Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 15, 2021 SAM #6987
SPECIAL NOTICE

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

Notice Date
1/13/2021 4:23:26 PM
 
Notice Type
Special Notice
 
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-0004
 
Response Due
1/26/2021 9:00:00 AM
 
Archive Date
02/10/2021
 
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
Request for Information (RFI): 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 ground segment solutions consistent with the architecture and requirements defined in Attachment A. The ground segment solutions will need to initially support a single space vehicle (SV) with a high data rate (? 100 Mbps) Electro-Optical Infrared (EO/IR) sensor payload.� The satellite will fly in a sun synchronous Low Earth Orbit (LEO) 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 ground segment capabilities and cost, in order to develop a full and open solicitations. 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 include the Defense Meteorological Satellite Program (DMSP), NOAA Joint Polar Satellite System (JPSS), and the Eumetsat MetOp. EWS plans to procure a SV and a ground segment to provide a next-generation capability in DoD LEO EO/IR coverage with an Initial Launch Capability (ILC) NLT Q4FY25.� This initial ground segment should support at least 1 SV, but scalable to support a future expansion of the constellation to 10 or more satellites. The ground segment should achieve initial operational capability at least 6 months before ILC. Ground Segment Schedule Assume ATP for the ground segment of Q1FY2022 Ground Segment Initial Operational Capability (IOC) NLT 6 month before ILC General Program Description and Assumptions Refer to the Attachment A. (Note: Attachment A also includes the list of acronyms and glossary of terms). Additional documentation describing standards for the EGS-Compatible option covering EGS standards and Neptune software are available upon request Response Content � Interested prime ground segment contractors must submit a Statement of Capability (SOC) that responds to Sections 13.3 & 13.4.� The Government will only consider discussions with integrated contractor teams capable of meeting the technical requirements specified in this RFI (see Attachment A). 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 capabilities. SOCs must include the following information: Statement of interest to perform as the EWS Prime Contractor for the Ground Segment and willingness to interface with other companies responsible for the other system segments. �Corporate Capabilities and Experience � Describe capabilities, expertise and experience which is relevant to the role of EWS Prime Contractor for a Satellite System Ground Segment. Also provide the following: History with EO/IR or similar high data rate earth observing satellites, space-to-ground segment integration and ground segment development. Implementation of mission unique ground segment software for any and all aspects of the ground segment development and operation Experience with the space-to-ground segment integration, including but not limited to, use or development of space-to-ground interface standards, interface standards for other aspects of the ground segment Interfacing with government and commercial ground stations Experience as a Prime Contractor of similar size contracts and technical complexity. Include project management and systems engineering and integration roles. Relevant products and services Subcontractors� capabilities, products, and services Technical Solution � The RFI responses should describe technical solutions based on technologies mature, operational level segment elements that are capable of meeting requirements.� If any major elements, subsystems, or software tools/applications are at a TRL of less than 8, explain the need for these elements and the plan to mature and associated risk. � Ground Segment Architecture: Description of the ground segment solution should be based on the architecture described in Attachment A. Data Latency ROM: Estimate of data latency contributions from each node (element) in the architecture to support claims that the data latency requirement will be met.� Starting at the time the data leaves the satellite.� Include not only time of flight latency but also network latency estimates. Government Furnished Equipment:� Contractor should identify all items assumed to be GFE and justification. Model-Based Systems Engineering (MBSE) Approach: Describe company capabilities to apply principles, methods and tools for an MBSE approach. This should include the capability to develop an MBSE/SysML model for the ground segment architecture implementation. Note that the government will be developing an MBSE/SysML model for the To-Be EWS System architecture and may make this available to the contractor as part of a future solicitation.� The government envisions that the MBSE/SysML models would support: Requirements analysis (traceability, verification) Provide ground segment architecture description Document all system interfaces (internal system of system and external to users and other external systems); produce Interface Control Documents (ICD) Source for requirements decomposition and verification Cost Estimates: Provide a Rough Order of Magnitude (ROM) cost estimate.� At a minimum, break cost down by elements using the following elements: Ground services, Ground stations, Ground networks, and Cloud computing and storage. For the Ground Services, report costs separately for two alternatives listed below.� Either alternative should use open standards to the greatest extent possible unless specific standards are specified.� The response should identify key standards, especially those related ground services. Alternative-A: Full commercial solution that includes the necessary software, applications and mission unique software to support EWS Alternative-B: �EGS-Compatible� � this solution will use of the NRL Neptune (TM) command and control software suite (documentation available upon request) and comply with EGS standards (documentation available upon request). Identify key cost factors in achieving specified mission service life of 5 years. While Continuity of Operations (COOP) may not be required at ILC, describe the approach taken to develop COOP capabilities by Q4FY2026 and beyond assuming a ground segment availability of 98 %. Identify the cost drivers to achieving this segment availability. Identify, 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. Risk � Identify the major risks to meeting the performance and schedule Contract Type Consideration � Respondents are to identify preferred contract type and incentives with justification 6.� Small Business Consideration � The NAICS code for this effort is 336414 �Guided Missile and Space Vehicle Manufacturing�. The Small Business size standard is 1,250 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. 7.� 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 26 January 2021. 8.� 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 Federal Business Opportunities website on a non-attributional basis. Questions � All questions submitted prior to 12:00 PM (Pacific Time) on 19 January 2021 will be responded to prior to the RFI response date. Questions and answers will be consolidated and posted to the Federal Business Opportunities website. Points of Contacts: Primary POC: 2d Lt Hoang Ha, Program Manager Hoang.ha@spaceforce.mil, (310) 653-0954 Secondary POC: Capt Jessica Dixon Galbreath, Project Manager jessica.dixon_galbreath@spaceforcemil, (310) 653-5186 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 USAF to contract for any supply or service whatsoever. Furthermore, the USSF is not, at this time, seeking proposals. Responders are advised that the USAF 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. 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. Additional Attachments:�Please contact Ms. Silvia Jackman (silvia.jackman@spaceforce.mil) and Lt Hoang Ha (hoang.ha@spaceforce.mil) to request the EGS standards and Neptune software documentation if deemed necessary for a response to this RFI. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/643ee906bea342fcbce839c8d4ea8bee/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05890938-F 20210115/210113230103 (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  © 1994-2020, Loren Data Corp.