Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2012 FBO #3710
SOURCES SOUGHT

D -- MASTER OSCILLATOR POWER AMPLIFIER ARCHITECTURE

Notice Date
1/19/2012
 
Notice Type
Sources Sought
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.P, Greenbelt, MD
 
ZIP Code
00000
 
Solicitation Number
2012FLA
 
Response Due
2/6/2012
 
Archive Date
1/19/2013
 
Point of Contact
DeAndre Rawlings, Contract Specialist, Phone 301-286-0206, Fax 301-286-6299, Email deandre.r.rawlings@nasa.gov - Mozetta A Edwards, Contract Specialist, Phone 301-286-8480, Fax 301-286-2699, Email Mozetta.A.Edwards@nasa.gov
 
E-Mail Address
DeAndre Rawlings
(deandre.r.rawlings@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Goddard Space Flight Centers (GSFC) Laser and Electro-Optics Branch iscurrently seeking an industry partner to assist with laser amplifier development for theLaser Communications Relay Demonstration (LCRD) program. GSFC is pursuing a master oscillator power amplifier (MOPA) architecture as the lasertransmitter for the LCRD. Available matured technologies with a high technologyreadiness level (TRL) that can be applied for the laser power amplifier stages (TRL >4) is required. The power amplifier stage shall be used in two different communicationmodems for the LCRD. The two different modems are based on differential phase shiftkeying (DPSK) and pulse position modulation (PPM) formats. A short description of theLCRD program can be found in a recently released public announcement at websitehttp://www.nasa.gov/mission_pages/tdm/lcrd/index.html.GSFC seeks specific capability information on erbium doped fiber amplifier (EDFA)technologies for space applications. This will be used in a capability assessment toassist with preparing possible future NASA-industry partnership opportunities. Initialemphasis will be on a short-term demonstration effort on power scaling. However, theinformation will also be assessed for a possible longer-term partnership. The goal ofthis RFI is to ensure that the best and widest possible sets of capabilities areconsidered for immediate applications for the LCRD mission. Interested organizations are invited to submit a description of their EDFA efforts forspace applications with technical and resource/facility capabilities relevant to our LCRDmission. This submittal should be sent to the NASA point of contact listed below. Itshould also describe the organizations experience and past performance in the areas ofairborne and space-based fiber laser and amplifier development. GSFC is particularlyinterested in companies that have existing breadboard or hardware that can be readilyused for demonstrating the performance that are close to the above requirements.The fiber amplifier module of interests shall accept input from a Government-furnishedequipment (GFE) master oscillator (MO) via a single mode PM fiber with nominal inputaverage power of ~ 0 dBm (and minimum of -10 dBm). The fiber amplifier module shallconsist of an optical isolator to protect the MO, pump diodes, active fiber gain medium,WDM combiners, monitor taps with calibrated monitor photodiodes to monitor the modulehealth and performance, and output isolator. Specific information in the following areas is required:1. Information on previously developed prototypes, breadboards, brass-boards,engineering models or flight EDFAs, which operate in the wavelength band from 1530 1570nm for space applications that meet or exceed the performance requirements given in TableI.2. Outline steps necessary to demonstrate the performance of the amplifier design perTable 1 on an Engineering Design Unit (EDU) by 9/2012.The EDU shall meet allperformance requirements under laboratory conditions but not necessarily theenvironmental requirements for space based operation.3. Outline subsequent steps necessary to upgrade existing breadboards, or the EDU toEngineering Test Units (ETUs) by 12/2013. Nominally an ETU is a stepping-stone towardflight, and should be designed to have a flight-like configuration, but is not built tofully qualified standards. 4. Outline subsequent steps necessary for achieving TRL 6 (fully space qualified) on thefiber amplifier module and delivering one flight and one flight spare modules for theDPSK modem and one flight and one flight spare modules for the PPM modem by 12/2015. 5. Also include any approaches that would meet the requirements of both modulationformats with a single amplifier design. For this approach, the deliverables would befor two flight and one flight space modules.6. Information on previous experience with fiber based optical and laser components(e.g. pump laser diodes, damage testing of optical coatings and fiber media, fibersplices integrity, space radiation induced darkening, etc.) and environmental testing andqualification (e.g. vibration, long-term reliability, temperature cycling, acceleratedlife-tests, vacuum) of airborne and/or space-based EDFA.7. Information on facilities capability that could potentially be applied tomanufacturing the space-qualified EDFA for the LCRD mission.8. Any published results and/or technical reports on the above (or other relevant)topics, to be included as appendices.Format of Capability Statements & Questions:Capability Statements include an Executive Summary, Main body & appendices, and anyquestions as indicated below.1. Executive Summary This should not exceed two pages and may address any major itemsthat the organization wishes to highlight and should include the following: name andaddress of firm, size of business, average annual revenue for past three (3) years andnumber of employees; ownership; business size standard, such as, large, small, smalldisadvantaged, 8(a), HUBZone, Service Disabled Veteran Owned Small Business (SD-VOSB),Veteran Owned Small Business (VOSB) and/or Women-Owned; number of years in business;affiliate information; parent company, joint venture partners, potential teamingpartners, prime contractor (if potential sub) or subcontractors (if potential prime);list of customers covering the past five (5) years (highlight the relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact address and phone number). 2. Main body & appendices. The main body of the response should not exceed 10 pages inlength and shall address the topics stated earlier. There is no page limit onappendices. 3. Questions for responders. As part of its assessment, GSFC may contact respondents tothis RFI if clarification or further information is needed. However, the Government isunder no obligation to have discussions with any or all respondents, or to make any awardas a result of the RFI. No solicitation exists; therefore, do not request a copy of thesolicitation. If a solicitation is released it will be synopsized in FedBizOpps and onthe NASA Acquisition Internet Service. It is the potential offerors responsibility tomonitor these sites for the release of any synopsis or solicitation.4. Rough-order-of-magnitude (ROM) cost estimates Companies are encouraged to provideROM costs for milestones and deliverables as discussed in Section B. 5. Use of information This RFI is issued solely for information and planning purposesand does not constitute a solicitation. Any information obtained as a result of this RFIis intended to be used by the Government on a non-attribution basis to assist in planningfor development for the LCRD mission. Responses to this notice are not offers and cannotbe accepted by the Government to form a binding contract. Information will be kept asproprietary if so marked. At this time, NASA is exploring the possibility of a futureacquisition as a result of this RFI.Submission Process1. Capability Statements shall be submitted to the Technical Point of Contact (POC)listed below. Statements should be submitted electronically via email to the addresslisted below. A pdf format is preferred.2. Submission Deadline: The Government reserves the right to consider a small businessor 8(a) set-aside business based on responses hereto. All responses shall be submitted toMr. DeAndre Rawlings via email no later than February 06, 2012. Please reference 2012FLAin any response.3. Questions may be posed to the Procurement POC or the Technical POC listed below. Questions and answers will be posted as an addendum to this RFI.4. Procurement POC:DeAndre Rawlings, Contract SpecialistNASA Goddard Space Flight CenterPhone: (301) 286-0206Email: deandre.r.rawlings@nasa.govSecondary Procurement POC:Mozetta Edwards, Contracting Officer NASA Goddard Space Flight CenterPhone: (301) 286-8480Email: mozetta.a.edwards@nasa.govTechnical POC:Dr. Anthony YuNASA Goddard Space Flight CenterLaser & Electro-Optics Branch, MC 554Phone: (301) 614-6248Email: anthony.w.yu@nasa.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/2012FLA/listing.html)
 
Record
SN02657252-W 20120121/120119234428-00876504cb723709e790e8796ea22245 (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.