Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2011 FBO #3595
SPECIAL NOTICE

A -- Request for Information- Transportable Multi-Mission Antenna - Attachment- Table 1 Environmental Conditions

Notice Date
9/26/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
11-87
 
Archive Date
11/16/2011
 
Point of Contact
Erin L. Orthmeyer, Phone: 3106539679
 
E-Mail Address
Erin.Orthmeyer.ctr@losangeles.af.mil
(Erin.Orthmeyer.ctr@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1 to Transportable, Multi Mission Antenna- Table 1 Environmental Conditions 26 September 2011 TO: ALL Potential Respondents SUBJECT: Request for Information (RFI) Regarding SMC Development Planning Directorate's (SMC/XR) Transportable, Multi-Mission Antenna (TMA) 1. The Space and Missile Systems Center (SMC), Directorate of Development Planning (XR), Los Angeles Air Force Base, California is seeking information from interested parties about trailer-mounted, ruggedized, multi-mission antennas for military SATCOM applications where the frequency coverage requirements are met by "kits". 2. The purpose of this RFI is to gather information on suitable antennas and kits. Kits would cover a given frequency band and include the feeds, HPAs, waveguide, LNAs, etc. Depending on the mission, the antenna kits would be installed and uninstalled. Where components are available, the desire is simultaneous, dual, orthogonal polarization transmit and receive operations in any given band. HPAs and LNAs should be mounted to minimize loss. This Request for Information (RFI) is for market research purposes. 3. In order for SMC to develop potential acquisition strategies, it considers input from industry a best practice and asks for your consideration in responding to this RFI. The Government requests a design with associated costs and schedule of the TMA based on the following items: a. The antenna should automatically acquire and track geosynchronous satellites within the field of view using a two line elements set (TLE). b. The antenna should, as a minimum, be able to program track, auto track, slot track, and step track. c. Azimuth travel greater than +/- 100 degrees. d. Elevation travel greater than 7.5 to 85 degrees. e. Slew 180 degrees within 5 minutes. f. Frequency coverage: C-band, Four-port CP Feed, 0.5dB Axial Ratio, 46 dBi minimum gain. g. Frequency coverage: C-band, Four-port LP Feed, 35dB Xpol on axis, Pol Travel: +/-tbd degrees with dual rotary joints, 46 dBi minimum gain. h. Frequency coverage: Ku-band, Four-port LP Feed, 35 dB Xpol on axis, Pol travel: +/- tbd degrees with dual rotary joints, 53 dBi minimum gain. i. Frequency coverage: DBS-band, Four-port LP Feed, 35 dB Xpol on axis, Pol travel: +/- tbd degrees with dual rotary joints, 54 dBi minimum gain. j. SIDELOBES - Meet ITU standards for the respective frequency bands. k. SETUP TIME - The time to change from one band/polarization kit to another is one hour or less. Time to setup for entire antenna is three hours or less. Setup is defined as the time between trailer positioning and the time the antenna is ready for operations. l. Air transportable IAW MIL-HDBK-1791. Transportable on C-130 and larger aircraft. m. Meet DOT requirements on improved primary and secondary roads in the transport configuration. Transportable over semi-improved surfaces at reduced speeds in the transport configuration. Semi-improved surfaces are defined by the following Aberdeen Test Center courses- Munson Improved Gravel Road, Perryman Secondary Road A and Secondary Road B. Reduced speeds are define to be 20 mph average and 35 mph maximum. The surface roughness of semi-improved surfaces is defined by Figure 8 of Aberdeen Test Operations Procedure (TOP) 1-1-010. n. NON-OPERATING ENVIRONMENT- Meet specified performance requirements after exposure to the logical worst-case combination of natural environments in Table 1 Environmental Conditions, Column 1, or be provided suitable protective means to enable specification performance after exposure. o. NON-OPERATING ENVIRONMENT- Be capable of being set-up for operation and dismantled/packed for transport/storage while exposed to the logical, worst-case combination of natural environments in Table 1, Column 2. p. OPERATING ENVIRONMENT- Meet specified performance requirements while operating in/under the logical worst-case combination of natural environments in Table 1, Column 3, or be provided suitable protective means to enable specification performance. q. POWER- Operating using pole and standard US military inventory generator power. Pole power is defined to be: 50/60 Hz +/- 5%, 208V +/-5% 3- phase, with frequency transients not exceeding 10% of nominal and not more than one minute in duration. r. Built-in test. 4. Responses should include the following sections written in Microsoft Word 2000 or later or Adobe Acrobat Exchange Portable Document Format (.pdf) (with copy/paste function enabled): a. Technical Description: Trailer characteristics, each kit, antenna control unit (ACU), and other associated equipment to meet the requirements of paragraph 3 above. A listing and associated description of tracking modes available in the ACU is requested. State whether the antenna uses absolute encoders or relative encoders. b. Technology assessment: While the Government would prefer that the TMA be composed of commercial or government catalog items, it recognizes that the confluence of requirements may require some development, integration, and test. Assess the technology/component readiness levels using NASA Technology Readiness Levels (TRLs) to the unit level whenever possible. In order to minimize misinterpretation of TRL levels, provide a brief narrative of the current status of maturity of each item, unit, and interface. Where possible, describe the heritage of each item, unit, and interface. c. Expected Performance: Assess proposed design against system requirements listed in paragraph 3 above. d. Demonstration Concept of Operations (CONOPS): Define the concept of operations showing the user's operational view of the proposed TMA. The CONOPS should be stated in terms of how and by whom the TMA will be operated. e. Development Schedule: Identify proposed schedule to include critical paths and discuss schedule drivers (e.g., long lead items). Supporting information from previous similar programs should be provided. f. Cost Estimate: Provide a basis for budgetary estimates on the proposed solution. Include: Confidence level, Basis of Estimate, heritage program(s) from which costs are derived, and cost risk and drivers. o Cost Item o Trailer o Antenna Control Unit o Aperture(s) o Kit 1 o Kit 2 o Kit... o Other... g. Risk Analysis: Discuss the risks and mitigation plans associated with the proposed TMA. h. Capabilities and experience to include: Corporate capability and experience in the management, development, and integration of trailer-mounted, ruggedized, multi-mission antennas for military SATCOM applications. Where vendor has relevant capability not specifically called out here, the Government would welcome a description of that capability. Information on vendor's capability to automatically acquire and track low earth orbit satellites within the field of view is requested. Information on vendor's capability to automatically acquire and track highly elliptical orbit satellites within the field of view is requested. Describe the vendor's capability to provide Ka- and K-band kits. Response Information This RFI is being conducted for information and planning purposes only. It does not constitute a request for proposal or a request for quote. Information contained in this RFI is based on the best information available at the time of publication, is subject to revision and is not binding on the Government. The Government will not recognize any cost associated with a submission in response. The information received will be considered for the purposes of market research. This RFI is unrestricted and encourages responses from all responsible contractors independent of size. Additionally, responses from small business 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. The NAICS 541712 size standard (1,000 employees) is applicable to the subcategory for "Space Vehicles and Guided Missiles, their Propulsion Units, their Propulsion Units Parts, and their Auxiliary Equipment and Parts. All responses are to be provided electronically in Microsoft Word 2000 or later or Adobe Acrobat Exchange Portable Document Format (.pdf) (with copy/paste function enabled) on company letterhead with total page count limited to 25 pages, not including cover page and table of contents. A page is defined as each face of an 8.5 x 11 inch sheet, single-spaced with text no smaller than 11-point font size, Times New Roman. Margins shall be one-inch on all sides. Unclassified responses are preferred; however, if there is a need for classified transmittals please contact the points of contact below. Responses are due by 1630 PST on 1 Nov 11. Technical questions should be addressed to Mr. Gerald Keller and contracting questions should be sent to Ms. Erin Orthmeyer. Submissions of RFI should be sent to:  Ms. Erin Orthmeyer, SMC/XRC, (310) 653-9679, Erin.Orthmeyer.ctr@losangeles.af.mil Contracting Points of Contact  Mr. Joseph Simonds, Director of Contracts, SMC/XRC, (310) 653-9072, joseph.simonds@losangeles.af.mil  Ms. Erin Orthmeyer, SMC/XRC, (310) 653-9679, Erin.Orthmeyer.ctr@losangeles.af.mil Technical Point of Contact  Gerald Keller, Senior Engineer, Aerospace Corp, Gerald.R.Keller@aero.org Sincerely, Joseph Simonds Director of Contracts, SMC/XR
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/11-87/listing.html)
 
Place of Performance
Address: Los Angeles Air Force Base, Space and Misille Systems Center, El Segundo, California, 90245, United States
Zip Code: 90245
 
Record
SN02592153-W 20110928/110926235000-cda9af77b745f3f31578e971407db705 (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.