SOURCES SOUGHT
58 -- X-Band Communication System Components
- Notice Date
- 2/20/2020 9:21:41 AM
- Notice Type
- Sources Sought
- NAICS
- 334290
— Other Communications Equipment Manufacturing
- Contracting Office
- NASA JOHNSON SPACE CENTER HOUSTON TX 77058 USA
- ZIP Code
- 77058
- Solicitation Number
- 80JSC020XBAND
- Response Due
- 3/5/2020 2:30:00 PM
- Archive Date
- 03/20/2020
- Point of Contact
- Bermuda Brittingham, Phone: 2812446972
- E-Mail Address
-
bermuda.a.brittingham@nasa.gov
(bermuda.a.brittingham@nasa.gov)
- Description
- The National Aeronautics and Space Administration (NASA) is hereby soliciting information about potential sources for�X-Band communication system components capable of operating on a planetary rover on the lunar surface. The system components of interest are a transceiver, crypto module, RF power amplifier, and diplexer. The system will be compatible with Deep Space Network services, and support uplink data rates between 125 bps and 64 kbps, and downlink data rates between 125 bps and 4 Mbps. The transceiver will provide a DSN compatible forward error correction code, such as concatenated convolutional encoding with Reed-Solomon coding. The transceiver will include a baseband equalization feature or other technique to mitigate a severe multipath environment. The transceiver will also include capability to receive at least two fire-code commands. The output of the RF power amplifier will be at least 20W. The system will have a FIPS 140-2 validated crypto module to accommodate link layer decryption. ��The communication system needs to survive and operate in the environments on the lunar polar surface (low earth angles, vacuum, radiation, and temperature [operating range managed by a thermal control system]) using EEE level 2 parts grade or better.� This synopsis is for information and planning purposes only and there is no solicitation at this time.� This request for capability information does not constitute a request for proposals and submission of any information in response to this market survey is purely voluntary.� The government assumes no financial responsibility for any costs incurred and the respondents will not be notified of the results of the evaluation.� If a solicitation is released it will be synopsized in beta.SAM.gov.� It is the potential offeror�s responsibility to monitor these sites for the release of any solicitation or synopsis. If your organization has the potential capacity to perform some or all contract services listed above, please provide the following information to the best of your ability.� Partial responses are also accepted. �1. Organization name, address, email address, Web site address, telephone number, CAGE code,��� and size and type (large, small, women-owned�) of ownership for the organization, and the number of years in business. �2. Discuss your company�s ability to perform each of the services listed above. 3. If subcontracting or joint venture is anticipated in order to deliver technical capability,�� organizations should address the anticipated administrative and management structure of such arrangements (if this information is known at this time).� Also address what elements of work would be performed by the prime or joint venture and which elements would be performed by subcontractors. If the Government issues a Request for Proposal (RFP), the government reserves the right to restrict the procurement to small businesses. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.� All responses shall be submitted to Bermuda Brittingham at bermuda.a.brittingham@nasa.gov, no later than March 5, 2020, 4:30PM CT.� Please reference 80JSC020XBAND in any response. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b3a7ed9f1db043b9b6e5b694069933b7/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05567587-F 20200222/200220230152 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |