Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 31,1995 PSA#1315

SMC/TEKL, 3550 ABERDEEN AVE SE, KIRTLAND AFB NM 87117-5776

18 -- DOD SPACE TEST PROGRAM, MISSION TSX-5 AND TSX-6 SOL F29601-95-R-0031 POC BUYER, CAPT MICHAEL A. MILLER, 505-846-8522 CONTRACTING OFFICER, MAJ THOMAS W. WALKER, JR., 310-363-3726. The Space and Missile Systems Center Test and Evaluation Directorate (SMC/TE, formerly SMC/CU) is seeking sources with the capability to provide small satellite(s) for R&D mission(s) in support of the DoD Space Test Program (STP). The contemplated project(s) will place three DoD Tri-Service experiments into space on free-flying, low-cost, light-weight satellites for the purpose of advancing DoD space technology. The anticipated scope of the project will include use of industry-accepted ''best practices'' to design, fabricate, assemble, and test at least one, and possibly two, spacecraft. The first mission, known as TSX- 5, will host BMDO's Space Technology Research Vehicle -2 (STRV-2) together with PL/GL's Compact Environment Anomaly SEensor (CEASE). The second mission, known as TSX-6, will host the Rome Lab's experiment Optical Reflection EXperiment (OPREX). The government is considering two alternatives for manifesting the spacecraft on launch vehicles: 1) Two spacecraft stacked on a launch vehicle; or 2) Each spacecraft manifested separately on small launch vehicles. Additionally, the government can provide launch vehicles (Pegasus XL, Multi-Service Launch System, ARPA's SSLV (Taurus)) as GFP or the government is willing to accept proposals that include access to space for either option. The government anticipates providing on-orbit command and control at government facilities via the Air Force Satellite Control Network but will consider approaches that provide on-orbit command and control services as an option. The government is also willing to consider approaches that deliver no hardware but provide data services from the TSX-5 and/or TSX-6 payloads. The government will provide the payloads GFP and expect the contractor(s) to integrate the payloads onto the host buses. If the spacecraft are stacked on a single launcher and the launch vehicle is GFP, the contractor(s) will integrate the spacecraft to one another to form a Multi- Satellite Assembly (MSA), system test the MSA, and integrate the MSA to the launch vehicle. If the spacecraft are manifested separately, the contractor must integrate the space vehicles to their respective launch vehicles. The Contractor(s) must be able to meet the following requirements: TSX-5: 1) Orbit: 450 x 1500(+) km, 2) Inclination: 70 + 40/-10 degrees, 3) STRV-2/CEASE Payload Weight: NTE 255 lbs, 4) Power: 32/110 W OAP (Survival/Max.) 167 W Peak, 5) Life: 6 months design, 1 year goal, 6) FOV: 2 pi Sr for various sensors in Nadir and RAM and Zenith, 7) Attitude: Three-axis stabilized. TSX-6: 1) Orbit: 530 +/- 60 km, 2) Inclination: 82-92 degrees, 3) OPREX Payload Weight: NTE 110 lbs, 4) Power: 12.4/85 W OAP (Standby/Max ) 135 W Peak, 5) Life: 1 year design, 3 year goal, 6) FOV: 2 pi Sr for various sensors in Nadir, 7) Attitude: Three-axis stabilized to within 10 degrees of Nadir. Spacecraft structures must survive selected launch scenario. Structure on TSX-6 (bottom spacecraft) must be capable of supporting TSX-5 (top spacecraft) while meeting LV environments during a stacked launch, if selected. Potential sources should possess: 1) Demonstrated knowledge of small to medium class launch vehicles, 2) Demonstrated knowledge of small satellites, 3) Skilled and experienced design and space-related systems engineers, 4) Assembly and test facilities or easy access to these facilities (to include clean rooms), 5) Familiarity with DoD Space Test Program, 6) Understanding of Air Force Satellite Control Network (AFSCN) or the ability to independently provide capability for tracking, command, control, communication, and data handling, 7) Approved industrial security facilities capable of handling classified (up to and including SECRET) DOD information and equipment. Potential sources must submit a written statement of capabilities (SOC) to this office. The original and two copies of the SOC must be submitted within 30 calander days from the date of this publication, and should be limited to 30 pages excluding resumes. The SOC shall contain pertinent and specific information addressing the following areas: 1) Experience: An outline of previous spacecraft design projects, specific work previously performed, and any current in-house effort relevant to this effort, 2) Personnel: Name, professional qualifications, and specific experience of engineering and program management personnel who are expected to be assigned to this effort, 3) Facilities: Availability and description of fabrication and assembly facilities, testing facilities and procedures, computer support, and conferencing facilities. All replies to this synopsis must reference RFP Number F29601-95-R-0031 and must be received within 30 calander days of publication of this announcement. Submit only unclassified information. All responses shall include company name, mailing address, and company size status under the Standard Industrial Classification (SIC) code identified below. Submit all responses to this synopsis to SMC/TEKL, Attn: Capt Michael A. Miller, 3550 Aberdeen Ave SE, Kirtland AFB, NM 87117-5776. Initial award of any resultant contract is anticipated by August 1995. The Government anticipates making up to two awards for this effort. The resultant contract(s) may contain an organizational conflict of interest clause and associate contractor provisions. Contractual effort is estimated to be a 24 month effort for launch, with up to 3 years of on-orbit support. Firms responding should indicate if they are a Small Business, Socially and Economically Disadvantaged Business, an 8(a) Firm, Historically Black College or University, or a Minority Institution. The Government reserves the right to set this acquisition, or portions thereof, aside for Small Businesses, Socially and Economically Disadvantaged Businesses, 8(a) Firms, Historically Black Colleges or Universities, or Minority Institutions based upon responses to this synopsis. For this proposed acquisition, the definitions in FAR 19.001 and small business size standard for SIC 3761, size standard 1000 apply. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level. The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by the Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401 et seq.). Only those companies who are on the Qualified Contractors Access List (QCAL) may receive such information. Request certification and registration from the Defense Logistics Service Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. This announcement is for informational and planning purposes only. It does not constitute an RFP and is not to be construed as a commitment by the government. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to address concerns during the proposal development phase of this acquisition. Potential offerors should communicate first with the Contracting Officer to request information, pose questions, and voice concerns before contacting the Ombudsman. In those instances where offerors cannot obtain resolution from the Contracting Officer, they are invited to contact the Phillips Laboratory (PL) Ombudsman, Bruce Grunsten at (505) 846-8273, or at 3651 Lowry Ave SE, Kirtland AFB, NM 87117-5777. For contracting issues, please contact Capt Michael A. Miller, SMC/TEKL at (505) 846-8522 (telefax (505) 846-8518). (0088)

Loren Data Corp. http://www.ld.com (SYN# 0225 19950330\18-0001.SOL)


18 - Space Vehicles Index Page