SOURCES SOUGHT
99 -- Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Satellite
- Notice Date
- 3/5/2024 4:41:38 PM
- Notice Type
- Sources Sought
- Contracting Office
- FA8819 SPECIAL PROGRAMS DIR SMC SP EL SEGUNDO CA 90245-2808 USA
- ZIP Code
- 90245-2808
- Solicitation Number
- SSC_SZK_24-001
- Response Due
- 4/5/2024 1:00:00 PM
- Archive Date
- 04/20/2024
- Point of Contact
- Piara A. Swank, Phone: 310-653-7334, Tabitha J. Gomez, Phone: 310-653-7792
- E-Mail Address
-
piara.swank@spaceforce.mil, tabitha.gomez.1@spaceforce.mil
(piara.swank@spaceforce.mil, tabitha.gomez.1@spaceforce.mil)
- Description
- 1. Background: Space Systems Command Space Domain Awareness and Combat Power (SSC/SZ) Organization is developing a future architecture to support near and midterm studies and acquisition decisions for a constellation of free flyer, Rendezvous and Proximity Operations (RPO) space vehicles (SVs) with an Electro-Optical (EO) payload(s). The primary objective of this notional multi-Space Vehicle (SV), replenishable constellation will be to detect, track, and characterize Resident Space Objects (RSO's) in and around the geosynchronous equatorial orbit (GEO)-belt. The SVs will operate within an existing ground platform, architecture, and operational unit that currently supports the command and control (C2)[GTJCUSS1]�, planning, and data distribution functions to established databases and end users. The data collected from this RFI will allow the Government to assess capabilities and determine a pool of vendors that may compete for a classified study leading to a formal System Concept Review (SCR). This Request for Information (RFI) is issued solely for information and planning purposes (market research).� This RFI does not constitute a solicitation (Request for Proposal (RFP) or Request for Quotations (RFQ)) or a promise to issue a solicitation in the future.� This RFI does not commit the Government to contract for any supply or service whatsoever. Responses to this RFI are not offers and cannot be accepted by the Government to form a binding contract.� Furthermore, the Government is not, at this time seeking proposals and will not accept any unsolicited proposals. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party�s expense. �Not responding to this RFI does not preclude participation in any future solicitation, if any is issued. Any information submitted by respondents to this RFI is strictly voluntary. All submissions become Government property and will not be returned. Proprietary information will be safeguarded in accordance with the applicable Government regulations.� Proprietary information or trade secrets shall be clearly identified. 2. Description: This RFI is for SSC/SZ. Additional market research may or may not be conducted. Responses from small businesses are encouraged. This RFI is focused on surveying industry capability. Recent (?5 years), relevant demonstrated success with low cost, rapid production (?4 (preferred) year spacecraft builds) of satellites performing the mission described in section 3b and 3c is desired, which may include development that is underway or already fielded. High Technology Readiness Level (TRL) products and services, as well as re-use opportunities are of interest. �low-cost� and �rapid� must result in acceptable programmatic & technical risk to the Government. 3. Requested Information: The RFI responses must include the following: Company and Security Information: Company name and Parent Company, if applicable Business Address: Street, City, State, and Zip code Commercial and Government Entity Code Unique Entity Code Company Socio-economic Status: Point of Contact (i.e. POC, Company Representative) POC Telephone and Email Address) Provide insight into past teaming arrangements for either bus and/or payload development and integration Summary of current accredited facilities, workforce, and networks to support Top Secret (TS), Sensitive Compartmented Information (SCI) and Special Access Programs (SAP) where classified engineering, manufacturing, and integration may occur. Recent/Relevant Technical Information: Description of bus and/or EO payload capabilities Flight heritage of bus and/or EO payloads operating in GEO orbit TRL of bus, EO payload, RPO algorithms, flight software, and major components Experience integrating and testing space systems and vehicles for GEO applications Description of RPO heritage (e.g. on-orbit as validated with ground based simulated and/or tested capability) Description of RPO hardware and software suite of equipment Description of EO payload that can support high resolution visible spectrum characterization imagery of space objects at ?10 km (provide a range of capability descriptions to aid evaluation of capabilities) Description of EO payload with sensitivity to detect resident space objects (RSO)s (Lambertian sphere) of 75cm RSO at ?10,000km range Description of propulsion subsystem, including delta-V capability (high acceleration) Experience and lessons learned integrating into existing ground architecture Recommended methodology and process for low-risk integration into existing ground architecture with goal of minimizing non-recurring engineering (NRE) for current incumbent ground provider �Radio frequency (RF) and optical comm payloads with overlapping, continuous Earth coverage Strategy for multi-SV launch including any required adaptation for launch vehicle (LV) interface Recent/Relevant Programmatic Information: Describe schedule past performance from ATP to ILC (e.g. provide number of months) of a bus and/or payload that met DOD, NASA and/or IC launch requirements for an operational program to either LEO, MEO and/or GEO+ Provide parametric cost information (e.g. past builds, engineering experience, etc.) from previous SV builds that you believe bound the top-level requirements listed below: Concurrent 2+ SV build with EO payload(s) that supports high resolution and metric observation collection RPO capability ?2 km Single fault tolerant to disposal at ? GEO + 300km SVs with jitter/drift and pointing accuracy to support EO payload(s) Design life of 5 years Class B spacecraft build Highly dynamic, maneuverable vehicle with large delta-V (provide nominal delta-V expected) Multiple space to ground comm payloads with overlapping, continuous Earth coverage (Government directed) SSC approved refueling module Integrate into an existing ground system Launch adaptor to support 2+ SVs 4. Assumptions: Contractor shall assume the following for the purposes of providing this RFI: Government is seeking companies with on-orbit flight heritage Government plans to use this RFI as a possible source to support accessing capable vendors to appropriate security levels for potential follow-on competitive study phase leading to System Concept Review (SCR) Vendors selected post Government RFI evaluation may be briefed and provided opportunity to on-ramp/access appropriate contract vehicle to support future SCR phase competition Government intends to direct vendors to fly with SSC approved on-orbit refueling interface Contractor shall assume a Fixed Price Incentive Firm (FPIF) contract type for the SV build Government will provide GFE flight crypto Contractor will be directed during study to use specific communication payload(s) to support current mission requirements (detailed data will be provided during study phase if selected) 5. Request for Information Submission Details Submittals shall not exceed ten (10) pages total, any pages beyond the limit will not be considered. Response shall be submitted in MS Word 2000 (or newer). Responses will be formatted to match the structure of the RFI as outlined above in 3 a, b, and c. Page size shall be 8.5 x 11 inches; single spaced with text no smaller than 10-point Times New Roman; font size within graphics and tables shall be no smaller than 8 point, Times New Roman. Margins shall be one inch on all sides. The title page and front matter such as transmittal letter, cover page, and table of contents will not count against the page limit. Respondents shall provide an unclassified response to the RFI to the maximum extent possible. Respondents shall indicate whether their responses contain any proprietary information if the respondents wish for the responses to be handled as such. The Government shall NOT be held liable for any damages incurred if proprietary information is not properly identified. Please be advised that all submissions become Government property and will not be returned. If a classified annex to the RFI response is submitted, its contents will be limited to only that which is required to be protected as classified information. Classified annex page count will count towards the ten (10) page total for the response, not including title page and front matter. A classified annex may be provided via appropriately classified network (CORE, SGN, etc.) or classified fax. The contractor may request a POC for submission of the classified annex. Please ensure all files and media are scanned and cleaned with an anti-virus program before transmitting. Oral communications are not acceptable. The Government may reach out with clarification questions following contractor submission. SSC has entered into contracts with Federally Funded Research and Development Center (FFRDC) and/or Systems Engineering and Technical Assistance staff working for the Government. �These could include,�but are not limited to:� The Aerospace Corporation, SAIC, Mantech, Tecolote, Emolbi and LinQuest Corporation. These companies support the Government by performing technical reviews, systems engineering and integration analyses, cost estimation, and other advisory services. Respondents are hereby notified that all responses will be provided to SSC support contractors for services to SSC. If Respondents disagree to the release of its RFI response to any of the aforementioned firms, the Respondent�must clearly state�this restriction in the cover letter accompanying the RFI response. Foreign firms are advised that they will not be allowed to participate in this acquisition at the prime contractor level; however, provided they are eligible to do business with the US Government they may be eligible to participate at the subcontractor level.� The research and test data produced under a resultant contract may contain Military Critical Technology List (MCTL) information whose export is restricted by Export Control Act (Title 22, U.S. Sec 2751, et seq.) or the Export Administration Act of 1979, as amended (Title 50, U.S.C., App. 2401, et seq.).� Request certification and registration from the Defense Logistics Services Center (DLSC), Federal Center, 74 North Washington, Battle Creek, MI 49016-3412 as soon as possible. 6. Submittal Instructions: All responses shall be submitted via email to the Contracting POCs identified below. All submissions shall include company name and point of contact information including name, position, telephone number, and email address. Any questions related to the RFI should be directed to all the POCs listed below. Responses received after the due date may not be considered in the Government�s analyses. The Government may subsequently contact respondents for clarification on the information submitted. POINTS OF CONTACT: Contracting CO� Capt Piara Swank piara.swank@spaceforce.mil O: 310-653-7334 Contracting CO� Tabitha Gomez tabitha.gomez.1@spaceforce.mil O: 310-653-7792 Disclaimer Proprietary information, if any, should be kept to a minimum and MUST BE CLEARLY MARKED.� Please be advised that all submissions become Government property and will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2ba7cc0916e9414799a597181aaf634d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06986857-F 20240307/240305230057 (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 |