Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 29, 2007 FBO #1949
SOURCES SOUGHT

99 -- MANUFACTURE AND DESIGN ANTENNA WITH FEEDHORN AND SAIL REFLECTOR

Notice Date
3/27/2007
 
Notice Type
Sources Sought
 
Contracting Office
United Space Alliance (USA), 600 Gemini Avenue, Houston, TX 77058
 
ZIP Code
77058
 
Solicitation Number
RFI-USAFL-OR-2007-01
 
Response Due
4/27/2007
 
Archive Date
3/27/2008
 
Small Business Set-Aside
N/A
 
Description
Purpose of Request for Information (RFI): United Space Alliance (USA), LLC, through its offices located in Cape Canaveral, Florida, is seeking sources capable of providing the requirement described herein. This acquisition is in support of USA?s prime contract NNJ06VA01C - Space Program Operations Contract (SPOC) with the National Aeronautics and Space Administration (NASA). Technical Requirements Description: USA is seeking potential sources to manufacture and possibly design an antenna with a feedhorn and sail reflector. This antenna is one of three antennas used by Navigational Aids system, a Microwave Scanning Beam Landing System (MSBLS or MLS), to land the Space Shuttle Orbiter at Kennedy Space Center, FL and various other locations around the world. Operationally, this antenna sits upon a three-foot tall rotating pedestal, which oscillates back and forth a total angle of 30 degrees in a horizontal plane. The RF signal normally operates in the super high frequency (SHF) band; specifically, around the 15.6 GHz mark. The antenna feedhorn provides pulsed directional data, with respect to a common reference point, using a vertically polarized wave to the reflector, which reflects the signal within the 30-degree arc. The reflector portion of the antenna is shaped like a truncated parabola and produces an RF pattern within a vertical plane. In this vertical plane, the beamwidth is approximately seven degrees at the ?3dB points and 15 degrees at the ?6 dB points. The horizontal beamwidth through the beam peak is approximately two degrees at the ?3 dB points. The peak gain for this reflector (and antenna) is 31 dB with the sidelobe levels being at least 20 dB below the peak. Besides the performance characteristics of the antenna, there are size and weight considerations for this azimuth antenna. During normal operations, the antenna sits upon a rotating pedestal, but, in addition, a metal shield assembly surrounds the antenna itself. The metal shield assembly is used to prevent the MSBLS shelter from being flooded with reflected RF energy. Its approximate size is 39 inches in length, 25 inches in height and 25 inches in depth; so, the size of the antenna must be able to fit within this volume. In addition to the shield assembly, the torque motor driving the rotation of the antenna?s pedestal is limited in how much it can drive. To that end, the azimuth antenna need to weigh between 8.9 and 9.7 pounds. After the antenna has been manufactured, testing will be required and will involve both static and dynamic test. The static testing should be fairly standard and will help to determined antenna gain, VSWR, beam symmetry and etc. The dynamic test is something a bit unusual, but it is required and is derived from the need to have accuracy in the pulse directional data. The prototype antenna will be installed onto USA?s own antenna test range and the accuracy of the directional data will be determined. The accuracy of the data is found by comparing the transmitted data to the known positional points where the data is collected. The manufacture of a prototype azimuth antenna is the bulk portion of the request, but there could be an additional part. Currently, USA has a set of existing fabrication drawings it can use in the construction of a prototype antenna, but this initial design has a potential deficiency that has been observed in the past. The actual reflector surface of the reflector has separated from its supporting structure causing anomalous pulsed directional data to be transmitted. This would be a concern with any antenna constructed from these original drawings; therefore, the idea of a new antenna design that meets all of our requirements would be considered. A formal Request for Proposal (RFP) may be forthcoming based on the responses to this inquiry. 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 RFP within 30 ? 60 days of release of this RFI. This RFI is for information and planning purposes, and the objective is to invite potential sources to submit information that allows USA to conduct a technical assessment of capabilities and qualifications. 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 is 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. Any company that has experience in antenna design and/or antenna fabrication is encouraged to express their interest in this unique opportunity. The company should be able to show or demonstrate their expertise in antenna design (if required), antenna fabrication and antenna (static) testing. The successful candidate company?s expertise will assist not only USA, but NASA as well, in their support of the Space Shuttle Mission until its completion in 2010. 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 April 27, 2007 to the following address: United Space Alliance, LLC (USA), 8550 Astronaut Boulevard, Cape Canaveral, Florida 32920, Attention: Oliver G. Rye, Mail Code USK-360. Questions regarding this procurement shall be referred to Mr. Rye as follows - (Telephone: (321) 861-6211, Facsimile: (321) 861-6374, E:mail: oliver.g.rye@usa-spaceops.com).
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=73#124054)
 
Record
SN01260382-W 20070329/070327221508 (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.