Request for Information (RFI) Space Domain Awareness (SDA) Geosynchronous Satellite

expired opportunity(Expired)
From: Federal Government(Federal)
SSC_SZK_24-001

Basic Details

started - 06 Mar, 2024 (1 month ago)

Start Date

06 Mar, 2024 (1 month ago)
due - 05 Apr, 2024 (23 days ago)

Due Date

05 Apr, 2024 (23 days ago)
Bid Notification

Type

Bid Notification
SSC_SZK_24-001

Identifier

SSC_SZK_24-001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (709038)DEPT OF THE AIR FORCE (60450)FA8819 SPECIAL PROGRAMS DIR SMC SP (30)
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.

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 applicableBusiness Address: Street, City, State, and Zip codeCommercial and Government Entity CodeUnique Entity CodeCompany 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 integrationSummary 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 capabilitiesFlight heritage of bus and/or EO payloads operating in GEO orbitTRL of bus, EO payload, RPO algorithms, flight software, and major componentsExperience integrating and testing space systems and vehicles for GEO applicationsDescription 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 equipmentDescription 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 rangeDescription of propulsion subsystem, including delta-V capability (high acceleration)Experience and lessons learned integrating into existing ground architectureRecommended 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 coverageStrategy for multi-SV launch including any required adaptation for launch vehicle (LV) interfaceRecent/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 collectionRPO capability ≥2 kmSingle fault tolerant to disposal at ≥ GEO + 300kmSVs with jitter/drift and pointing accuracy to support EO payload(s)Design life of 5 yearsClass B spacecraft buildHighly 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 moduleIntegrate into an existing ground systemLaunch adaptor to support 2+ SVs4. Assumptions: Contractor shall assume the following for the purposes of providing this RFI:Government is seeking companies with on-orbit flight heritageGovernment 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 competitionGovernment intends to direct vendors to fly with SSC approved on-orbit refueling interfaceContractor shall assume a Fixed Price Incentive Firm (FPIF) contract type for the SV buildGovernment will provide GFE flight cryptoContractor 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 DetailsSubmittals 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 Swankpiara.swank@spaceforce.milO: 310-653-7334Contracting CO Tabitha Gomeztabitha.gomez.1@spaceforce.milO: 310-653-7792Disclaimer 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.

USALocation

Place Of Performance : N/A

Country : United States

Office Address : CP 310 535-2632 483 N AVIATION BLVD EL SEGUNDO , CA 90245-2808 USA

Country : United StatesState : CaliforniaCity : El Segundo

You may also like

PURCHASE ORDER FOR MODULAR CLEANROOM SPACE

Due: 31 May, 2024 (in 1 month)Agency: NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY

Request For Information-C5 DATA LINK PRINTER

Due: 29 Apr, 2024 (Today)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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