting the above specification. Cost should NASA/JSC would like to know rough order of magnitude estimate for the delivery schedule of system 4. Any other information/comments or concerns about the proposed system or system requirements No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 6 pages or less indicating the ability to perform all aspects of the effort described herein. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Audrey Montgomery at audrey.c.montgomery@nasa.gov not later than 4:30 p.m. local time on March 15, 2016. Please reference NNJ16ZBH010L in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/856300c1779e7879c39263f69ec5ebb0)
 
Record
SN04034814-W 20160302/160229235702-856300c1779e7879c39263f69ec5ebb0 (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.