Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2009 FBO #2638
SOURCES SOUGHT

D -- SOURCES SOUGHT SYNOPSIS FOR SN GROUND SEGMENT SUSTAINMENT - SGSS -IMPLEMENTATION

Notice Date
2/13/2009
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.M, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
Sources-Sought-Synopsis-SGSS-Implementation-Contract
 
Response Due
2/27/2009
 
Archive Date
2/13/2010
 
Point of Contact
Sherika D. Wilson, Contract Specialist, Phone 301-286-5971, Fax 301-286-1720, />
 
E-Mail Address
Sherika.D.Wilson@nasa.gov<br
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is hereby soliciting information about potential sources for performing aSpace Network Ground Systems (SNGS) sustainment effort. The SN Ground SegmentSustainment (SGSS) Project, located at NASA GSFC, is planning for the replenishment/replacement of the existing SNGS equipment located at Las Cruces, NM; Blossom Point, MD;and Guam, a U.S. territory. Overview: The Space Network (SN) consists of a space segment, the Tracking and Data RelaySatellites (TDRS), and a ground segment, the SNGS. The SN provides the capability forglobal space-to-ground telecommunications and tracking coverage for near Earthspaceflight missions, including both scientific and human space flight. The functionalobjectives of the SNGS are: 1. maintain health, safety, and control of all TDRSspacecraft; 2. relay customer signals in forward and return directions between theground demarcation points for the NASA Integrated Services Network (NISN) or localinterfaces and customer spacecraft via the TDRS with a very high figure of availabilitythat provides for extremely high operational proficiency; 3. provide tracking servicesfor TDRS and customer spacecraft; 4. provide SN customers with service planning,scheduling, and status & control of active supports; 5. provide for the ability tooperate, maintain, and sustain the flight and ground segments; and 6. provide fortesting, monitoring and fault isolation of the SN assets and systems. More informationabout the SN can be found at: http://scp.gsfc.nasa.gov/sn/index.htm.Background: The SNGS has been expanded and modified to support an evolving customer basewhile maintaining the fundamental architecture created by the last modernization projectin the mid-1990s. The SGSS project is beginning planning for the replacement of theexisting SNGS to address issues associated with obsolescence; to create a more flexibleand organic architecture to address evolving customer requirements and advances intechnology; to implement new methods and capabilities for using the TDRS to supportcustomer spacecraft; to expand and improve the methods by which customer control centersinterface with the SNGS for data and service planning and control; and to improve longterm operational performance, reliability and maintainability.Approach: NASA is seeking sources or teams capable of meeting the functional objectivesof the refurbishment, and address the issues and goals for the implementation of therefurbishment.The NASA SGSS Project is planning to execute an SGSS procurement to seekindustry proposals for this important effort. It is anticipated that a singleimplementation contract will be awarded. It is expected that the new system will bedeveloped, integrated and tested at a location geographically separate from the WhiteSands Complex.The new systems will then be installed and transitioned into operationsat the NASA facilities in Las Cruces, NM; Blossom Point, MD; and Guam.It is anticipatedthat the mechanical components of the existing Space to Ground Link antennas at thosefacilities could be retained; however, all other RF components and support systems areunder consideration for replacement based on the selected approach. A specific Statementof Work, Systems Requirements Document, and related documentation relative to theprocurement and implementation, will be provided with the Request For Proposal (RFP). The RFP is expected to be performance based. The contractor(s) will provide thepersonnel, materials, and facilities necessary to complete the task. The contractor(s)will need to have expert knowledge and experience related to complex satellitecommunications, with knowledge of the SN in particular. Specific area of expertiseinclude, but is not limited to, ground system and subsystem architectures;state-of-the-art digital modulation/demodulation techniques and coding schemes; RFamplification; filtering; timing systems; signal combing methods; and distortionsensitivities.The contractor(s) will need relevant experience with the use ofappropriate analytical tool sets and modeling.Further, the contractor(s) will needexpert knowledge in software design and implementation for complex and high reliabilitysoftware systems; and the use of appropriate modeling techniques to predict complexity,size, effort, and schedule for development. It is anticipated that the performing business unit of the Contractor (at a minimum theprime if teaming is anticipated) will be certified to CMMI level 3 by a Certified LeadAuditor. Knowledge of appropriate commercially available products will be necessary. Other Information: No solicitation exists; therefore, do not request a copy of thesolicitation. When additional information becomes available, it will be synopsized inFedBizOpps (https://www.fbo.gov) and on the NASA Acquisition Internet Service(http://prod.nais.nasa.gov). It is the potential offerors responsibility to monitorthese sites for the release of any solicitation or synopsis. Interested offerors havingthe required specialized capabilities to meet the above requirement should submit acapability statement of 10 pages or less indicating their ability to perform aspects ofthe effort described herein. Be sure to address specialized knowledge and experience inthe areas identified in this synopsis.Responses must include the following: name and address of firm, size of business; averageannual revenue for past 3 years and number of employees; ownership; whether they arelarge, small, small disadvantaged, 8 (a), HUBZone, and/or woman-owned; number of years inbusiness; affiliate information; parent company, joint venture partners, potentialteaming partners, prime contractor (if potential subcontractor) or subcontractors (ifpotential prime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact address and phone number). Technical questions should be directed to: PaulMexcur at (301) 286-8888. Procurement related questions should be directed to: SherikaWilson at (301) 286-1291. A commercial item is defined in FAR 2.101. This synopsis isfor information and planning purposes and is not to be construed as a commitment by theGovernment nor will the Government pay for information solicited. Respondents will notbe notified of the results of the evaluation. Respondents deemed fully qualified will beconsidered in any resultant solicitation for the requirement. The Government reservesthe right to consider a small business or 8(a) set-aside based on responses hereto. Allresponses shall be submitted to Sherika Wilson at "NASA GSFC, Mail Code: 210.4, Attn:Sherika Wilson, Greenbelt, MD 20771-0001" no later than February 27, 2009. Pleasereference "Sources Sought Synopsis SGSS Implementation Contract" in any response.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=01cf9a042fac1908e30a57704bc55c1b&tab=core&_cview=1)
 
Record
SN01750323-W 20090215/090213215517-01cf9a042fac1908e30a57704bc55c1b (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.