|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,1998 PSA#2010National Reconnaissance Office, 14675 Lee Road, Chantilly, VA
20151-1715 18 -- WIDE AREA AUGMENTATION SYSTEM (WAAS) SPACE SEGMENT SERVICE DUE
020698 POC Ms. Lynn P. Zagrod, (703) 808-2675; Capt Chris Shank
(703)808-1537 THE PURPOSE OF THIS REQUEST FOR INFORMATION (RFI) is to
obtain information from industry on their ability to develop a
satellite architecture for the Wide Area Augmentation System (WAAS)
Space Segment. The Federal Aviation Administration's WAAS program
office and the National Reconnaissance Office, Advanced Systems and
Technology Directorate, under the auspices of the Air Force have
entered into a joint concept exploratory phase to provide space segment
service for the WAAS program. The FAA's previously released RFI,
"Satellite Messaging and Ranging Service", October 1995, provided the
initial basis for this satellite concept exploration phase. The joint
FAA/AF/NRO IPT is interested in obtaining information from industry on
their ability to deploy satellite(s) (Geostationary Earth Orbit (GEO)
or another orbit that will meet the requirements discussed below) with
transponder services at the Global Position System (GPS) Link 1 (L1)
frequency (1575.42 MHz) and one other fixed L-band frequency. Satellite
launch services and on-orbit command and control for the WAAS Space
Segment Service is also needed. This capability would become part of
the FAA's WAAS which will augment the GPS navigation data by providing
signal integrity, accuracy enhancements, and additional ranging
sources to ground, sea, air and space users with appropriate
integrated-GPS/WAAS receivers. The following further defines the
requirements for this RFI: (1) This capability could include the
addition of a payload on an existing, planned satellite where the WAAS
payload would be added and given assurance of priority, or could be a
new satellite for the specific purpose of transmitting the L1 and one
other fixed L-band frequency, or could be a combination of existing
and new satellites with delivery of the service on-orbit; (2) The data
sent in the GPS L1 and one other fixed L-band frequency will be used
for two purposes: (a) Sending WAAS messages with formats defined in
FAA-E-2892B Appendix 2, and (b) Providing a GPS-like ranging function
by generating the GPS-like signal onboard the satellite(s) as opposed
to generating/controlling the signal on the ground; (3) The National
Airspace coverage requirements are provided in FAA-E-2892B; (4)
Satellite status telemetry and satellite command and control
information would be provided to the WAAS Wide-area Master Stations
(WMSs); (5) The necessary launch services, satellite operations,
maintenance and logistics support information should be addressed; (6)
The FAA plans to lease the above capability under a level funding line
of $35-50M per year beginning in FY02 through FY09 (subject to the
agency's multi-year funding authority); (7) All future potential dates
over the next several years are of interest. Scheduled initial
operational capability for these services is NLT October 2001. For
end-to-end WAAS verification and validation purposes, at least one
satellite for the WAAS Space Segment is required to be on-orbit by
January 2001 to augment the on-orbit Inmarsat constellation; and (8)
The existing, planned or new satellite(s) with WAAS payload(s) will
support end-state requirements specified in FAA-E-2892B through FY09.
Each response to this RFI shall contain the following: (1) Address how
each of the eight requirements above will be met; (2) Include a
proposed system design with estimated costs, schedule, and management
information, and (3) Outline past experience in these areas. The
following provides the format and delivery guidelines for this RFI: (1)
Security level of all responses shall be unclassified; (2) Responses
should be limited to 20 pages in describing technical and management
objectives with the first page being the Executive Summary. Page limits
shall exclude any blank pages, title page, table of contents, and any
list of illustrations. The RFI should be submitted in a single,
loose-leaf binder with individual pages unbound to facilitate removal;
(3) Cost and schedule information may be of unlimited length; (4)
Responses should be on 8 1/2" x 11" paper of single-spaced text no
smaller than 12 point Times Roman font; and (5) Responses will be
accepted at NRO/ASTD (Capt Chris Shank), Room 14D33B, National
Reconnaissance Office, 14675 Lee Road, Chantilly, VA 20151-1715 by
hand-carried or postal delivery. Hand-carried deliveries of RFI
responses must be received no later than 1500 EDT on 6 February 1998.
Postal delivery is acceptable if the postmark indicates a date no later
than 6 February 1998. Five (5) hardcopy reproductions of the RFI
response are requested. In addition to the hard copies, provide a
softcopy of the RFI response in Microsoft Word 6.0 on a 3.5" floppy
disk. The Government does not intend to issue a Sources Sought Notice
in the Commerce Business Daily for any subsequent acquisition. In
addition to the above, respondents are invited to provide up to 10
pages of information demonstrating their capability to serve as a prime
contractor under any subsequent contractual arrangement. (0008) Loren Data Corp. http://www.ld.com (SYN# 0188 19980113\18-0001.SOL)
18 - Space Vehicles Index Page
|
|