Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 17, 2012 FBO #3766
DOCUMENT

59 -- TriG” Global Navigation Satellite System (GNSS) Radio Occultation (RO) flight articles - Amendment 1

Notice Date
3/15/2012
 
Notice Type
Amendment 1
 
NAICS
334516 — Analytical Laboratory Instrument 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
12-26
 
Archive Date
3/1/2012
 
Point of Contact
Daniel J. Noel, Phone: 310-653-6990, Fred D. Dennis, Phone: 310-653-3558
 
E-Mail Address
Daniel.Noel@losangeles.af.mil, fred.dennis@losangeles.af.mil
(Daniel.Noel@losangeles.af.mil, fred.dennis@losangeles.af.mil)
 
Small Business Set-Aside
N/A
 
Description
16a. Description: The Defense Weather Systems Directorate (DWSD) Space Situational Awareness Environmental Monitoring (SSAEM) program office, on behalf of the United States Air Force, is seeking information from companies who could provide a production capability for Sixteen (16) space-based "TriG" Global Navigation Satellite System (GNSS) Radio Occultation (RO) flight articles, providing total electron content (ionosphere), ionospheric scintillation, vertical refractivity, water vapor and temperature profiles in the troposphere. The companies should also provide options for the associated TriG-to-space vehicle integration and test support, and for commercially priced controlled storage facilities needed for the program. A flight article is defined as a fully functional sensor incorporating all the development efforts from Jet Propulsion Laboratory (JPL). The addition of the language "flight article" should not imply that we are requesting anything other than the standard GNSS RO sensor. Data collected from the GNSS RO sensor can be used to measure ionospheric electron density characteristics and tropospheric weather information. A prototype of the TriG GNSS RO is currently in development by JPL and will be used to support the transition from an engineering model to flight quality sensors. 16b. Purpose: This is a Sources Sought for market research purposes to identify potential organizations that can deliver the required products. Cost and schedule are major considerations; therefore, the Government is interested in estimated cost and schedule information based on independent organizations capability to deliver the TriG GNSS RO capability in a fully functional set of twelve sensors. THIS IS A SOURCES SOUGHT ONLY. This sources sought is issued solely for information and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. This sources sought does not commit the Government to contract for any supply or service whatsoever. We are not at this time seeking proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this sources sought. All costs associated with responding to this sources sought will be solely at the responding party's expense. All information received in response to this sources sought that is marked PROPRIETARY will be handled accordingly. The Government shall not be liable for or suffer from 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 Government to form a binding contract or agreement. The Government will not be obligated to pursue any particular acquisition alternative as a result of this sources sought. Responses to the sources sought will not be returned. Not responding to this sources sought does not preclude participation in any future solicitation, if one is issued. 16c. Acronyms: DWSD - Defense Weather System Directorate GFY - Government Fiscal Year GHz - Gigahertz GLONASS - GLObal NAvigation Satellite System GNSS - Global Navigation Satellite Signal GPS - Global Positioning System IORD - Integrated Operational Requirements Document L-band - Band of frequency in the L frequency range MHz - Megahertz MS - Microsoft POC - Point of Contact Ps - Probability of success RFI - Request for Information RS422 - Short form and former official title of American National Standards Institute (ANSI) standard ANSI/TIA/EIA-422-B and its international equivalent ITU-T Recommendation T-REC-V.11, also known as X.2. SW - Space Weather SWaP - Space, Weight and Power TEC - Total Electron Content TRL -Technology Readiness Level TriG - Tri GPS GNSS RO Sensor USAF- United States Air Force UHF - Ultra High Frequency 16d. Capability Information Sought: The Government is seeking information that provides an approach/information concerning the manufacture of 16 TriG GNSS RO sensors that enable ionospheric and atmospheric measurements with excellent spacial and temporal resolution. The result will be more precise weather models and space weather predictions. The Government is requesting responses from respondents with established manufacturing processes and equipment for producing the desired TriG GNSS RO sensor. Respondents should have history and proven ability to work successfully with JPL on transition of sensor development to manufacturing. The Government is seeking responses that demonstrate technology and design maturity along with the associated manufacturing readiness. The respondent should demonstrate the ability to produce TRIG GNSS RO sensors in a production environment, including the ability to perform performance and environmental tests. The respondent should provide Level II cost and delivery schedule estimates by fiscal year as well as their assumptions associated with providing: • Sixteen (16) TriG GNSS RO flight articles • Ground Support Equipment (GSE) • Space vehicle integration and test support • Controlled environment storage option - Priced by month • Packaging and shipping containers • Launch and early operations anomaly support The required funding profile across the fiscal years involved to meet the program schedule should be provided. The following Government 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, with appropriate justification; 2. No Government facilities or property will be provided; 3. Anticipated contract award during 3rd quarter Government Fiscal Year (GFY) 2012; 4. Sensor delivery dates: (a) First flight article 4th quarter GFY 2013; (b) Remaining 15 flight articles 1st quarter GFY 2014; 5. Spacecraft integration/pre-launch support: through launch in 4th quarter GFY 2015; 6. Estimate storage option based on a monthly rate; 7. Costs should be broken out to the lowest level possible; 8. Program level costs will include Systems Engineering, Program Management, Manufacturing, Integration, Assembly and Test support, etc; 9. For contract type recommendations see Section 5. Again, these assumptions are given for cost estimation and planning purposes only and the Government is only seeking information for market research purposes. In your approach/responses please include the following, as well: • Discussion of any cost drivers, cost tradeoffs, and schedule considerations • Information pertaining to utilization of small business subcontractor/s, if applicable. 16e. Sample Response Outline: The 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 to structure the responses for ease of analysis by the Government. Nevertheless, respondents are free to develop their responses as they see fit. Section 1 - JPL Briefly describe interaction with JPL and ongoing relationship that ensures technology transfer to organization and ability to deliver required capability. Section 2 - Feasibility Assessment Briefly describe the feasibility of producing the first flight article by September 2013 and subsequent flight articles by December 2013, consistent with the respondent's manufacturing readiness level (1 page). The design of this capability will not be available until after the period of performance has begun. Section 3 - Cost and Schedule Estimates Provide cost and schedule estimates. The desired business information is an 80% confidence estimate of cost and schedule risk. Responders may also include figures from various confidence levels, with appropriate justification (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 any other information you deem relevant. 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. Please describe current and relevant experience that relates to the purpose of this sources sought, including management and operations approach, and any lessons learned (3-5 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 an RFP. Also, current department policy requires the use of Fixed Price (FP) contracts to the maximum extent possible. Please include in your response how your company could accomplish this effort under a FFP contract and assess the challenges, constraints, and risks that could arise from this contract type. 16f. References Library: Reference documents: • NPOESS Integrated Operational Requirements Document (IORD) II, 10 December 2001 • National Security Space Architect Space Weather Architecture Study, 11 June 1999 16g. Submission of Responses: ALL RESPONSES SHALL BE SUBMITTED VIA EMAIL. Responses to this RFI should be submitted using MS Word (12 point Times New Roman, I inch Margins) no later than February 15, 2012 to the SSAEM Workflow inbox at the following e-mail address: SSAEM@losangeles.af.mil. Please limit responses to 20 pages written (single-sided) 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 should include the following: • Submitter's Name • Street Address, City, State, NINE-Digit zip code • Point of Contact (POC) • POC Email, telephone and facsimile numbers You may also submit supplemental hardcopy materials such as brochures, etc. (5 copies each) to Maj Daniel J. Noel, at 483 North Aviation Boulevard, Building 272, El Segundo, CA 90245. Classified responses, if required, must be coordinated before delivery with Maj Daniel J. Noel, at Daniel.Noel@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 February 15, 2012 may not be considered in the Government's analyses. The NAICS code is 334516, with a size standard of 500 employees. This contract action is for supplies for which the Government intends to solicit and negotiate with only one source under authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFSC/SMCSMSC/12-26/listing.html)
 
Document(s)
Amendment 1
 
File Name: This amendment to the synopsis is not requesting responses. (http://This amendment to the synopsis is not requesting responses.)
Link: http://This amendment to the synopsis is not requesting responses.

 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: N/A, N/A, N/A, United States
 
Record
SN02697442-W 20120317/120315234603-ba0a53f06feff7faf4153e225fac98f4 (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.