Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 02, 2009 FBO #2714
SOLICITATION NOTICE

18 -- This is a Request for Information (RFI) for market research purposes. The United States Air Force is seeking information from interested parties on current, planned sensors and systems for passive and active remote sensing of space environmental parameter

Notice Date
4/30/2009
 
Notice Type
Modification/Amendment
 
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, California, 90245-2808
 
ZIP Code
90245-2808
 
Solicitation Number
04072009
 
Archive Date
7/31/2009
 
Point of Contact
John Baldonado,, Phone: 310-653-9471, Maria E Jimenez,, Phone: 310-653-9289
 
E-Mail Address
john.baldonado@losangeles.af.mil, maria.jimenez@losangeles.af.mil
 
Small Business Set-Aside
N/A
 
Description
The United States Air force is seeking information from interested parties on a space environment sensing capability that will address sensors and systems to collect space environmental parameters. Acquisition of the capability start in Government Fiscal Year (GFY) 2010 with an initial capability in GFY2015. The capability is required through GFY 2020. The Air Force has a requirement to continue to provide space environmental data in the most cost effective way possible when the DMSP mission ends. The requirement basis for this effort is the Natioanl Polar-Orbiting Environmental Satellite System NPOESS IORD-II, Joint Requirement Operations Council approved, Oct 2001. Furthermore this effort will be filling a void that will allow continuity of space environmental measurements and preservation of national capabilities required today and in the future as the United State formulates plans for National Space Situational Awareness architecture. The Air Force is interested in addressing the gap resulting from the de-manifestation of the space environmental sensing capabilities from the National Polar-Orbiting environmental Satellite System (NPOESS). Equally important is the rapid collection, ingestion, processing, analysis, exploitation, and dissemination in a manner suitable to user needs. Therefore, the Air Force is interested in companies who understand both the operational systems in place to provide space environmental products and how to improve the sensor-toshooter chain of events to improce space environment situation awareness and application for strategic and tactical operations. The Air Force is evaluating all possible solutions sets, including the employment of commercial systems as a data provider with sensors already on-orbit or hosting sensors on future platforms. The objective is to define an acquisition program that uses low-risk technologies (Technology Readiness Level (TRL) 7 or greater) previously integrated on a bus and launch vehicles (if necessary) provided by contractors with a documented proven track record of mission success. We encourage collaboration among industry partners to identify innovative approaches for exploiting already available data to provide parameters we are seeking. For planning purposes, we would anticipate an incremental delivery strategy to rapidly fill the data collection gap, while concurrently investing in space weather modeling and system effects Science and Technology essential to translate measurements into actionable space weather products. 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". 16b. PURPOSE The purpose of this RFI is to seek information on current, existing technologies (or with possible minor modifications) that can be used to meet the sensing capabilities described in this paragraph and paragraph 16d. Cost is a major consideration; therefore, the government is interested in cost information for individual requirements defined in paragraph 16d. The DMSG program office is interested in information from Industry as well as Government Labs. Simultaneously, the Government is working with the nation's national laboratories to leverage their wealth of knowledge in space environment. The complement of government resources and industry experts would provide an overall space environment sensing and exploitation program that optimizes the investment. We are not seeking competition between government labs and industry. The government team will conduct a thorough analysis of present and future space environment models, applications, system effects algorithms, and decision aids and generate roadmaps and product threads for delivering improved space environment situation awareness user products using Space Situational Awareness Environmental Monitoring (SSAEM) data. THIS IS A REQUEST FOR INFORMATION 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. 16c. DEFINITIONS AFWA - Air Force Weather Agency C3 - Command, Control and Communications DMSP - Defense Meteorological Satellite Program DoD - Department of Defense EDR - Environmental Data Record GFY - Government Fiscal Year ICD - Interface Control Document IOC - Initial Operational Capability IORD - Integrated Operational Requirements Document KPP - Key Performance Parameters KSA - Key Support Areas NPOESS - National Polar-orbiting Operational Environmental Satellite System POC - Point of Contact RFI - Request for Information SDR - Sensor Data Record SSAEM - Space Situational Awareness Environmental Monitoring TRL -Technology Readiness Level 16d. SENSING CAPABILITY INFORMATION SOUGHT For this effort, the IORD-II ionospheric electron density profile characteristics and scintillation measurements are considered Key Performance Parameters (KPP) and must be satisfied. We are searching for possible solutions to satisfy the remaining Environmental Data Records (EDRs), considered as Key Support Areas (KSA) and are seeking possible innovative approaches to solve multiple requirements. The following list is the environmental data records as approved by the Senior User Advisory Group in priority order and are based on recommendations from the NPOESS Joint Agency Requirements Group: 1. Electron Density Profile 2. Ionospheric Scintillation 3. Neutral Density Profile 4. Auroral Imagery 5. Auroral Energy Deposition 6. Auroral Particles 7. Energetic Ions 8. Electric Field 9. Medium Energy Particles 10. Geomagnetic Field 11. In-Situ Plasma Temperatures 12. In-Situ Plasma Fluctuations 13. Auroral Boundary AFSPC top model/system effects product groupings are list below: 1. Ionospheric Parameters to Feed Physics-Based Ionospheric Models 2. Scintillation 3. Radar 4. Satellite The Air Force is considering alternatives for acquiring space environmental data in support of the KPPs and KSAs. The system may include an orbital hardware follow-on concept, leveraging of planned programmed assets (both ground and space-based), and/or shared/purchased data and must address the operational data processing to ready the Sensor Data Records (SDR) and EDRs for deposition in an environmental database. Any system technology with a DoD TRL less than 7 (each component must have been demonstrated successfully on-orbit) shall not be included unless the company can show a path to flight worthiness via a Space Test Program launch or other means. We expect the most economic path to success for sensor measurements is available through hosting sensors on rides of opportunity. The ground component must include any required software required to calculate appropriate engineering parameters for insertion into the Air Force Weather Agency's (AFWA) operational database. Any manipulation of the data beyond calculating SDRs and EDRs is not part of this effort; however, the contractors must understand the current and planned data processing algorithms beyond EDRs, global modeling, and system effects products. We expect respondents to be challenged by selecting sensors and sensor suites to satisfy the KPPs while looking for avenues to satisfy KSAs and having the right data to drive models resulting in high quality system effects products. We expect a variety of options with pros, cons, risks, and discussion of trade space for the government to consider. Government investment of sensors on-orbit or planned that can fulfill requirements via alternative data processing is highly encouraged. Command, control, and communications (C3) ground system trades may include maintaining/upgrading Defense Meteorological Satellite Program (DMSP) or other legacy systems or commercial options. For planning purposes, anticipate a first launch availability of 1st quarter GFY 2015. 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, respondents with a proven track record are encouraged to submit innovative alternatives that represent low risk and provide incremental improvements. Responses should address the technologies available to deliver environmental data as described with supporting structures such as launch, spacecraft requirements and C3. The respondent should provide cost and schedule assumptions associated with each technology addressed. The Air Force is interested in separate cost and schedule estimates for each area. The cost estimate should also include software to process the satellite data stream into SDRs and EDRs at AFWA and ready them for deposition into an operational database. The following assumptions should be used for cost and schedule estimation: 1. Cost/schedule estimate will be at 80% confidence level and responders may also include figures from various confidence levels if desired 2. Spacecraft/payload life should be 5 years with a probability of success greater than or equal to 70% 3. Solutions will be low risk by using TRL 7 or greater 4. IOC is 3rd quarter GFY 2015 with capability required through GFY 2020 5. 3rd quarter GFY 2010 contract award 6. Costs should be broken out to the lowest level possible - costs should be identified by individual EDRs and sensor 7. Include program level costs - Systems Engineering, Program Management, Integration, Assembly and Test Full-Time Equivalent support, etc 8. EDRs #1 and #2 must be satisfied, all other EDRs are optional, but highly desirable 9. Include software costs to process/prepare the satellite data stream for insertion into AFWA's operational database. Once AWFA has the data, no further effort is required. 10. Costs should be separated between development and production costs 11. Provide time-phased costs and detailed information on inflation rates used 12. Do not include award fee in cost estimate 13. Include discussion of any cost drivers, cost tradeoffs, and schedule considerations 14. Each solution's detailed cost estimate should be accompanied by a matrix-style summary spreadsheet showing how each option satisfies the EDRs and their respective costs - i.e. Option 1 has 2 sensors; sensor 1 satisfies EDRs 1 and 3 and costs $XX, sensor 2 satisfies EDR 2 and costs $XY, etc Again, these assumptions are given for cost estimation and planning purposes only and the government is only seeking information for market research purposes. 16e. SENSING CAPABILITY DESIRED TECHNICAL GOALS The baseline requirement set is the current NPOESS IORD-II (available on request). This includes spacecraft collection and processing and transmission to proposed ground sites as well as Objective and Threshold performance requirements. 16f. SENSING CAPABILITY 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 - Technological Alternatives Briefly describe one or more technological alternatives, 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. These assumptions are given for cost estimation purposes only and the government is only seeking information for market research purposes. (2-3 pages) The assumptions in paragraph 16d may be used for cost and schedule estimation. 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. 16g. REFERENCES LIBRARY Reference documents are available only upon request and will be provided only to individuals with the proper security clearances. NPOESS Integrated Operational Requirements Document (IORD) II, 10 December 2001 NPOESS General Instrument Interface Document, 1 March 2005 DMSP System Operational Requirements Document, 26 December 1990 DMSP Block 5D-3 Sensor Interface 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, 11 June 1999 16h. SUBMISSION OF RESPONSES: ALL RESPONSES SHALL BE SUBMITTED VIA EMAIL Responses to this RFI should be submitted using MS Word (12 point font) no later than May 21, 2009 to the SSAEM Workflow inbox at the following e-mail address: SSAEM@losangeles.af.mil. 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. The Government will NOT be responsible for any proprietary information not clearly marked. 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. You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to John Baldonado, at 483 North Aviation Boulevard, Building A8, El Segundo, CA 90245. Classified responses, if required, must be coordinated before delivery with John Baldonado, at john.baldonaldo@losangeles.af.mil. Responses from Small and Small Disadvantaged Business firms are highly encouraged. Firms responding should indicate if they are a small business, a socially and economically disadvantaged business, 8(a) firms, historically black colleges or universities, and minority institutions. Responses received after May 21, 2009 may not be considered in the government's analyses. 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. The Government plans to conduct an Industry Day where the Government can elaborate on the requirements and cost constraints. If you are interested in attending Industry Day, you will need to provide your name, company representing, company address, telephone number, and e-mail address to the SSAEM Workflow inbox at the following e-mail address: SSAEM@losangeles.af.mil, no later than 7 calendar days after the posting of this announcement. Information for Industry Day will be sent to those interested sources that have sent in a request to the SSAEM Workflow inbox. For planning purpose, we plan to conduct Industry Day the latter part of April 2009. The Government may elect to conduct one-on-one discussions with industry to obtain clarification of the RFI responses. One-on-one discussion will be conducted only with those that provided an RFI response, and only 8 members of each respondent group will be permitted during discussions. Please note that the Government is under no obligation to conduct these sessions. 16i. POINT OF CONTACT Primary: Mr. John Baldonado, Program Manager, Phone 310-653-9471, Fax 310-653-9124, Email john.baldonado@losangeles.af.mil Secondary: Ms. Maria Jimenez, Contracting Officer, Phone 310-653-9289, Fax 310-653-9124, Email maria.jimenez@losangeles.af.mil!! 17. N/A!! 18. N/A*****
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=00dca1cc2772c66e17f92f82e2856985&tab=core&_cview=1)
 
Record
SN01806188-W 20090502/090430221757-00dca1cc2772c66e17f92f82e2856985 (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.