Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2008 FBO #2287
SOLICITATION NOTICE

A -- CONFIGURATION SUPPORT FOR THE UNITED KINGDOM - DISASTER MONITORING CONSTELLATION SATELLITE

Notice Date
3/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
NASA/Glenn Research Center, 21000 Brookpark Road, Cleveland, OH 44135
 
ZIP Code
44135
 
Solicitation Number
189539
 
Response Due
4/12/2007
 
Archive Date
2/28/2009
 
Point of Contact
Grigory Adamovsky, Program Manager, Phone 216-433-3736, Fax 216-433-8643, Email gadamov@grc.nasa.gov
 
E-Mail Address
Grigory Adamovsky
(gadamov@grc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Proposal (RFP) OR Request for Quotations (RFQ)] for STATEMENT OF WORK FOR CONFIGURATION SUPPORT OF THE UNITED KINGDOM – DISASTER MONITORING CONSTELLATION (UK-DMC) SATELLITE INTRODUCTION NASA Glenn Research Center is performing research regarding advanced space-based sensor web, delay/disruption tolerant networking (DTN) protocol development and bundling agent discover. In all cases, the efforts require access to IP compliant space-based assets using multiple ground stations. Furthermore, the nature of the system development requires secure autonomous machine-to-machine scheduling of such assets. To support the three inter-related research efforts, NASA’s Earth/Sun Science Technology Office (ESTO) is funding NASA Glenn Research Center for development of autonomous, automated service agreements between the secure autonomous intelligent controller and ground systems. These autonomous, automated service agreements will enable NASA to obtain near real-time access to space-based assets – in this case the Cisco router in Low Earth Orbit (CLEO) onboard the Surrey Satellite Technology Limited (SSTL) United Kingdom - Disaster Monitoring Constellation satellite (UK-DMC). NASA is currently using General Dynamics’ virtual mission operations center (VMOC) as the intelligent controller thereby leveraging millions of dollars of DoD’s and General Dynamics’ investments. NASA also has a Space Act Agreement (SAA) with Cisco to perform joint space-based Internet research and has been allowed to use CLEO for this effort via that SAA. In addition, NASA has a contract for ground station support with Universal Space Networks (USN). Both General Dynamics and USN have established working relationships with SSTL and Cisco and understand that the UK-DMC is an operational, money-making system with a Cisco experimental payload onboard. General Dynamics also has knowledge and understanding of operations of the UK-DMC commanding and of SSTL’s business operations and practices. Furthermore, SSTL and General Dynamics have already been working to develop some automated machine-to-machine communications between the VMOC and SSTL’s Mission Planning System (MPS). PURPOSE NASA wishes to obtain spacecraft configuration and experimentation support service for the Disaster Monitoring Constellation (DMC) Satellites and in particular, the United Kingdom (UK) DMC. TASK 1 – DEVELOPMENT OF 38.4 KBPS PASS THROUGH FIRMWARE NASA is performing joint research with the US Army Space and Missile Defense Battle Lab (SMDB). SMDB possess a ground station capable of communicating with the UK-DMC. The gain of the current phased array antenna cannot provide a quality downlink at 8 Mbps. However, it can close link at 38.4 kbps. SSTL has developed software for CLEO that supports an 8 Mbps downlink and 9.6 kbps uplink. The contractor shall develop software and firmware to support 9.6 kbps uplink and 38.4 kbps downlink with access to CLEO. This work is required within the first 3 months of the start of the contract. TASK 2 – CONFIGURATION OF UK-DMC FOR EXPERIMENTAL PASSES NASA is performing research using the UK-DMC. For this research, multiple ground stations are to be used include: SSTL Ground Station in Guildford, England National Institute of Information and Communication Technology, Japan (NICT) Multi-User Ground Station in Colorado Springs, Colorado, USA; Universal Space Network ground stations in Alaska, Hawaii, and Australia. In order to send or receive data to the UK-DMC via any station, SSTL must configure the UK-DMC to transmit or receive as well as configure for which rates to transmit. Furthermore, in order to access the Cisco router, SSTL must configure on SSDR to be in pass-through mode and this mode must conform to the desired frequency. The contractor shall configure the spacecraft for the appropriate configuration requested for each satellite pass. Configurations shall be for: 1) Receive only telemetry at 38.4 kbps downlink 2) Low rate receive and transmit to the Onboard Processor 3) Low rate receive and transmit to the Cisco router (CLEO) 4) High-rate image passes via the SSDR 5) High-rate image passes via the Cisco Route This work is an ongoing requirement for the extent of the contract. TASK 3 – GROUND STATION CONFIGURATION SUPPORT FOR IPV6 AND DELAY/DISRUPTION TOLERANT NETWORKING NASA is performing IPv6 and Delay/Disruption Tolerant Networking research using CLEO or the Solid State Data Recorders (SSDRs) onboard the UK-DMC. In order to support this effort using the SSTL ground station, the ground infrastructure must be upgraded or enhanced. The contractor shall work with NASA GRC to enhance the SSTL ground terminal infrastructure as follows: 1) Add IPv6 and IPsec capability to the ground router 2) Modify the existing ground router to: a. Enable IPv4 mobile-ip; b. Enable IPv4 static routing; c. Add IPv6-to-IPv4 tunnels between the NASA Home Agent Router and the SSTL ground router; d. Enable IPv6 Static Routing between the SSTL ground router and CLEO; and, e. Enable IPv4 IPsec tunnels between the SSTL ground router and CLEO. 3) Add DTN bundle forwarding agent capability to the SSTL ground infrastructure. This work is required within the first 9 months of the start of the contract. TASK 4 – UPLOAD OF SOLID STATE DATA RECORDER IMAGES OR PROTOCOL DEVELOPMENT EXPERIMENTATION NASA is performing advanced protocol networking research using the Solid State Data Recorders (SSDRs) onboard the UK-DMC. In order to support this effort, new protocol images must upload to the SSTL SSDR. Once protocols have been tested in the NASA GRC UK-DMC engineering testbed and confirmed to operate properly, the contract shall schedule the UK-DMC for protocol testing and upload the image. The following protocols shall be supported: 1) Delay/Disruption Tolerant Networking, a application layer store and forward protocol; and 2) Seamless IP-diversity-based Generalized Mobility Architecture (SIGMA), a transport-layer mobility protocol. This work is an ongoing requirement for the extent of the contract. TASK 5 – SUPPORT FOR SECURE AUTOMATION AND SCHEDULING OF DMC ASSETS BY AN INTELLIGENT CONTROLLER NASA Glenn Research Center is performing research regarding advanced space-based sensor web. NASA is currently using General Dynamics’ virtual mission operations center (VMOC) as the intelligent controller. To support near-real-time access to space, NASA is developing a Service Oriented Architecture (SOA) that requires machine-to-machine automated scheduling. Under this task, the contractor shall support development of machine-to-machine automated scheduling and configuration of the UK-DMC. This work is required within the first 9 months of the start of the contract. PERIOD OF PERFORMANCE 1 April 2007 to 31 October 2009 Expected overall work breakout is expected to be: 3/7 01 April 2007 to 31 Sept 2007 3/7 01 October 2007 to 31 Sept 2008 1/7 01 October 2008 to 31 Sept 2009 The provisions and clauses in the RFP are those in effect through FAC 01-14. All responsible sources may submit an offer which shall be considered by the agency. Delivery to GRC is required within 30 days ARO. Delivery shall be FOB Destination. The DPAS rating for this procurement is DO-C9 Offers for the items(s) described above are due by April 12, 2007 to Mail Stop 500-306 and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml Offerors shall provide the information required by FAR 52.212-1 (JAN 2006), Instructions to Offerors-Commercial, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (SEPT 2005), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUNE 2006), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable. The FAR may be obtained via the Internet at URL: http://www.acquisition.gov/far/index.html The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm All contractual and technical questions must be in writing (e-mail or fax) to Gary Golinski not later than April 6, 2007. Telephone questions will not be accepted. Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to the factors of proposed technical merit, price, and past performance. It is critical that offerors provide adequate detail to allow evaluation of their offer. (SEE FAR 52.212-1(b)). Offerors must include completed copies of the provision at 52.212-3, Offeror Representations and Certifications - Commercial Items with their offer. These may be obtained via the internet at URL: http://prod.nais.nasa.gov/eps/Templates/Commercial_Greater_Than_25K.doc. These representations and certifications will be incorporated by reference in any resultant contract. An ombudsman has been appointed -- See NASA Specific Note "B". Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor the following Internet site for the release of solicitation amendments (if any): http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=22 . Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any). Any referenced notes may be viewed at the following URLs linked below. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (29-MAR-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 28-FEB-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Click here for the latest information about this notice
(http://www.fbo.gov/spg/NASA/GRC/OPDC20220/189539/listing.html)
 
Record
SN01520253-F 20080301/080228232011 (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  © 1994-2020, Loren Data Corp.