Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2007 FBO #2063
SOURCES SOUGHT

18 -- The United States Air Force is seeking information from interested parties on a replacement for current space-based and ground based space environmental monitoring capabilities.

Notice Date
7/19/2007
 
Notice Type
Sources Sought
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-07192007
 
Response Due
8/17/2007
 
Archive Date
9/1/2007
 
Point of Contact
Maj Vladimir Urbancek, Program Manager, Phone 310-653-9256, Fax 310-653-9302, - Melissa Duong , Contracting Officer, Phone 310-653-9324, Fax null,
 
E-Mail Address
Vladimir.Urbancek@losangeles.af.mil, Melissa.Duong@losangeles.af.mil
 
Description
DESCRIPTION The United State Air Force is seeking information from interested parties on a replacement for current space-based and ground-based space environmental monitoring capabilities with a possible start in 2010. Defense Meteorological Satellite Program (DMSP) Block 5D3 carries a five sensor DMSP Space Environmental Sensors (SESS). The Air Force has a requirement to continue to collect space environmental data in the most cost effective way possible when the DMSP mission ends. Likewise, current ground-based space environmental monitoring capabilities are approaching the end of their design life and are in need of refurbishment or replacement. These capabilities include the Solar Observing Optical Network (SOON), Radio Solar Telescope Network (RSTN), and other ground based sensors. Together, these space-based and ground-based space environmental monitoring capabilities generate data stored in the Joint Meteorological and Oceanographic (METOC) Database (JMDB) at Air Force Weather Agency (AFWA) and used by Space Weather Analysis and Forecast System (SWAFS) for analysis, specification, and forecast of the ionosphere, magnetosphere, thermosphere, solar surface, and solar wind/ Interplanetary Magnetic Field (IMF). This JMDB space weather data is run through SWAFS software algorithms and models and used by AFWA?s 2nd Weather Squadron to analyze and forecast space environmental impacts on communications, radar, satellite operations, space tracking, navigation, and intelligence collection systems. Additionally, SWAFS software products and space environmental data from the JMDB are coupled with satellite command and control (C2) and state of health (SOH) data to generate space situational awareness (SSA) products at the Joint Space Operations Center (JSpOC). End-to-end continuity of space environmental monitoring, analysis, specification, and forecasting capabilities is required for environmental data fusion in support of SSA. Many studies have been accomplished that point out the importance of space weather. NSSA developed credible space architecture in 1999. The AF is interested in continuing the collection of data from a DMSP SESS mission as well as upgraded ground sensors. However, equally as important as data gathering is the importance of exploiting the data, the rapid ingestion, processing analysis and dissemination in a manner suitable to user needs. Thus, the Air Force is interested in talking with organizations (government, labs, spacecraft, and spacecraft sensor contractors) who understand the effect of space weather on their systems and mission areas. Though this RFI addresses the space segment of the space weather end to end architecture, future RFIs may seek feedback from contractors and labs on data exploitation. Any future acquisition program will be structured to support a block approach to development and technology insertion. Block 1 will be low risk using proven technologies (Technology Readiness Level (TRL) 7+) integrated on proven bus and launch vehicles provided by contractors with a documented proven track record of mission success. We are planning to implement incremental delivery strategy to more rapidly provide initial capability, while concurrently investing in science and technology (S&T) development to support later blocks. This is in line with the Department of Defense (DoD) Executive Agent for Space?s letter dated 14 March 2007, titled ??Back to Basics? and Implementing a Block Approach for Space Acquisition?. !! PURPOSE THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not at this time seeking proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party?s expense. All information received in response to this RFI that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract or agreement. The Air Force will not be obligated to pursue any particular acquisition alternative as a result of this RFI. Responses to the RFI will not be returned. Not responding to this RFI does not preclude participation in any future solicitation, if one is issued. DEFINITIONS AFWA - Air Force Weather Agency C2 - Command and Control C3 - Command, Control and Communications DISS - Digital Ionospheric Sounding System DMSP - Defense Meteorological Satellite Program DMSP SESS Suite - SSULI, SSUSI, SSIES, SSJ-5, SSM EDR - Environmental Data Records FY - Government Fiscal Year IA&T - Integration, Assembly and Test ICD - Interface Control Documents IMF - Interplanetary Magnetic Field IMS - Ionospheric Measuring System IORD-Integrated Operational Requirements Document JMDB-Joint Meteorological and Oceanographic (METOC) Database JSpOC-Joint Space Operations Center NSSA-National Security Space Architect NGIID-NPOESS General Instrument Interface Document NPOESS-National Polar-orbiting Operational Environmental Satellite System POC-Point of Contact RSTN-Radio Solar Telescope Network S&T-Science and Technology SDR-Sensor Data Record SE&I-Systems Engineering and Integration SE/PM-Systems Engineering and Program Management SESS-DMSP space environmental sensors: SSIES3, SSUSI, SSULI, SSJ5-SSM SETA-Systems Engineering Technical Assistance STE-Special Test Equipment SOH-Status Of Health SOON-Solar Observing Optical Network SORD-System Operational Requirements Document SSA-Space Situational Awareness SSULI-Special Sensor Ultraviolet Limb Imager, designed and built by Naval Research Lab SSUSI-Special Sensor Ultraviolet Spectrographic imager ? The Johns Hopkins University Applied Physics Laboratory SSJ-5-The Electron/Ion Spectrometer? Amptek Inc. SSIES3-Special Sensor for Ions, Electrons and Scintillation- University of Texas at Dallas SSM-Special Sensor Magnetometer - NASA-Goddard SWAFS-Space Weather Analysis and Forecast System TRL-DoD Technology Readiness Level SPACE SEGMENT BLOCK 1 INFORMATION SOUGHT The Air Force desires a cost, schedule and risk assessment to acquire a follow-on to the DMSP SESS suite of sensors. The follow-on may be an orbital hardware concept or some other combination of space/ground hardware and/or shared/purchased data that will deliver calibrated earth located radiances similar to the current DMSP SDRs and EDRs. Out of the box concepts are encouraged to suggest innovative ways to produce and exploit space weather data from the ground or from orbiting platforms. Should an orbital hardware concept be proposed, the goal is to meet the current DMSP space environmental sensor requirements with a sensor suite as close to the heritage sensors as possible to allow the highest technology readiness levels possible. Any system technology with a DoD TRL less than 7 (each component must have been demonstrated successfully on-orbit) shall not be included in Block 1, but may be proposed for development and inclusion in Block 2. Responses should include cost/schedule for procuring launch, orbital assets (payloads and bus), command, control and communications (C3) and ground systems in a complete package. C3 ground system trades may include maintaining/upgrading DMSP legacy systems or commercial options. The baseline concept is two DMSP-like orbital planes with one spacecraft per orbital plane delivered on orbit with a DMSP-like complement of space environmental sensors complete with appropriate ground systems. First launch availability will be first quarter FY2015 and second will follow two to three years later. Baseline spacecraft life should be 5 years with a probability of success greater than or equal to 70%. Other architectures are encouraged as long as they are cost effective and do not require increased system development. Though the baseline concept is outlined above for reference, offerors with a proven track record are encouraged to submit innovative concepts to the DMSP SESS continuity mission that fit the block concept of low risk at startup to be followed by incremental improvements. ,. For cost and schedule estimation, offerors should use a 2nd quarter fiscal year 2010 contract award for sensor build with bus/launch contract to follow as appropriate if the GFE sensor acquisition model is chosen. Again, these assumptions are given for cost estimation purposes only and the government is only seeking information for market research purposes. !! SPACE SEGMENT BLOCK 1 DESIRED TECHNICAL GOALS The baseline requirement set is the current DMSP SORD (available on request). This includes spacecraft collection and processing and transmission to proposed ground sites. Also include in the cost estimate software to process the satellite data stream into Sensor and Engineering Data Records at Air Force Weather Agency and deposit them into an operational database. The chart below is a rough summary of the current DMSP SESS specifications. The complete Interface Control Documents (ICD) for the DMSP SESS suite is available on request. If an orbital hardware concept is suggested the offeror should consider both bus and payload sensor risk/cost when determining interface standards. Sensor Weight (lbs.) Power (watts) Data rates (bits/sec) SSUSI 56 35/46* 38000 SSULI 50 25/40* 8200 SSIES3 23 12 2000 SSJ-5 8.5 7 1100 SSM 7.5 6.5 252 * These represent the average and maximum power!! SPACE SEGMENT BLOCK 1 SAMPLE RESPONSE OUTLINE Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their responses as they see fit. Section 1 Conceptual Alternatives Briefly describe one or more alternative architecture concepts for SESS Continuity space segment block 1, including the reliability, flight heritage and technology readiness characteristics of the alternatives.(3-5 pages per alternative) Section 2 Feasibility Assessment Briefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks. (1 page per alternative) Section 3 Cost and Schedule Estimates Provide cost and schedule estimates for each alternative. The desired business information is an 80% confidence estimate of cost and schedule risk to produce a cost effective system. Information not subject to proprietary considerations will be used in cost estimates. The key is to give sufficient basis for estimation to allow fair comparison among concepts and provide a basis for program cost estimates. These assumptions are given for cost estimation purposes only and the government is only seeking information for market research purposes. (2-3 pages) The following assumptions may be used for cost and schedule estimation. 1. Cost/schedule estimate will be at 80% confidence level 2. Include program level costs to the lowest level possible - SE/PM, IA&T, STE etc. 3. Include discussion of any cost drivers, cost tradeoffs, and schedule considerations 4. Provide phased costs - assume an annual inflation rate of 4% for development and production 5. Do not include fee in cost estimation 6. 2nd quarter government fiscal year 2010 contract award 7. First launch availability: first quarter government FY2015 8. Baseline is two spacecraft for Block 1 with an expected life of 5 years with a probability of success greater than or equal to 70%. Section 4 Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. A prime consideration should be the recent (last five years) past performance of the offeror and the maturity of the technologies proposed. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. (No suggested page count) Section 5 Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. SPACE SEGMENT BLOCK 2 INFORMATION SOUGHT The Air Force desires a cost, schedule and risk assessment to develop the second block of the DMSP SESS follow-on space segment. Block 2 may be an orbital hardware concept or some other combination of hardware and/or shared/purchased data that will deliver calibrated earth located measurements similar to that proposed for NPOESS. Should an orbital hardware concept be proposed, the goal is to meet the NPOESS Integrated Operational Requirements Document (IORD) SESS requirement set. Block 2 development will be concurrent with Block 1 production. Offerors with a proven track record are encouraged to submit innovative concepts to improve on the performance and cost of the Block 1 SESS constellation. These concepts may me limited to new or improved sensors or full up systems. The development period goal is to bring TRL levels of more advanced and innovative technology concepts up to a level (TRL 7+) where they can be dependably flown on the Block 2 operational system. The agencies responding to this RFI need not address all systems/sensors mentioned in the RFI, but may focus on a subset of these systems/sensors. Other innovative concepts to characterizing the earth?s orbital space environments are also encouraged SPACE SEGMENT BLOCK 2 DESIRED TECHNICAL GOALS Achieve NPOESS Space environmental sensing requirements as outlined in the IORD and the NPOESS General Instrument Interface Document (NGIID) available on request!! SPACE SEGMENT BLOCK 2 SAMPLE RESPONSE OUTLINE Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their responses as they see fit. Section 1 Conceptual Alternatives Briefly describe one or more alternative architecture concepts for Block 2 SESS follow-on, including the development required, technology readiness characteristics and risk. Also, relate expected performance to NPOESS IORD requirements. (3-5 pages per alternative) Section 2 Feasibility Assessment Briefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks. (1 page per alternative) Section 3 Cost and Schedule Estimates Provide cost and schedule estimates for each alternative. The desired business information is a 50% confidence estimate of cost and schedule to produce a cost effective Block 2 Space Segment. Focus should be on readying technologies for inclusion in Block 2. The key is to give sufficient basis for estimation to allow fair comparison among concepts and provide a basis for program cost estimates. These assumptions are given for cost estimation purposes only and the government is only seeking information for market research purposes. (2-3 pages) The following assumptions may be used for cost and schedule estimation. 1. 80% confidence cost/schedule estimate for readying technologies for insertion into Block 2 2. Include program level costs to the lowest level possible - SE/PM, IA&T, STE etc. 3. Include discussion of any cost drivers, cost tradeoffs, and schedule considerations 4. Provide phased costs - assume annual inflation rate of 4% for development and production 5. Do not include fee in cost estimates 6. Government FY2010 contract award Section 4 Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. (No suggested page count) Section 5 Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. SPACE ENVIRONMENTAL MONITORING GROUND BASED SENSOR ASSETS The Air Force desires a cost and schedule assessment to acquire ground-based space environmental monitoring capabilities to replace the SOON and RSTN systems. This may be a hardware concept or some other combination of hardware and/or shared/purchased data that will meet the current SOON and RSTN set of requirements/capabilities. The Air Force is also interested in unmanned systems as part of these follow-on/replacement capabilities. Information on technical the requirements for these systems as well as previously proposed replacement systems i.e., Improved Solar Observing Optical Network (ISOON) and the Solar Radio Burst Locator (SRBL) is available on request.!! GROUND BASED SENSOR ASSETS SAMPLE RESPONSE OUTLINE Following is a suggested outline and suggested page counts for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their responses as they see fit. Section 1 Conceptual Alternatives Briefly describe one or more alternative architecture concepts (3-5 pages per alternative) Section 2 Feasibility Assessment Briefly describe the feasibility of each alternative and the design tradeoffs involved as matched against the functional requirements and risks. (1 page per alternative) Section 3 Cost and Schedule Estimates Provide cost and schedule estimates for each alternative. The desired business information is a 80% confidence estimate of cost and schedule assessment to acquire ground-based space environmental monitoring capabilities to replace the SOON and RSTN systems. The key is to give sufficient basis for estimation to allow fair comparison among concepts and provide a basis for program cost estimates. These assumptions are given for cost estimation purposes only and the government is only seeking information for market research purposes. (2-3 pages) The following assumptions may be used for cost and schedule estimation. 1. 80% confidence cost/schedule estimate 2. Include program level costs to the lowest level possible - SE/PM, IA&T, STE etc. 3. Include discussion of any cost drivers, cost tradeoffs, and schedule considerations 4. Provide phased costs - assume annual inflation rate of 4% for development and production 5. Do not include fee in cost estimates 6. Government FY2011 or later contract award Section 4 Corporate Expertise Briefly describe your company, your products and services, history, ownership, financial information, and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. (no suggested page count) Section 5 Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. REFERENCES LIBRARY NPOESS Integrated Operational Requirements Document (IORD), 10 December 2001 NPOESS General Instrument Interface Document (NGIID), 1 March 2005 DMSP System Operational Requirements Document (SORD), 26 December 1990 DMSP Block 5D-3 Sensor Integration Control Documents (ICD), ICD 88803, 19 March 1993 - SSM ICD 88804, 8 October 1993 ? SSIES3 ICD 88805, 29 January 1993 ? SSJ5 ICD 88809, 14 May 2001 ? SSULI ICD 88810, 3 November 1993 ? SSUSI National Security Space Architect Space Weather Architecture Study (NSSA Study), 11 June 1999 System Specification for Digital Ionospheric Sounding System (DISS) AN/FMQ-12, 6 December 2003 System Specification for the Trans-Ionospheric Sensor System (TISS), 5 March 1992 System Specification for the Ionospheric Measuring System (IMS), 26 March 1999 System Specification for the Ionospheric Measuring System (IMS), 27 October 2005 System Specification for the Improved Solar Observing Optical Network (ISOON) 8 May 2002 Performance Specification for Radio Interference Measuring Set (RIMS), 28 July 2004 Software Requirements Specification for the Radio Interference Measuring Set (RIMS) Analysis Software, 8 March 2007 System Operational Requirements document SORD MAC 05-85-1A Solar Electro-Optical Network (SEON) Upgrade/Replacement, Phase 1, 7 July 1989 Performance Specification System Specification for the Telescope Set, Solar AN/FMQ-7, 28 July 2004 Operational Requirements Document, Solar Radio Burst Locator (SRBL), 3 September 1999 Operational Requirements Document, Solar Radio Spectrograph (SRS), 2 September 1999 Performance Specification for the Solar Elector-Optical Network (SEON) A/F40U-1 and Solar Radio Spectrograph (SRS) A/F24U-10, 31 May 2006 Software Requirements Specification (SRS) for the Solar Elector-Optical Network (SEON) A/F40U-1 and Solar Radio Spectrograph (SRS) A/F24U-10, 29 September 2006 SUBMISSION OF RESPONSES: ALL RESPONSES SHALL BE SUBMITTED VIA EMAIL Responses to this RFI should be submitted using MS Word (12 point font) within 30 days of posting. Post date 18 July 2007. Please limit responses to 20 pages written and/or 20 MS PowerPoint slides. Responses to all or part of the above RFI will be accepted. Proprietary information shall be clearly marked. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to Major Vladimir Urbancek. Responses to the RFI SHALL include the following: Submitter?s Name Street Address, City, State, NINE-Digit zip code Point of Contact (POC), POC Telephone and facsimile numbers. Classified responses, if required, must be coordinated before delivery with Major Vladimir Urbancek, at Vladimir.urbancek@losangeles.af.mil. Responses received more than 30 days after posting may not be considered in the government?s analysis of concepts. Post date 18 July 2007. You may submit corporate expertise information if you would like to be considered a possible interested source. We may contact RFI respondents to get clarification on the information submitted. 17n. POINT OF CONTACT Primary: Major Vladimir Urbancek, Program Manager, Phone 310-653-9256, Fax 310-653-9302, Email Vladimir.urbancek@losangeles.af.mil Secondary: Ms. Melissa Duong, Contracting Officer, Phone 310-653-9324, Melissa.duong@losangeles.af.mil!!
 
Place of Performance
Address: 483 North Aviation Blvd / El Segundo / California
Zip Code: 90245
Country: UNITED STATES
 
Record
SN01346907-W 20070721/070720001631 (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.