Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOLICITATION NOTICE

58 -- SPACE-BASED TELEMETRY AND RANGE-SAFETY (STARS) KU-BAND PHASED ARRAY ANTENNA SYSTEM

Notice Date
11/20/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273
 
ZIP Code
93523-0273
 
Solicitation Number
RFO-4-P-2-FF-00377-1-SNY
 
Archive Date
11/20/2003
 
Point of Contact
Steven Yee, Contracting Officer, Phone (661) 276-3332, Fax (661) 276-2904, Email steven.yee@dfrc.nasa.gov
 
E-Mail Address
Email your questions to Steven Yee
(steven.yee@dfrc.nasa.gov)
 
Description
NASA/DFRC plans to issue a Request for Offer (RFO) for the Contractor to furnish a Space-based Telemetry and Range-Safety (STARS) Ku-Band Phased Array Antenna system. STARS Program study has the following objectives: (a) Utilize a space network to demonstrate that state-of-the-art transceivers and protocols will satisfy range safety flight termination and range telemetry requirement. This will provide a reliable and alternative communications links for 2nd Generation reusable launch vehicles, (b) Safely reduce operations costs by eliminating the need for downrange assets, (c) Provide space based capability that will support multiple ranges/spaceports, (d) Provide over-the-horizon tracking for current and future generations of hypersonic vehicles. The phased array antenna system will be developed to support the Range User side of the experiment for Flight Demonstration #2 (FD#2) (Range User goal is to forward link -10kbps/return link - greater than 6 Mbps data on a high dynamic vehicle through satellites). The specific goals for FD#2 are to transmit data at high rates from the test vehicle through the satellite. The only technology capable of meeting these goals is a phased array in the K-band frequency. Contractor shall deliver a phased array antenna that meets the design requirements in the specification attachment, which will be supplied upon request. Contractor shall hold a preliminary design review to outline the initial design for the phased array antenna. Contractor shall hold a critical design review to define the detailed design for the phased array antenna. Contractor shall hold a factory acceptance test of the phased array antenna demonstrating that the unit satisfies the design requirements. Contractor shall deliver a users manual with the phased array unit. External interfaces consist of an RF input, DC Power input, and Control input. The antenna shall operate and satisfy all specification requirements with a ML-STD-704D power input of 28+/-4VDC and the DC Power connector type shall be MS27473 (P) type or equivalent. The Antenna control interface shall be a serial RS-422 interface. This is a firm fixed price contract for (STARS) Ku-Band Phased Array Antenna system to be procured. Delivery shall be F.O.B., NASA Dryden Flight Research Center, Warehouse 6, Edwards, CA 93524 within 9 months After Receipt of Order (ARO). Period of performance is 9 months (ARO). This procurement will be conducted under the NASA Midrange Pilot Test Program approved by the Office of Federal Procurement Policy on April 16, 1993. The award of the system is being competed. The Government intends to acquire a commercial item using FAR Part 12. The NAICS Code and Size Standard are 334220 and 750 employees respectively. The DPAS Rating for this procurement is DO-A7. The Government intends to acquire this commercial item in accordance with FAR Part 12. The Government reserves the exclusive right to award to other than low offer on this "Best Value" procurement. The evaluation factors for this procurement are as follows: 25% Cost, 25% Past Performance, and 50% Technical compliance/expertise. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on December 4, 2002. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice is solely within the discretion of the government. An Ombudsman has been appointed. See NASA Specific Note "B". All qualified responsible sources may submit an offer, which shall be considered by the agency. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html The draft solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/DFRC Business Opportunities page is http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=24 Prospective offerors shall notify this office of their intent to submit a comments or responses to the Draft RFP. It is the offeror's responsibility to monitor the Internet site for the release of the draft solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer, which shall be considered by the agency. Click here for the latest information about this notice URL: http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24# RFO-4-P-2-FF-00377(SNY) E-mail proposals/offers will not be accepted, E-mail address steven.yee@dfrc.nasa.gov http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=24# RFO-4-P-2-FF-00377(SNY)
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=24#103768)
 
Record
SN00208391-W 20021122/021120213538 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.