Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 16, 2017 FBO #5776
SOURCES SOUGHT

A -- Plankton, Aerosol, Cloud, Ocean Ecosystem (PACE) Global Positioning System (GPS) Receiver and Global Positioning System (GPS) Antennas

Notice Date
9/14/2017
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
RFI-2017-PACE-GPSReceiver-GPSAntennas
 
Point of Contact
Elizabeth D. Abraham, Phone: 3016146996
 
E-Mail Address
elizabeth.d.abraham@nasa.gov
(elizabeth.d.abraham@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for an anticipated Firm Fixed Price (FFP) contract on a GPS system in order to incorporate this information into the PACE Spacecraft conceptual design and to obtain answers to several questions, listed below. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. The PACE Project, which is managed by the NASA Goddard Space Flight Center, is investigating vendors who can provide accuracy position, velocity, and time information to the PACE Attitude Control Subsystem (ACS) orbiting spacecraft into a sun-synchronous polar orbit at 676.5 km with an inclination of 98° and a 1 pm local ascending node crossing time. PACE is currently targeted to launch in 2022-2023. The purpose of this RFI is to survey vendor capabilities to meet the PACE mission requirements. This request is for information and planning purposes and feasibility of the requirements. Responses should include written and illustrated concepts, specification sheets, basic design information, and descriptions of capabilities for any available GPS system that may meet the specifications described in items #1-3 below. Responses are requested to identify any unduly restrictive requirements or potential areas of non-compliance in #1-3. This includes both unreasonable technical specifications and significant cost obstacles. Where there is non-compliance, please state if the requirement is considered unnecessarily stringent or if a Non Recurrent Effort (NRE) could be pursued to achieve compliance on that particular requirement (and associated cost.) The GPS system shall consist of a GPS Receiver, two GPS Antennas with hat couplers, a filter, low noise amplifiers, power and signal interfaces and mounting enclosure. 1.GPS Receiver: a. Time Tag Accuracy: The time provided by the GPSR at which the navigation solution is valid shall be accurate to within 50 microseconds (3-sigma). b. Position Accuracy: The GPS Receiver shall provide a position accuracy better than 50 meters (3-sigma) in-track, cross-track and radial. c. Velocity Accuracy: The GPS Receiver shall provide a velocity accuracy better than 0.25 meters/second (3-sigma) in-track, cross-track and radial. d. 1 PPS Accuracy: The GPS Receiver shall provide a Pulse per Second (PPS) output with better than 300 nanoseconds (3-sigma) accuracy. e. Signal Tracking Threshold: The GPS Receiver shall acquire and track all L1 C/A signals that would deliver -158.5dBW to a hypothetical 0dBi omnidirectional perfect RHCP antenna (this is the minimum delivered power level guaranteed by GPS system above 5 deg elevation in GPS IS-200.) Note to respondents: Please provide signal acquisition and tracking thresholds. f. Time to First Solution and Solution Availability: The GPSR shall produce valid navigation solutions compliant with the position, velocity, and time performance requirements of this document within 5 minutes of receipt of power, and any time thereafter while power is maintained, and when the receiver is getting signals from at least four NAVSTAR GPS constellation space vehicles (SV's). g. Initialization: The GPSR shall require no external orbit knowledge to acquire, track, and produce position, velocity, and time solutions. h. Digital Telemetry Interface: The GPSR shall provide the following digital telemetry signals to the spacecraft at a 1 Hz frequency. - The position information shall be provided as a vector in Earth Centered Earth Fixed (ECEF) coordinates. - The velocity information shall be provided as a vector in ECEF coordinates. - The GPS time corresponding to the supplied position and velocity information. A valid flag indicating if the solution is good or not. i. Command and Data Handling Electrical Interface: The command and data interface shall be a MIL-STD-1553 interface at a 1-Hz polling frequency. j. Spacecraft Electrical Interface: The GPS Receiver shall provide a differential 1 PPS (1 pulse per second) output to spacecraft using RS-422. 2.GPS Antennas: a.Operating Frequency: The GPS Antennas shall have an operating frequency range (OFR) covering at least the GPS L1 band. b.Radiation Pattern: I. Coordinate System: The mechanical boresight z-axis shall be defined as the vector perpendicular to the GPS Antenna mounting surface, with an (x,y) origin at the aperture diameter center. The y-axis vector shall be aligned towards the RF interface connector. II. Polarization: The GPS Antenna shall have right hand circular polarization (RHCP). III. Gain: The GPS antenna shall have sufficient gain to close the RF link to unobstructed GPS Satellites anywhere from boresight to 80 degrees off boresight for a zenith pointing antenna for the GPS Receiver to achieve a navigation solution. IV. Back Radiation: The GPS antenna shall have a minimum boresight to back ratio ≥ 11 dB, at all angles greater than 120° from boresight in the OFR. V. Axial Ratio: The GPS antenna shall have an axial ratio of less than 7dB within 90° of boresight in the OFR, and less than 2dB at boresight. c.Voltage Standing Wave Ratio (VSWR) and Impedance: The VSWR, as measured at the RF interface shall be a maximum of 1.5:1 in the OFR, with respect to the nominal 50 Ohms impedance. d.Resistive Losses: Antenna resistive losses shall be ≤ 0.1 dB over the OFR, to minimize system noise. 3.Design Lifetime: GPS system shall meet the expected mission lifetime of 38 months with a pre-launch life of at least 2 years. Further, NASA/GSFC requests responses to the following requests in # 4 - 13: 4.Output Data and Interface: a. Provide a description of output data being proposed for requirements interface stated in section 1 of this document. b. Provide a description of the proposed interface for requirements stated in section 1 of this document. 5. Physical Characteristics - provide the following estimated characteristics. Please provide the characteristics for the GPS Receiver and GPS Antennas separately: a. Mass: provide overall mass. b. Size Envelope c. Electrical Interface Locations d. Mounting Interface 6. Radiation Requirement: Meet the radiation environment of a Low Earth Orbit. 7. Thermal: a. Define thermal temperature ranges for survival and operating conditions. b. Define thermal power dissipation from GPS system. 8. Power: The observatory will supply switched power from +27V to +35V. What would be the peak and steady-state power estimate for the GPS system? 9. Quality Assurance Program: Please provide the quality assurance program with the proposed solution. 10. Cost and Schedule: a. Please provide a separate cost estimate for the delivery of 1 Flight GPS system and 1 Engineering Test Unit (ETU) loaner and 2 Flight GPS systems and 1 Engineering Test Unit (ETU) loaner. b. Please provide a schedule for the delivery of one (1) Flight GPS system and any additional time needed for two (2) Flight GPS systems. c. Please provide the earliest deliver date for a GPS ETU loaner and the cost associated with a 3 months loaner. 11.Redundancy Capability: Please provide any GPS system internal redundancy capability and any associated cost. 12.Heritage and Capabilities: Provide a list of previous space missions that have the flown the GPS system and any design modifications to existing GPS systems that you are proposing in this RFI and indicate any future planned missions. Provide any experience operating in a high inclination orbit similar to the PACE mission orbit described above. b. Provide a brief summary of your fabrication and test facilities that demonstrate the ability of your company to support the PACE requirements. 13. Flywheeling Capability: Please provide flywheeling capabilities for position, velocity, and time during satellite blockage. The North American Industry Classification System (NAICS) Code for this procurement is 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing with a size standard of 1,250 employees. 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. Estimated award date for this contract is May, 2018. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Procurement related questions should be directed to: Elizabeth Abraham Contract Specialist NASA/Goddard Space Flight Center 8800 Greenbelt Road Greenbelt, MD 20771 Phone: (301) 614-6996 E-mail: elizabeth.d.abraham@nasa.gov Technical questions should be directed to: Linh K. Nguyen Components and Hardware Systems Branch NASA/GSFC Code 596 Greenbelt, MD 20771 Phone: (301) 286-3419 Fax: (301) 286-3823 Email: Linh.Nguyen-1@nasa.gov This requirement is not considered a commercial item. 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. It is not NASA's intent to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. All responses shall be submitted to Elizabeth Abraham via electronic mail (in either Microsoft Word or ADOBE PDF format) to the e-mail address above no later than September 29, 2017 at 4:00 PM EDT. Please reference 2017-GPS-GSFC-NASA in any response.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/9d408cd02aecd52502545f29662e0d9c)
 
Record
SN04677243-W 20170916/170914231803-9d408cd02aecd52502545f29662e0d9c (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.