Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
MODIFICATION

D -- RADIO SYSTEM FOR COMMON COMMUNICATION FOR VISITING VEHICLES TO THEINTERNATIONAL SPACE STATION

Notice Date
10/5/2010
 
Notice Type
Modification/Amendment
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Lyndon B. Johnson Space Center, Houston Texas, 77058-3696, Mail Code: BG
 
ZIP Code
00000
 
Solicitation Number
NNJ10ZBG001L
 
Response Due
10/19/2010
 
Archive Date
10/5/2011
 
Point of Contact
Kirby L. Condron, Contracting Officer, Phone 281-483-4193, Fax 281-244-2370, Email kirby.l.condron@nasa.gov
 
E-Mail Address
Kirby L. Condron
(kirby.l.condron@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is modification #2 to the previously posted Sources Sought Synopsis(SSS) NNJ10ZBG001L. The purpose of this modification is to expand the systems'stechnical requirements. NASA/JSC is hereby requesting information about potential sources for a bi-directionalcommunications system between the International Space Stations (ISS) United StatesOn-Orbit Segment and Visiting Vehicles (VVs). The ISS Common Communications for Visiting Vehicles (C2V2) system includes the following:multiple antennas (without gimbals) that will be located externally on the ISS toprovide coverage for planned VV approaches for berthing or docking at designated dockingports;low-noise amplifiers and associated electronics may be required on the ISS toensure adequate receive signal strength at radio location due to potentially long cableruns with associated losses between the antennas and the radios; andtwo-way communications equipment including diplexers, combiners, radios, basebandsignal processors, Decryption/Encryption Devices (DEDs), and ISS and VV interfacehardware and software. The C2V2 system will reside on the ISS and the VVs. The C2V2 system delivered to the VVswill not include the antennas or any associated antenna electronics or any ISS uniqueinterfaces; thus, ensuring the minimum equipment delivery to the VV to reduce VV size,weight, and complexity to the maximum extent possible.General technical requirements for the C2V2 system include:1.S-band or Ultra High Frequency (UHF);2.support approximately 10 kbps at a range of ~30 km and a minimum of ~74 kbps at~10 km with a bit error rate of 10-5 and a positive link margin; 3.a spread spectrum radio;4.conformance to National Telecommunications and Information Administration (NTIA)requirements for operation in low earth orbit; 5.encryption/decryption of data in both directions;6.processing for control of the C2V2 system, output of C2V2 health and status, andtransmission of the telemetry data;7.for C2V2 equipment residing on the ISS, the following interfaces are required:a 1553A/B interface to the ISS for critical data transfer and command and controlof the C2V2;a separate control interface for sending time critical commands to unmanned VVsduring rendezvous and proximity operations;Ethernet interfaces for hardline communications with up to four docked VVs andfor ISS non-critical data transfer; and120 VDC power interface; 8.for C2V2 equipment residing on the VV, the following interfaces are required: a RS-422 or other standard interface(s) to the VV for telemetry transfers,command and control of the C2V2 equipment residing on the VV, and C2V2 equipment healthand status output to the VV; and28 VDC power interface;9.a 15-year operating life for equipment residing on the ISS (VV operating liferequirements are less stringent); 10.one fault tolerance; and11.certified flight system delivery goal of July 2013 with functional equivalentunits delivered nine months earlier.The C2V2 system should be based on off-the-shelf hardware and software with provenperformance and reliability. Innovative solutions that meet the fundamental need ofproviding reliable two-way communications at the required minimum bit rate, but that mayresult in some deviations to the aforementioned requirements, are encouraged and shouldbe brought forward for discussion. Use of a modular architecture that allows for removalof the DED during the majority of ground testing and for separate delivery of the radioand DED to the VVs is highly desirable. In addition to delivery of flight-certifiedhardware and software, functional equivalent hardware and software is also required forintegrated test in ISS and VV test facilities.The overall North American Industry Classification System (NAICS) Code for thisprospective procurement is 336419 and the small business size standard is 1,000employees.No solicitation exists; therefore, do not request a copy of the solicitation. If asolicitation is released it will be synopsized in FedBizOpps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis.Information requested: Interested companies with the required, specialized capabilities to perform any aspectsof the effort described in this SSS should submit a capability statement indicating theirability to meet the specific requirements based upon their area of expertise. 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 youare a large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned business;number of years in business; affiliate information: parent company, joint venturepartners, potential teaming partners, prime contractor (if potential sub) orsubcontractors (if potential prime); list of customers covering the past five years(highlight relevant work performed, contract numbers, contract type, dollar value of eachprocurement; and point of contact - address and phone number), and a cost estimate forthis system. Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101.This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully qualified will be considered in any resultant solicitation for the requirement. The Government reserves the right to consider an SB, SDB, WOSB, HUBZone, VOSB, 8(a),SDBVOSB, or HBCU/MI set-aside based on responses hereto. All firms will need to becertified at the time of proposal submission if this procurement takes place and is aset-aside.Any technical or procurement questions and all responses shall be submitted to KirbyCondron at kirby.l.condron@nasa.gov no later than 3:00 PM Central Time on October 19,2010. The mailing address is:NASA Johnson Space Center, Attn: Kirby Condron, MailCode BG, 2101 NASA Parkway, Houston, TX 77058. Please reference NNJ10ZBG001L in anyresponse.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/JSC/OPDC20220/NNJ10ZBG001L/listing.html)
 
Record
SN02305976-W 20101007/101005234216-9e8077078674ab122ea5c3f5d051546a (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.