Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2020 SAM #6932
SOURCES SOUGHT

A -- Electro-Optical/Infrared (EO/IR) Weather System (EWS) Request for Information (RFI)

Notice Date
11/19/2020 5:17:51 PM
 
Notice Type
Sources Sought
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
FA8818 ADV SYS DEVELOPMENT PKT KT KIRTLAND AFB NM 87117-0001 USA
 
ZIP Code
87117-0001
 
Solicitation Number
FA8818-21-R-0099
 
Response Due
12/17/2020 3:00:00 PM
 
Archive Date
01/01/2021
 
Point of Contact
Frank Strub, Phone: 5058532838, Silvia Jackman, Phone: 3106539710
 
E-Mail Address
frank.strub@spaceforce.mil, silvia.jackman@spaceforce.mil
(frank.strub@spaceforce.mil, silvia.jackman@spaceforce.mil)
 
Description
Purpose � This Request for Information (RFI) is for planning purposes only. The United States Space Force (USSF) EWS Program Office within the Space and Missile Systems Center (SMC) Development Corp is performing market research to identify capable industry sources to provide information on a high Technology Readiness Level (TRL-6 or higher) full system solution. This full system solution will consist of a space vehicle (SV) containing a cost effective space-based Low Earth Orbiting (LEO) Sun-synchronous Electro-Optical Infrared (EO/IR) sensor with real-time data broadcast, and to be determined (TBD) ground segment to meet anticipated Department of Defense (DoD) Space-Based Environmental Monitoring (SBEM) requirements. SMC/DCIA requires information to further define the industrial base landscape, pertaining to SV�s, in order to develop a full and open solicitation on the Space Enterprise Consortium (SpEC) contract using other transactional authorities. Background � The DoD currently relies on a Family of Systems (FoS) for its SBEM data consisting of military, civil, and allied international systems. The EO/IR FoS provides cloud characterization (CC), theater weather imagery (TWI) coverage, as well as other environmental information. The EO/IR FoS architecture will consist of five Geostationary Earth Orbit (GEO) satellites and three LEO Sun-synchronous satellites. Current LEO satellites Defense Meteorological Satellite Program (DMSP), Polar Orbiting Environmental System (POES), Suomi National Polar-orbiting Partnership (S-NPP), Joint Polar Satellite System (JPSS), and MetOp are providing global EO/IR coverage to meet refresh requirements. EWS plans to procure a SV and a possible ground solution to mitigate a potential gap in LEO EO/IR coverage with an Initial Launch Capability (ILC) of FY25 to FY 26. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � �� The USSF has awarded three SpEC Other Transaction (OT) 1a agreements to prototype a lower TRL, EO/IR on-orbit demonstration for a capability to meet the 4-hour refresh rate with the FoS. A successful prototype would be scalable to meet the USSF long-term vision of smaller, lower cost, distributed LEO constellation of SVs with a goal of achieving a 1-hour refresh rate as the desired end state. Based on this RFI, the USSF may pursue a SpEC OT award for up to two vendors to further explore their mature Spacecraft and EO/IR sensor design to meet EWS needs. General Program Assumptions Technical Assumptions �Capability Need Definitions Cloud Characterization (CC) is the measurement to support the determination of cloud cover and cloud top temperature. CC enables the characterization of cloud cover and cloud layers for Intelligence, Surveillance, and Reconnaissance (ISR) optimization for satellites and Remotely Piloted Aircraft (RPAs), and for mission planning and execution including refueling, air sovereignty alert missions, and other missions requiring cloud specification and forecasting. CC is comprised of nine parameters as defined in the Risk Mitigation Technical Requirements Document (RMTRD), which can be requested from Mr. Jay Strub or Captain Jessica Dixon Galbreath. For CC, the EWS prime contractor will deliver operational software, validated algorithms, and documentation to allow the weather centers and direct readout terminals to produce processed CC mission data. Cloud detection comprises the identification of a cloud in a sensor�s native observation resolution or pixel to an accuracy of 90% for day conditions and 85% for night, day defined for cloud detection as being when the solar zenith angle is 85 degrees or less (see table below). Cloud top temperature is the temperature at the top of the cloud, to be determined with an uncertainty less than 6 Kelvin (K) for opaque/thick clouds and 12 K for non-opaque/thin clouds (see table below). Theater Weather Imagery (TWI) capability, for DoD operations, is defined as the ability to properly identify meteorological features such as clouds, fog, thunderstorms, sand storms, dust storms, frontal systems, squalls, etc. TWI enables Meteorology and Oceanography (METOC) personnel to effectively support the planning and execution of military operations. Military decision makers use TWI information for tactical and operational level situational awareness and forecasting across the full spectrum of conflict, specifically for resource protection, mission planning, and execution to include strike, Combat Search and Rescue (CSAR), tactical drop, and other missions impacted by weather. Joint Force and Joint Task Force commanders rely on this information to make critical decisions on protecting DoD assets and to anticipate, mitigate, and exploit METOC impacts. Imagery is a regular and prescribed two dimensional array of locally averaged in-band radiances, or a corresponding array of reflectances (reflective bands) or Equivalent Black Body Temperatures (emissive bands), at the top of the atmosphere as measured in the direction of the viewing sensor. Imagery, at a minimum, must support manual analysis from a suitably trained meteorologist to determine the location of clouds, thunderstorms, fog, sand storms, and dust storms day and night The imagery must also be sufficient to identify the above in low-light (terminator) conditions Sensor must account for stray light conditions �System Capability Assumptions Class B with tailoring to SMC compliance standards and documents, potentially using a commercially available spacecraft 5 year on-orbit service life, commencing with the post orbit insertion activation of the SV which includes the early orbit checkout and ends with the commencement of SV disposal operations. The SV reliability shall be greater than or equal to 0.70 at the end of required minimum on-orbit service life. Spacecraft and sensors will be operated by the Air Force via Enterprise Ground Services (EGS) or industry identified more cost effective ground system.� EO/IR data will be unclassified but encrypted Minimum of one downlink per orbit required based on < 120 minute latency If EWS opts to use NOAA�s Common Ground System (CGS) for data recovery, data must be made free and open if recovered at Svalbard or McMurdo � treaty compliance Also at least one contact for Telemetry, Tracking, and Commanding (TT&C) and state of health determination per day The SV and payload is required to fly in a low-light or near �terminator� orbit Day/night boundary defined as a solar zenith angle of 75 � 85 degrees depending on the product Maneuvers are expected for orbit station keeping, sensor calibration, and mission termination deorbit Energetic Charged Particles (ECP) sensor to be hosted on the SV, with ECP sensor data to be included in SV telemetry and state of health, (interface information will be provided upon request). �Data Availability Assumptions 95% of data available no later than (NLT) 120 minutes from imaging DMSP legacy ground system will not be available for use (current Government OV-1 may be requested if needed). S or L band frequencies for direct readout broadcast and TT&C, dual band support for Space Ground Link Subsystem (SGLS) and Unified S-Band (USB) X/Ka band frequencies for stored mission data downlink with TBD ground station/space network Programmatic Assumptions �The following is expected to be included in a potential solicitation: Contract Authority to Proceed (ATP) in second quarter, FY21 SV (Bus + Payload + Launch Vehicle Adapter) Flight Vehicle Testbed Ground solutions for TT&C and mission data recovery� Mission Data Processing software Mission Unique Software necessary for spacecraft command/control and data decommutation Mission Integration SV Integration with Launch Vehicle Integration with Ground TT&C software Integration of mission data into existing weather processing systems at weather centers Launch and Early On-Orbit Test support Calibration and Validation support �SV initial launch capability (ILC) NLT FY24 �Launch Services will be provided by the Government A potential contract may include an option for a second SV. �Identify key cost factors in achieving specified mission life. Other Assumptions �This LEO satellite will be part of a FoS such that the global revisit value will be 4 hours or less from the LEO FoS over at least 75% of the globe �Pre-existing documentation on production of Environmental Data Records (EDRs) for cloud characterization and imagery is present currently used at the weather centers and could be made available to industry upon request of the eventual provider. �Current Air Force Ground systems may not meet mission data recovery performance needs. �GPS M-code transponder will be required. �The anticipated system performance requirements are captured in Table 1 below. These requirements apply to the intended satellite and do not include consideration of the FoS. � � � � � �� Table 1. Anticipated Performance Requirements for CC and TWI � � See the attached table 1 to this announcement. � � � � 4. Response Content � Interested prime contractors must submit a Statement of Capability (SOC) that responds to Sections 3 & 4.� The Government will only consider discussions with integrated contractor teams capable of meeting the technical requirements and TRL 6. The Government will not facilitate or direct partnerships. The Government will review the responses and may request additional information. Company Information: Company Name Company�s ownership and other relevant information Personnel/Business size classification (Small/Large Business, HUB, veteran, etc.) Mailing address Point of Contact (POC) including e-mail and telephone numbers SOC � All interested vendors shall submit a brief SOC statement. The USSF is interested in opportunities that will meet the aforementioned need dates and improve affordability. SOCs must include the following information: �Statement of interest to perform as the EWS Prime Contractor. �Corporate Capabilities and Experience � Describe work your company has performed and company expertise which is relevant to the role of EWS Prime Contractor. Also provide the following: History with EO/IR payloads and ground systems/software History as a Prime Contractor of similar size contracts and technical complexity. Relevant products and services Subcontractors� capabilities, products, and services �Technical Solution � The RFI responses should describe a� TRL level-6 (or higher) SV (spacecraft and payload) that is capable of meeting the EO/IR sensor requirements and supporting all of the remaining system, space vehicle, and calibration requirements identified in the draft EWS SpEC OT 2 RMTRD, when operated in a terminator or �early morning� orbit. The likelihood of achieving an Initial Launch Capability (ILC) of September 2025 is also requested. Describe your company�s technical solution to deliver a system solution that addresses all of the Government�s assumptions and meets all technical requirements in Table 1.� Include estimated TRL level of subsystems, and aggregated system. Include technical risk mitigation strategies for lower TRL levels. Additionally, to the best of your ability, please fill out the table in the attached document for your expected design and capability. The RFI suggests the following content: Description of the high TRL payload, identifying all major subsystems.� Pictures or drawings are not required but would be preferred. Brief Description of modifications by sub assembly if required for EWS Description of on-board processing functions and processor and memory utilization if the payload performs processing. Estimate of size, weight and power of the sensor/payload.� Size, weight, and power estimates of each subassembly is not required but would be preferred. An assessment of the TRL of each of the sub systems identifying any items within the subsystems that are TRL 6 or below.� This includes re-design for the EWS application and replacement of non-procurable sub-assemblies.� Recommended approach for rapid path to TRL 6 or higher, including timeline to achieve.� TRL 6 or higher will be given priority over lower TRL sub assemblies. Identify any items that do not comply with RMTRD-23 full capability design life of 5 years. An assessment of compliance to paragraph 3.4 EO/IR Sensor Requirements, RMTRD 50 through 56, and portions of paragraph 3.5 Calibration Requirements RMTRD 60, 61, 62, and 66.� In addition, the following requirements from the RMTRD should be considered: 02-07, 12-18, 20-23, 27-29, 32-36, 40-43, 73, 141, 144, 149, 183-185 (TBR). In addition, please provide the sensor swath width. A description of the high TRL spacecraft integrated with the payload. Pictures or drawings are not required but would be preferred. Brief description of anticipated modifications required for EWS. Estimate of size, weight, and power of the spacecraft. An assessment of the TRL of each of the sub systems identifying any items within the subsystems that are TRL 6 or below.� This includes re-design for the EWS application and replacement of non-procurable sub-assemblies.� Recommended approach for rapid path to TRL 6 or higher, including timeline to achieve.� TRL 6 or higher will be given priority over lower TRL sub assemblies. Identify any items that do not comply with the RMTRD. Cost � Provide a Rough Order of Magnitude (ROM) cost estimate. Identify key cost factors in achieving specified mission service life Identify, down to segment level, non-recurring engineering and recurring engineering Identify and quantify lifecycle cost saving initiatives Schedule � Provide a schedule from ATP to end of life (EOL) with its confidence level.� Please identify primary, secondary, and tertiary critical paths. Contract Type Consideration � Respondents are to identify preferred contract type and incentives with justification Small Business Consideration � The NAICS code for this effort is 336414 �Guided Missile and Space Vehicle Manufacturing�. The Small Business size standard is 1,000 employees.� Participation from small and small disadvantaged businesses is highly encouraged.� SMC�s Small Business points of contact are Mr. Willard Strozier and Ms. Audrey Campbell. They can be reached at smallbus@us.af.mil. Response Submittal Instructions: Response Classification � All material provided in response to this notice shall be kept UNCLASSIFIED, non-confidential, and non-proprietary to the maximum extent practicable. Firms providing confidential/proprietary information shall separately and clearly identify and mark all confidential/proprietary information. The USSF will take all necessary steps to protect/safeguard any confidential/proprietary information provided. The USSF will not be held responsible for any proprietary information not clearly marked. Response Format � Responses shall be provided to the POCs identified above. The USSF will not accept company literature or marketing materials in response to this notice. The response is limited to 20 pages. Submission Instructions � Submit SOCs to the POCs identified above prior to the due date. Hard copy responses will not be accepted. Response Due Date � Responses are due NO LATER THAN 12:00 PM (Pacific Time) on 17 December 2020. Communications and Questions � All communications and questions associated with this RFI shall be submitted in writing to Primary and Secondary POCs listed below. All Unclassified/Non-Proprietary question and answers will be published to the betaSAM.gov website on a non-attributional basis. Questions � All questions submitted prior to 04:00 PM (Pacific Time) on 11 December 2020 will be responded to prior to the RFI response date. Questions and answers will be consolidated and posted to the betaSAM.gov website. Points of Contacts: Primary POC: Mr. Frank Strub, Agreement Officer, frank.strub@spaceforce.mil, (505) 853-2838 Secondary POC: Capt Jessica Dixon Galbreath, Project Manager, jessica.dixon_galbreath@spaceforcemil, (310) 653-5186 � � � � � � � �� 3. Disclaimers and Notes � THIS IS A REQUEST FOR INFORMATION ONLY.� This notice is issued solely for information and planning purposes.� It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. This notice does not commit the USSF to contract for any supply or service whatsoever. Furthermore, the USSF is not, at this time, seeking proposals. Responders are advised that the USSF will not pay for any information or administrative costs incurred in response to this notice. The Government will not assume liability for costs incurred by any attendee for travel expenses or marketing efforts. All costs associated with responding to this notice will be solely at the responding party's expense. � � � � � � � � � � 4. The following companies/organizations may review the submitted responses: The Aerospace Corporation, SAIC, Tecolote Research, SAVI LLC, OMNI Consulting Solutions, Stellar Solutions -- all are bound by appropriate non-disclosure agreements with the USSF. For further information regarding these agreements, contact the Contracting Officer identified above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ab212fbcfb8540bbb6c6b8d30636c9d5/view)
 
Place of Performance
Address: Kirtland AFB, NM 87117, USA
Zip Code: 87117
Country: USA
 
Record
SN05857407-F 20201121/201119230227 (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 |
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.