SOURCES SOUGHT
99 -- REQUEST FOR INFORMATION FOR GEOSTATIONARY EARTH ORBIT HOSTED PAYLOADOPPORTUNITIES AND ACCOMMODATIONS
- Notice Date
- 3/29/2012
- Notice Type
- Sources Sought
- NAICS
- 927110
— Space Research and Technology
- Contracting Office
- NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- CII-GEO
- Response Due
- 5/11/2012
- Archive Date
- 3/29/2013
- Point of Contact
- Robert B. Gardner, Contracting Officer, Phone 757-864-2525, Fax 757-864-7898, Email Robert.B.Gardner@nasa.gov - Timothy P Cannella, Contracting Officer, Phone 757-864-5028, Fax 757-864-9097, Email Timothy.P.Cannella@nasa.gov
- E-Mail Address
-
Robert B. Gardner
(Robert.B.Gardner@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Langley Research Center is hereby soliciting information about potentialsources for Geostationary Earth Orbit (GEO) Hosted Payload Opportunities (HPO) andAccommodations.BackgroundNASAs Earth Science Division (ESD) will be developing Earth Science Instruments, some ofwhich may be suitable to fly as hosted payloads on HPOs. The development of theinstruments as well as the HPOs will be conducted independently of each other with thegoal of matching a specific instrument with a specific HPO by the instrument PreliminaryDesign Review (PDR) timeframe. In an effort to facilitate matching instruments to HPOs, ESD initiated the CommonInstrument Interface (CII) Project. The charter for the CII Project is to work withindustry, academia, and other governmental agencies to develop a set of commoninstrument-to-spacecraft interfaces that could serve as guidelines for instrumentdevelopers. If used properly by instrument developers, these guidelines would helpproduce instruments that have a less complex interface and would improve the probabilityof matching a given instrument with a HPO or platform.The CII Project has recently completed a draft set of Low Earth Orbit (LEO) guidelinesand a draft HPO Database document. Additional information on the CII project may be foundat this website:http://science.nasa.gov/about-us/smd-programs/earth-system-science-pathfinder/common-instrument-interface-workshop/. Current CII Guideline and HPO database documents may be foundon the Earth Venture Instruments 1 Program Library:http://essp.larc.nasa.gov/EV-I/evi_programlibrary.htmlCurrent IntentionThe CII Project is now interested in identifying HPOs, and their associatedaccommodations, for future GEO missions in order to develop a draft set of GEO guidelinesto complement our LEO guidelines, and to update the publically-available HPO databasedocument. Additionally, the CII Project is investigating flying and operating a hostedpayload on an upcoming GEO HPO as a pathfinder initiative (hereafter described as theInitiative) to better understand the programmatic and technical challenges for acommercially-hosted NASA science payload. The CII Project would document lessons learnedfrom conducting the GEO pathfinder initiative and feed them back into the GEO guidelinesdocument to help developers intending to fly a payload on a future GEO HPO.The purpose of this RFI is to:1)Identify the GEO HPOs for the period from 2013-2023;2)Obtain a description of available HPO payload accommodations on future GEO HPOs;and3)Obtain information on all of the steps required to fly the Initiative asdescribed later in this RFI.The CII Project can accommodate responses containing properly-marked proprietaryinformation. The CII Project will safeguard the proprietary information on hostedpayload opportunities (Requested Information #1) and payload accommodations (RequestedInformation #2) within the Project organization. The CII Project intends to utilize thenon-proprietary portions of Requested Information #1 to update the publicly available HPOdatabase. The CII Project intends to use Requested Information #2 to bound/envelope thepayload accommodation parameters that will inform the future GEO Guidelines Document. NASA may also use Requested Information #1 and #2 to assess the suitability of hostedpayload-to-spacecraft matches associated with future NASA Earth Science missions.The CII Project will use the requested information for the GEO pathfinder initiative(Requested Information #3 above) to assess the feasibility of such an Initiative, toprovide an overview of the hosted payload process in the future GEO Guidelines Document,and to inform future Earth Science hosted payload planning and programming activities.Requested Information1. Please identify your organizations HPOs for the period of 2013-2023 with theirassociated mission parameters including but not limited to:Mission NameLaunch DateOwner/OperatorPrimary CustomerSpacecraft Bus ManufacturerSpacecraft Bus ModelLaunch VehicleOrbital LongitudeIf the data are not available beyond your current business cycle, please suggest atechnique for the CII Project to obtain those data once they do become available.2. Please describe what Payload Accommodation and Interface resources your HPOs canprovide to a prospective hosted payload without significant modifications to your nominalmanufacturing, integration, test and launch processes.Please also describe theenvironment the prospective hosted payload might expect to encounter:Payload Accommodation Parameters and InterfaceoMaximum Payload Mass Available without System Redesign [kg]oMaximum Payload Orbital Average Power without System Redesign [W]oMaximum Payload Peak Power without System Redesign[W]oMain Bus Nominal Voltage [V]oVolume (l x w x h) [mm x mm x mm]oSensor Mounting Location on Spacecraft (e.g. Nadir, Zenith, Ram, Wake, North,South, East, West, )oCommand and Control Interface (1553B, RS-422, SpaceWire, etc.) with average andpeak data rates [kbps]oPayload-to-Transponder Interface (RS-422, SpaceWire, etc.) for Science DataTransmission with average and peak data rates [Mbps]oHost spacecraft constraints or preferences for digital formats most suitable forconversion to RF in system architectureoPayload command and control encryption requirementsoPointing Control [arcsec]oPointing Knowledge [arcsec]oPointing Stability [arcsec / sec]oSpacecraft absolute position accuracy, each axis [m]oSpacecraft absolute velocity accuracy, each axis [m/s]oLimitations with respect to payload-induced uncompensated torques [N x m] byfrequency [Hz]oLimitations with respect to payload-induced uncompensated forces [N] by frequency[Hz]oTypical Integration and Test Facility Cleanliness [Cleanroom Class]oThermal Rejection With Heat Pipes [W]oThermal Rejection Without Heat Pipes [W]Payload EnvironmentoTemperature RangeoQuasi-static loadsoMinimum resonant frequencyoRandom vibration and acoustic loadsoShock environmentoDisturbance torqueoRF Field EMI/EMC/ESDoMolecular contamination as a function of mission elapsed time and hosted payloadlocation3. As a specific potential near term opportunity, please provide information on all ofthe programmatic and technical steps required to fly a GEO Pathfinder Initiative on yourHPOs as described below.GEO Pathfinder Initiative InformationThe Initiative will also provide NASA with experience with the commercially-hostedpayload process. The Initiative will also mitigate space environmental risks to futureGEO missions by measuring vibration and contamination of an Instrument Suite hosted on acommercial GEO spacecraft. Both objectives will reduce risk on futurecommercially-hosted GEO Earth Science missions. See attached Figure 1 for an example ofa notional Instrument Suite, which the CII Project will develop and provide, with thefollowing characteristics:Mass: 50 kgPower: 125 WVolume: 1000 x 500 x 500 mmData Rate: 60 MbpsThermal Control: Electronics thermally isolated, with exterior boxes insulatedwith multi-layer insulation (MLI).The Instrument Suite is presumed to be mounted on the host spacecraft nadir deck.The Instrument Suite has a nominal operational lifetime of 3 yearsNote: The Initiative is designed to exercise the GEO hosted payload process whoseparameters are a subset and likely smaller than those of a typical future science flightmission.GEO Pathfinder Initiative Requested InformationPlease provide information related to the accommodation of the Instrument Suite by yourmission:Date the contract needs to be signed relative to Launch DateGovernment-provided technical / programmatic deliverables required (e.g. mass andthermal models)Instrument Suite delivery date required relative to Launch DateRough Order of Magnitude Price Estimate to fly and operate the Initiative. Inaddition to the Total price, please estimate the following components:oIntegration, Test, and LaunchoOperationsAny concerns with FAR Part 12 terms and conditions:https://acquisition.gov/far/html/FARTOCP12.htmlConcept of operating hosted payload, including communications architectureSafety and mission assurance requirements levied upon hosted payload The level of NASA participation allowed during spacecraft development andinstrument integration (e.g. spacecraft design reviews, environmental tests, etc.)NASA is seeking capability statements from all interested parties, including Small, SmallDisadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service DisabledVeteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) forthe purposes of determining the appropriate level of competition and/or small businesssubcontracting goals. 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.Vendors having the capabilities necessary to meet or exceed the stated requirements areinvited to submit appropriate documentation, literature, brochures, and references.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 CII Project nor will the CII Project cover any costsfor informationsubmitted in response to the RFI. Technical questions should be directed to Craig Jones at Craig.D.Jones@nasa.gov. Allother questions should be directed to Brad Gardner at Robert.B.Gardner@nasa.gov. Allresponses shall be submitted to Brad Gardner at Robert.B.Gardner@nasa.gov and to CraigJones at Craig.D.Jones@nasa.gov no later than May 11, 2012. Respondents may e-mail filesup to 10MB in size to Brad Gardner; respondents shall submit larger files on opticalstorage media (CD/DVD) via postal mail to the following address:Brad GardnerOffice of ProcurementBuilding 2101, MS 12NASA Langley Research CenterHampton, VA 23681Please reference CII-GEO in any response.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/CII-GEO/listing.html)
- Record
- SN02709266-W 20120331/120329235707-023ea44915ae57872381ec2d5bae64dc (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 |