WAAS Program Satellite Communications Segment--Geo-Stationary Satellite- 8

expired opportunity(Expired)
From: Federal Government(Federal)
693KA8-2X-TBD

Basic Details

started - 10 Mar, 2023 (13 months ago)

Start Date

10 Mar, 2023 (13 months ago)
due - 10 May, 2023 (11 months ago)

Due Date

10 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
693KA8-2X-TBD

Identifier

693KA8-2X-TBD
TRANSPORTATION, DEPARTMENT OF

Customer / Agency

TRANSPORTATION, DEPARTMENT OF
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

THIS IS NOT A REQUEST FOR PROPOSALS OR OFFERS. A SIR/Request for Proposal may be made under a separate announcement in the future. The FAA is not seeking or accepting unsolicited proposals. The FAA will not pay for any information received or costs incurred in preparing vendor responses to this market survey. Therefore, any cost associated with a market survey submission is solely at the interested vendor’s expense. The purpose of this RFI is to solicit statements of interest and capabilities from large businesses, small businesses, service-disabled veteran-owned small businesses and 8(a) certified firms, capable of providing the supplies outlined in this document, in the timeframe stated in this document. The responses to this RFI will help determine the acquisition strategy and whether adequate competition exists to set-aside the competition among small businesses, service-disabled veteran-owned small businesses or Socially & Economically Disadvantage Business (SEDB/8(a)) certified
firms. All parties are advised that the FAA will not pay for any information or any administrative costs associated with any response received in response to this announcement. Any costs associated with the Market Survey submissions will be solely at the interested party's expense. Responses to this Market Survey will be used to develop a Source List which will be used if a solicitation for this requirement is issued. Note: The FAR references cited in SAM.gov are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS). Please contact 9-AFN-AAQ-GEO8-Satellite@faa.gov for any questions related to this RFI. The Government has identified the principal North American Industry Classification System (NAICS code) 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing, with a size standard of 750. If you believe that another NAICS code can be responsive to the work specified in this market survey, include supporting justification with your alternate NAICS code. The suggestion of an alternate NAICS code does not require that the work be set-aside or solicited under that alternative code. The FAA must maintain and sustain the existing Wide Area Augmentation System (WAAS) Program Satellite Communication Segment. The WAAS Program Satellite Communications Segment consists of three Geostationary Earth Orbiting (GEO) satellite systems and associated uplink and control capability. Each GEO satellite system consists of the Geostationary Uplink Subsystem (GUS) and the GEO Satellite Payload (GSP). The GUS interfaces with the WAAS system through a government-furnished Signal Generator Subsystem (SGS). The GUS provides the Radio Frequency Uplink (RFU) to the GSP with the WAAS broadcast messages. The GSP converts the uplink frequency to L-band for Earth coverage re-transmission. This Market Survey seeks industry input to identify their ability to provide the desired functional capabilities to support one or more future GEO satellite lease requirements. Information collected will be used to validate when service-based operations might be available and the benefits and risks in obtaining these services. Responses to this Market Survey may be factored into investment decisions regarding the future acquisition of satellite communication services. Industry is invited to submit the documentation to address the following points: 1. The FAA is considering procuring three separate GEO satellites services. These services require the integration of a specialized communications payload, meeting FAA WAAS requirements, to be integrated into a host GEO satellite. The current GEO in-orbit test (IOT) completion target calendar years (CY) for the three GEO satellite services are CY2031, CY2032 and CY2035. Vendors should note these IOT dates as tentative targets as the actual dates may vary depending on nature of particular satellite opportunities. The orbital arc of interest for the FAA is from 115 to 137 degrees West longitude, with a strong preference for 119 to 129 degrees West longitude. The identified target IOT dates are subject to change based on market conditions, changes in FAA requirements and status of current WAAS GEO satellite services. What opportunities/candidates exist in your future satellite fleet plans (or those of your partners) to support one or more of the FAA WAAS three satellite service requirements? 1.1 Identify the anticipated orbital locations for the candidate satellite(s). 1.2 Provide any relevant experience with developing SBAS hosted payloads and identify any anticipated issues with reuse of previous payload designs or equipment to support future candidate satellites. 1.3 Identify the End-Of-Life (EOL) projection(s) for candidate satellites identified in our response, and the associated satellite replacement strategy associated with this satellite in the future. Clarify how candidate satellites fit into your overall replacement strategy. 1.4 Identify assurances or conditions associated with keeping the satellite transponder available for FAA use in the assigned orbital arc for a total of 16 years: 1-year cutover testing period at final orbital location, a base 10-year lease term, and an additional five, 1-year extensions of the operational lease period. 2. Describe the experience your company has on the architecture, design, construction, testing, launch, in-orbit test (lOT), and integration of satellite communications systems. 3. Describe the experience your company has on specialized L-band payloads (preferably C-band uplinks) including but not limited to: 3.1 Experience in architecture definition and design of L-band transponders; 3.2 Experience in design, construction and payload integration of L-band antennas; 3.3 Experience with onboard payload hosting; and 3.4 Experience with the signal fidelity aspects associated with navigation quality ranging signal generation. 4. If your company designs, constructs and/or operates ground uplink stations (GUS), 4.1 Describe GUS site(s) implemented to include location(s) and satellite(s) used; and 4.2 Describe how implementation was accomplished (in-house or via contractors). 4.3 Propose GUS sites for any candidate satellite along with the high-level design approach for each site. 4.4 Describe high power amplifier types used (e.g. klystron power amplifier (KPA) or solid state power amplifier (SSPA) and discuss your experience with each type. 5. Identify the payload development, contract award date necessary to support your candidate satellites’ expected on-orbit operations. 5.1 Define and state any payload development risks or opportunities associated with the intended technical, performance, cost, or schedule approach. Identify any differences based on percentage of direct investment. 5.2 Define your Risk Mitigation approach for assuring the payload would meet the FAA's WAAS GEO requirements. 6. Past FAA GEO procurements have utilized some capital investment from contractors in payload development, testing and implementation, which are in turn recouped during the satellite lease periods. Please indicate if your company would be open to this type of contract arrangement and identify any constraints or issues you foresee. Please identify any alternative cost arrangements your company might offer and their potential advantages.

Washington, DC, 20591, USALocation

Place Of Performance : Washington, DC, 20591, USA

Country : United StatesState : District of Columbia

You may also like

SATELLITE SERVICE FOR GLOBALSTAR TRAP MONITORS

Due: 31 Jan, 2029 (in about 4 years)Agency: ANIMAL AND PLANT HEALTH INSPECTION SERVICE

SATELLITE COMMUNICATION SERVICES FOR MOBILE COMMAND VEHICLES

Due: 31 May, 2026 (in about 2 years)Agency: OFFICE OF PROCUREMENT OPERATIONS

SATELLITE INTERNET SERVICES

Due: 07 Nov, 2024 (in 6 months)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

NAICS CodeCode 334511