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 -- SPACE TO GROUND ANTENNA: SGANT OR SPACE TO GROUND ANTENNA GROUP: SGAG

Notice Date
7/19/2007
 
Notice Type
Sources Sought
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ07GA19R
 
Response Due
8/24/2007
 
Archive Date
7/19/2008
 
Small Business Set-Aside
N/A
 
Description
I. Introduction: NASA/JSC is hereby soliciting information about potential sources for development and certification of Space-to-Ground Antenna (SGANT) or Space-to-Ground Antenna Group (SGAG) for use on the International Space Station (ISS). No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror?s responsibility to monitor these sites for the release of any solicitation or synopsis. II. Background and Requirement: The impetus for conducting market research is based upon the future need to launch a replacement SGANT on a new vehicle, which will go into service after the Space Shuttle is retired. Accordingly, JSC is interested in new technologies and SGANT or SGAG concepts that result in lighter and smaller launch payloads while enhancing the reliability of space-qualified hardware. The following paragraphs provide a top-level summary of the functional and performance requirements for the replacement SGANT or SGAG: The current SGANT consists of a Parabolic Reflector Assembly, Monopulse Feed, structural launch interface, antenna steering motors and controllers, and is mounted on the Z1 truss/boom of the ISS and has provisions to support Extravehicular Activity (EVA) handling. The SGANT provides for the transmission of Ku?Band Radio Frequency (RF) signals from the Space Station to the ground via the Tracking and Data Relay Satellite System (TDRSS) satellites. The Ku?Band Single Access Forward (KSAF) communications signal from a TDRS to the Ku Band Antenna is centered at 13,775 MHz with an operating bandwidth of 50 MHz and receive gain greater than or equal to 42.9 dBic to support a data rate of 6(BPSK)-12(QPSK) Mbps. The Ku?Band Single Access Return (KSAR) communications signal from the Ku Band Antenna to a TDRS is centered at 15,003.4 MHz with an operating bandwidth of 225 MHz and transmit gain greater than or equal to 43.5 dBic to support a minimum data rate of 150 (BPSK) and up to 300 (QPSK) Mbps. Reference the Space Network User?s Guide (SNUG) Revision 8 for detailed link requirements. The current SGANT has two 120 VDC electrical power interfaces with the ISS for operation and for heaters. The Space-to-Ground Transmitter-Receiver-Controller (SGTRC) provides a command and status interface with the ISS Command and Control Multiplexer/Demultiplexer (C&C MDM), SGANT pointing control, RF frequency conversion and amplification, and RF interfaces with the SGANT. The SGTRC exchanges modulated intermediate frequency signals with other communications equipment on the ISS. The SGTRC has two 120 VDC electrical power interfaces with the ISS for operation and for heaters. Primary support for SGANT pointing is accomplished via two-axis monopulse autotracking using the TDRSS Ku-Band Forward (KSAF) service as a tracking beacon. Open-Loop pointing is also provided for acquisition and as a backup mode using antenna pointing coordinates supplied over the command interface with the C&C MDM . The SGANT/SGTRC uses a nominal 2 degree radius spiral search to spatially acquire the TDRSS forward link beacon, and after closed-loop acquisition, maintains pointing to within 0.25 dB. The SGANT and SGTRC are mounted externally on the Z1 Integrated Truss Segment and have provisions to support Extravehicular Activity (EVA) handling. The SGTRC would be retained if only the antenna is procured. If the group is purchased, the SGTRC functions will be incorporated in the SGAG. The replacement SGAG requires the integration of the SGANT and SGTRC functions into one Orbital Replacement Unit (ORU). The need to replace the SGTRC function is driven by the requirement to double the data rates on both the Forward and Return channels. Another option under consideration is moving the RF service from Ku-Band to Ka-Band. NASA is interested in learning of recently deployed or soon-to-be deployed designs for Antennas and associated RF electronics compatible with the NASA Space Network per SNUG at Ku or Ka-Band that are space-flight certified for low-earth orbit environments that meet, or have the potential to meet the essential functional requirements discussed above. In addition, the design should meet or, or have the potential to meet the following salient requirements related to launch on new vehicle: The replacement SGANT or SGAG, including any Flight Support Equipment, shall not exceed a maximum launch cargo envelope of 145 inches long by 80 inches wide by 57 inches high. The mass including FSE shall not exceed 750 Kg. The antenna or antenna group shall be designed to withstand a non-operating temperature range of -40 degrees F to +140 degrees F. The ORU shall survive a launch acceleration of 4.5 m/sec2 at 30 rad/sec2 in any single axis and overall acoustics of 140 dB, with overall random vibrations of 4.0 x 9.8 m/sec2 rms. The SGAG or SGANT shall survive an ambient pressure change rate of 4600 Pa/sec. Design, development, ground testing and certification of the new SGANT or SGAG will be provided by the vendor with a follow-on test with a TDRSS to verify operations with the SGANT Design, Verification, and Test Module (DVTM) hardware utilizing 1553 command and control. III. Responses: Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein and a brief statement of expertise in developing similar space communication equipment. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). Technical questions should be directed to: Timothy Early via timothy.w.early@nasa.gov. Procurement related questions should be directed to: Michal Malik via michal.k.malik@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Michal Malik no later than August 24, 2007. Please reference NNJ07GA19R in any response. Any referenced notes may be viewed at the following URLs linked below.
 
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#125746)
 
Record
SN01347386-W 20070721/070720002612 (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.