Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 17, 2001 PSA #2958
SOLICITATIONS

99 -- KU-BAND COMMUNICATIONS TEST SET (UPLINK MODULATOR, VXI CARDS, AUDIO CENTER)

Notice Date
October 15, 2001
Contracting Office
United Space Alliance(USA), 600 Gemini Avenue, Houston, Texas 77058
ZIP Code
77058
Solicitation Number
N/A
Response Due
November 2, 2001
Point of Contact
Eddie Jarrell, Support Services, Telephone (321) 861-1158, Facsimile (321) 861-6221
E-Mail Address
Contact USA Buyer for further information (JarrelEl@usano.ksc.nasa.gov)
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, a joint venture company of The Boeing Company and Lockheed-Martin Corporation, through its offices located in Cape Canaveral, Florida, is seeking for sources capable of providing the requirements described herein. This acquisition is in support of USA's prime contract NAS9-20000 -- Space Flight Operations Contract (SFOC) with the NASA Kennedy Space Center (KSC) located in Cape Canaveral, Florida. Technical Requirements Description: USA has identified three (3) separate technical requirements to be supported as follows. Item 1 Requirement. The Uplink Modulator, which is a component of the Ku-band Communications Test Set, is used to perform system level testing of the Space Shuttle Orbiter on-board Ku-band Communications System. The Uplink Modulator shall be capable of generating a modulated or un-modulated S-band radio frequency (RF) carrier signal. The Uplink Modulator shall be capable of developing the S-band carrier utilizing either an internal or external reference source. The Uplink Modulator shall be capable of providing Binary Phase Shift Keying (BPSK) and Direct Sequence Spread Spectrum (DSSS) modulation techniques. The Uplink Modulator shall be capable of simulating doppler. The Uplink Modulator shall be capable of manual operation from the front panel as well as remote operation via a GP-IB interface. The Uplink Modulator shall be rack mountable in a standard nineteen (19) inch rack and shall be capable of being serviced for an operational life of ten (10) years. Three (3) Uplink Modulators will be required to be delivered. Item 2 Requirement. Provide VXI cards which are components of the Ku-band Radar Test Set used to perform system level testing of the Space Shuttle Orbiter onboard Ku-band Radar System as follows: (1) The Switch Control Module (SCM) shall be a "C" sized VXI card that shall provide switching for signal monitoring and signal access from the orbiter Ku-band Deployed Electronics Assembly. Four (4) SCMs will be required; (2) The Signal Interface Module (SIM) shall be a "C" sized VXI card that shall provide isolation between the orbiter Electronics Assemblies and the Radar Test Set. The SIM shall also provide signal routing of the signals received from the orbiter Electronics Assemblies required by other components of the Radar Test Set. Four (4) SIMs will be required; (3) The Target Intermediate Frequency Generator (TIG) shall be a "C" sized VXI card that shall generate a 78 MHz intermediate frequency (IF) used to simulate a target return. The TIG shall accept signals from the Target Gate Generator to simulate doppler and range information. The TIG shall accept 156 MHz from the orbiter Electronics Assembly to generate the 78 MHz IF signal. Four (4) TIGs will be required; and (4) The Radar Signal Conditioner (RSC) shall be a "C" sized VXI card that shall perform up-conversion of the 78 MHz from the TIG to the transmit frequency of the orbiter on-board Ku-band Radar System. The RSC shall also accept antenna pattern information from the Shaft Angle Encoder Processor and add this information to the simulated target return from the RSC sum and delta channel outputs to the Orbiter on-board Radar System. Four (4) RSCs will be required. All VXI cards shall be housed in existing standard off the shelf VXI chassis. All VXI cards shall be programmable using the chassis VXI bus. All VXI cards shall be capable of being serviced for an operational life of ten (10) years. Item 3 Requirement. Provide an Audio Center which is a component of the Ultra High Frequency (UHF) Test Set used to perform system level testing of the Space Shuttle Orbiter on-board UHF Communications System. The Audio Center shall provide an analog interface to the uplink transmitter for voice communications. The Audio Center shall also provide an analog interface for the UHF downlink receiver to provide received analog audio. The Audio Center shall be capable of being operated in a voice activated mode. The Audio Center shall be rack mountable in a standard nineteen (19) inch rack and shall be capable of being serviced for an operational life of ten (10) years. Eight (8) Audio Centers will be required. Procurement Strategy: USA is responsible for the overall program management and integration of these technical requirements. USA will solicit the participation of qualified sources and sources desiring to participate on a limited basis will also be considered. USA reserves the right to issue a sole source subcontract(s). The period of performance and technical requirements are currently being defined for inclusion into a formal RFP package. USA anticipates the issuance of a formal Request for Proposal (RFP) within 30 60 days of release of this RFI. This RFI is for information and planning purposes, and the objective is: (1) to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications, and (2) to promote a best value competition. This preliminary information does not constitute an RFP, Invitation for Bid, or Request for Quotation, and it is not to be construed as a commitment by USA to enter into a subcontract. This procurement is subject to review or cancellation at any time. Statement of Capabilities and Qualifications: USA invites potential sources to submit a Statement of Capabilities and Qualifications document that will allow USA to conduct an assessment of capabilities and qualifications. The Statement of Capabilities and Qualifications document shall be no more than ten (10) pages (8.5" x 11") in length. The required information shall include, but not be limited to: (1) A brief description of your company, including its size, major products, and primary customer focus, (2) A discussion of your company's past experience and performance in developing the requirements described herein, and (3) A brief description of your company's facilities, assets and any other available resources. Past experience will be identified by a listing of all related contracts and subcontracts, along with a description of your company's performance under these contracts and subcontracts. If any of these contracts and subcontracts are Government related, provide the Contracting Officer's name and telephone number in order for USA to validate your statements. To be considered as a viable source, USA will evaluate the Statement of Capabilities and Qualifications by considering the following criteria and your company must meet all the relevant criteria: (1) Depth and relevance of experience and past performance history, which convey a demonstrated technical, cost, schedule ability; (2) An understanding of the technical requirements and risks associated with development and fabrication; and (3) The adequacy and availability of necessary facilities and resources for implementing and performing the contractual work. Characteristics of the individual subcontractors or subcontractor of interest to USA are: ISO certification; Past performance on Orbiter projects; Systems level testing capabilities; An established and verifiable flight safety program; An established and verifiable quality program; An established manufacturing/assembly capability; Testing, qualification, and certification capabilities for space hardware; A documented performance history of space hardware and space related products/services; Established and verifiable system configuration management and change control systems; Identification of customer points of contact to verify performance; and Auditable financial systems that meet the intent of Government cost and schedule control. USA reserves the right to request supplemental information in order to clarify your company's capabilities and qualifications. Only offerors deemed to be best qualified, or have a reasonable chance for award, will receive the RFP. Firms interested in participating in this project are subject to the requirements of the U.S. Department of State International Traffic and Arms Regulation (ITAR) and/or the U.S. Department of Commerce Export Administration Regulations (EAR). Firms interested in this procurement shall submit their Statement of Capabilities and Qualifications document no later than November 2, 2001 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Eddie Jarrell, Mail Code USK-360. Questions regarding this procurement may be referred to Mr. Jarrell as follows (Telephone: (321) 861-1158, Facsimile: (321) 861-6221, E:mail: JarrelEl@usano.ksc.nasa.gov).
Record
Loren Data Corp. 20011017/99SOL009.HTM (W-288 SN510669)

99 - Miscellaneous Index  |  Issue Index |
Created on October 15, 2001 by Loren Data Corp. -- info@ld.com