Pre-Solicitation Synopsis for Small Satellite Cross-Link Systems
ID: 80GRC024R0017Type: Presolicitation
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GLENN RESEARCH CENTERCLEVELAND, OH, 44135, USA

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

SPACE R&D SVCS; SPACE FLIGHT, RESEARCH & SUPPORTING ACTIVITIES; R&D FACILITIES & MAJ EQUIP (AR15)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The National Aeronautics and Space Administration (NASA) Glenn Research Center has issued a solicitation for Small Satellite Cross-Link Systems (SS-CLS) as a small business set-aside competition. NASA aims to demonstrate and characterize a V-Band cross-link capability for efficient data transmission related to small satellites, facilitating low-latency transfers of large science data volumes.

    This procurement also intends to provide academic institutions with opportunities to conduct experiments using this cross-link capability. The agency seeks a single firm to develop, implement, and flight-demonstrate a comprehensive V-Band cross-link solution within a five-year contract period.

    Offerors should possess a matching CAGE code and submit proposals in accordance with the solicitation's specified formats, including a detailed work plan, cost breakdown, and milestones. Critical to the evaluation of proposals is their technical merit, cost effectiveness, and relevance to the project scope.

    Proposals must be submitted by August 9, 2024, through the Box account-based platform outlined in the solicitation. NASA plans to award a Firm-Fixed Price contract of around $14.3 million for the selected bid, with key contract terms and conditions detailed in the solicitation.

    Interested parties should carefully review the solicitation's instructions, ensuring compliance with requirements, and contact Tyler Braden or Eric Hartman, whose details are provided in the solicitation, for any clarifications or further information.

    Files
    Title
    Posted
    The government seeks a firm-fixed-price contract for Small Satellite Cross-Link Systems (SS-CLS). The primary objective is to acquire a specified quantity of SS-CLS terminals and antennas, with a focus on technical performance and delivery. These systems enable cross-link communications for satellite constellations. Offerors must provide a detailed work plan and cost breakdown for delivering the specified hardware. Key technical specifications include compliance with detailed technical standards and the ability to withstand harsh space environments. The hardware must support real-time data transmission and on-board processing, with specific frequency and data rate requirements. NASA reserves the right to provide some components, and contractors must adhere to technical direction from the agency. Contractors will be responsible for delivering the systems, including integration and testing. The work includes periodic progress reports and a final report, with deadlines for submission. NASA emphasizes the importance of timely delivery and the potential for penalties or reductions in fee for delays. The contract's estimated value is specified as [$OFI], and contractors must adhere to NASA's technical and administrative requirements, including those related to export controls, intellectual property, and data rights. The agency will evaluate proposals based on technical merit, with particular attention to the SS-CLS's technical capabilities and compliance with requirements.
    The file outlines a comprehensive procurement plan spanning five years, focusing on acquiring labor services and managing associated costs. The prime offeror, Company XYZ, Inc., is responsible for overseeing the entire operation. The plan breaks down labor costs, differentiating between the prime offeror and subcontractors, with detailed monthly hour breakdowns. Additionally, it encompasses other direct costs (ODC), including materials, travel, and miscellaneous expenses, further segmented between the prime and subcontractors. The ODC section requires detailed breakdowns and estimation rationales. Offerors are expected to provide indirect rates and additional information on materials, equipment, supplies, and travel costs, with corresponding indirect burdens. The BOE section includes travel estimates based on published prices and web searches. Company XYZ, Inc. aims to award the contract to a capable party, with evaluation criteria likely involving cost-effectiveness, experience, and compliance with specified requirements. Key dates and contract specifics are missing but essential for a complete understanding.
    The government seeks to procure robust IT security management and organizational conflict of interest (OCI) plans from prospective contractors. The IT security management plan must outline procedures to safeguard IT resources associated with the contract while the OCI plan aims to comprehensive manage potential conflicts. These plans are crucial for maintaining ethical and secure operations. Contractors will be required to submit these plans in compatible Microsoft Office formats. Additionally, the RFP emphasizes the importance of diversity, equity, and inclusion (DEI) by requesting a DEI plan that demonstrates the contractor's commitment to creating an inclusive workplace. This plan should highlight measurable initiatives for recruitment and retention of a diverse workforce, with a focus on underserved communities. NASA will use this plan as an assessment tool to monitor the contractor's progress on diversity goals. Critical submission deadlines are 30 days after contract award for both the IT security management plan and DEI plan.
    NASA is seeking a cloud storage solution for managing proposal information. Offerors are required to set up Box accounts, through which NASA will share a folder for uploading proposal files. This process is outlined in detail, aiming to facilitate the submission of proposals. The agency recommends US citizens or permanent residents follow these steps, emphasizing the need for efficient data sharing and collaboration.
    The focus of this file is on assessing the eligibility of organizations wishing to propose a Non-Reimbursable Agreement (NRA). Specifically, it seeks to determine whether these organizations have demonstrated a substantial commitment to the United States market. This is achieved through investments in long-term research, development, and manufacturing in the country or by contributing significantly to its employment. If the organizations can show such commitment, they become eligible to propose for the NRA. The evaluation criteria weigh an organization's commitment to the United States in terms of R&D investments, manufacturing activities, and their impact on local employment. Organizations must provide detailed information on their operations, facilities, and revenue attributed to these activities to be considered for the NRA.
    NASA's Glenn Research Center issues a solicitation for Small Satellite Cross-Link Systems (SS-CLS), seeking proposals from small businesses. The primary objective is to demonstrate and evaluate a V-Band cross-link capability for efficient data transmission and to provide academic institutions with an opportunity for related experiments. Offerors should carefully review the solicitation's details, emphasizing the non-exhaustive list of requirements, which includes having a matching CAGE code and submitting proposals in specified electronic formats. The solicitation mandates a firm-fixed price contract with an anticipated award date by the end of September 2024. Potential vendors are advised to closely review the solicitation's instructions and deadlines, with proposals due on August 9, 2024. Evaluation of proposals will be based on multiple factors, including the specific criteria outlined in the solicitation.
    NASA seeks innovative solutions for demonstrating and characterizing small satellite V-Band cross-link systems. This procurement aims to enable efficient transmission of large volumes of scientific data. Offerors are invited to submit competitive project proposals outlining a flight demonstration of V-Band cross-link capabilities using small satellites. The focus is on low-latency data transmission and the characterization of system performance. Proposals should include plans for academic institutions to conduct experiments on this capability. Key dates are August 2nd for question submissions and August 9th for proposal deadlines. NASA intends to award a single Firm-Fixed Price contract of around $14.3M for a five-year period. Evaluations will primarily consider the relevance and technical merit of proposals, with price reasonableness also factored in. The selected proposal will aim to achieve a successful in-space demonstration and characterization of the V-Band cross-link system, benefiting NASA's remote sensing and scientific objectives.
    NASA's upcoming procurement seeks a single firm to develop and demonstrate a V-Band cross-link capability for small satellites. The goal is to establish a point-to-point network architecture, with the potential for other architectures to be considered. Offerors must propose a comprehensive solution covering the entire project scope, from concept to flight demonstration. This includes characterizing the V-Band cross-link and defining performance characteristics, with all deliverables to be completed within a five-year contract period. NASA doesn't prescribe specific technical details, allowing Offerors flexibility in defining the system. The $14.3M procurement will be awarded as a firm-fixed-price contract, with no Government Furnished Equipment provided. Offerors can suggest enabling subsystems and technologies, but milestones must be achievable within the given timeline. Proposals will be evaluated based on their technical merit and cost effectiveness. Key dates and other administrative details are pending.
    The National Aeronautics and Space Administration (NASA) Glenn Research Center issues this solicitation for supplies or services. This is a sealed bid, with offers to be submitted by the specified date and time. The main procurement objective relates to furnishings for NASA's facility, as detailed in the Schedule of the solicitation. The agency seeks a timely response, with a contract award notice to be sent to the successful bidder. The solicitation outlines specific requirements and expectations for the supplies or services, broken down into sections covering description, quantities, work statements, packaging, delivery, and performance. Offerors are advised to carefully review these provisions. The contract resulting from this solicitation will likely be a firm-fixed-price agreement, with an estimated value provided upon request. Key dates include the submission deadline, anticipated to be within a few weeks of the solicitation's release. The evaluation of bids will consider factors such as price, delivery timelines, and compliance with technical requirements. NASA encourages bidders to ask any questions regarding this solicitation promptly, with a contact email provided.
    Similar Opportunities
    Ruggedized Iridium SATCOM System
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide a ruggedized Iridium SATCOM system, specifically the Flightcell DZMx model, through a total small business set-aside contract. The procurement aims to acquire a communication system that meets stringent interoperability requirements with NASA's existing configurations, including capabilities for Push-To-Talk and phone calls, as well as compliance with DO-160G standards for environmental resilience. This specialized equipment is critical for ensuring reliable communication in diverse and challenging operational environments, supporting NASA's mission objectives. Interested vendors must submit their quotes by September 19, 2024, and direct any inquiries to Lindsey McLellan at lindsey.m.mclellan@nasa.gov, ensuring compliance with federal acquisition regulations and registration at SAM.gov.
    FE110xx External TX-Frontend and Bypass Filter
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure the FE110xx External TX-Frontend and Bypass Filter, with the intention of acquiring this specialized equipment exclusively from Rhode & Schwarz as the sole source provider. This procurement is crucial for the NASA/Glenn Research Center, as it involves advanced instrumentation necessary for measuring and testing electrical signals, adhering to specific technical specifications that include a frequency range of 70 to 110 GHz and a signal modulation bandwidth of 2 GHz. Interested organizations must submit their qualifications in writing by 4:00 p.m. Central Standard Time on September 16, 2024, and include the ID 80NSSC883330Q in the subject line to ensure visibility; oral communications regarding this notice are not permitted. For further inquiries, interested parties can contact Lindsey McLellan at lindsey.m.mclellan@nasa.gov.
    NASA Launch Services II 2024 On-Ramp
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is initiating an on-ramp opportunity for its Launch Services II (NLS II) contract, which remains open until June 30, 2030. This procurement aims to secure launch services from domestic providers capable of delivering payloads of at least 250kg to orbit, adhering to specific risk mitigation categories as outlined in NASA Policy Directive 8610.7D. The NLS II contract is critical for supporting NASA's missions by ensuring reliable access to space through certified launch vehicles. Interested parties must notify NASA of their intent to submit proposals by September 27, 2024, and provide details about their launch vehicle configurations and current flight manifest. For further inquiries, contact Jason R. Siewert at jason.r.siewert@nasa.gov or call 321-407-0250.
    2025 Request for White Papers: NASA SBIR Phase II Sequential Awards
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is soliciting white papers for the 2025 Request for White Papers: SBIR Phase II Sequential Awards, aimed at small businesses with prior NASA SBIR Phase II awards. The initiative seeks to evaluate existing technologies that demonstrate potential for risk reduction and align with NASA's objectives, with funding amounts ranging from $2.5 million to $4 million for selected proposals. This opportunity is critical for advancing technologies in three specific Technical Need Areas (TNAs): Entry, Descent, and Landing Flight Instrumentation, Nuclear Electric Propulsion Subsystems, and Lunar Surface Power Management and Distribution Technologies. Interested firms must submit their white papers electronically by September 23, 2024, and can contact Kenneth E. Albright at kenneth.e.albright@nasa.gov or Steven Brockway at steven.m.brockway@nasa.gov for further information.
    Zuken DS.E3 License Data and Configuration Management; POP: 10/1/24 - 9/30/25
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of Zuken DS.E3 License Data and Configuration Management tools, aimed at supporting space flight harness design and fabrication at the NASA Langley Research Center in Hampton, VA. This procurement includes the acquisition of various floating licenses, specifically five licenses each for the Framework Engine and Component Master, along with one Engineering Services Package, to enhance NASA's capabilities in aerospace technology. The performance period for this contract is set from October 1, 2024, to September 30, 2025, with proposals due by September 17, 2024. Interested vendors must provide a Unique Entity Identifier (UEI) and adhere to federal procurement regulations, with inquiries directed to Jacqueline Townley at jacqueline.e.townley@nasa.gov or by phone at 228-813-6067.
    NEXT GENERATION SCALABLE DATA ENGINEERING, OPERATIONS, AND INFORMATICS SUPPORT FOR OPEN SCIENCE (NEXT GEN)
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the Next Generation Scalable Data Engineering, Operations, and Informatics Support for Open Science (Next Gen) initiative, aimed at enhancing its data science capabilities. This procurement focuses on providing resources to the Interagency Implementation and Advanced Concepts Team (IMPACT) in areas such as science informatics, machine learning, and scientific data management, with an emphasis on utilizing advanced techniques to maximize the scientific return from Earth science data. The contract will be structured as a total small business set-aside, with an estimated value of $76 million over a five-year period, from August 15, 2025, to September 30, 2030. Proposals are due by October 16, 2024, and interested parties should contact Brad Vest at Bradley.D.Vest@nasa.gov for further information.
    Global Modeling & Assimilation Support (GLOMAS) eLibrary
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) is seeking qualified small businesses to provide support for the Global Modeling & Assimilation Support (GLOMAS) eLibrary project at the NASA Goddard Space Flight Center in Greenbelt, Maryland. This procurement involves research and development services in the physical, engineering, and life sciences, focusing on atmospheric science and remote sensing technologies, which are critical for climate research and environmental monitoring. The contract, designated as a Total Small Business Set-Aside, has a minimum order threshold of $2 million and a maximum value of $170 million, with contractors required to deliver monthly progress reports and adhere to stringent federal regulations. Interested parties can contact James Kim at james.h.kim@nasa.gov or Michelle Padfield at Michelle.R.Padfield@nasa.gov for further information.
    TI development interance and Zyngus evaluation board
    Active
    National Aeronautics And Space Administration
    NASA's National Aeronautics and Space Administration is seeking quotations for the procurement of a TI development interface and Zyngus evaluation board, which are critical for testing advanced detection systems in astrophysics missions. This procurement is designated as a brand-name requirement and involves the delivery of specific evaluation boards, including two Xilinx ZCU-111 RFSoC Evaluation Boards and two Texas Instruments TSW14DL3200EVM DAC Evaluation Boards, to the Goddard Space Flight Center in Greenbelt, Maryland. The successful delivery of these items is essential for the effective development and deployment of Kinetic Inductance Detectors (KIDs) and Transition-Edge Sensor (TES) bolometers, reinforcing NASA's commitment to cutting-edge space research. Interested small businesses must submit their quotes by September 19, 2024, and are required to provide their Unique Entity Identifier (UEI) along with compliance with federal regulations; for further inquiries, they can contact Jacqueline Townley at jacqueline.e.townley@nasa.gov or call 228-813-6067.
    Earth Science Data and Information System (ESDIS) Next (ENX) RFI
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking information from potential sources for the Earth Science Data and Information System (ESDIS) Next (ENX) project, which focuses on the development and sustaining engineering of software and hardware systems for science data management. The ENX initiative aims to enhance NASA's Earth science data management capabilities by transitioning to cloud-based platforms, improving operational efficiency, and ensuring data integrity and security, while also fostering collaboration with various stakeholders in Earth science research. Interested parties, particularly those from small businesses and underserved communities, are encouraged to submit capability statements and recommendations by September 26, 2024, to Jonathon D. Wingerberg at jonathon.d.wingerberg@nasa.gov, as no solicitation currently exists for this opportunity.
    FLIGHT DYNAMICS SUPPORT SERVICES (FDSS) IV - 80GSFC24R0027 elibrary
    Active
    National Aeronautics And Space Administration
    The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center is seeking qualified contractors to provide Flight Dynamics Support Services (FDSS) IV under the solicitation number 80GSFC24R0027. The primary objective of this procurement is to deliver comprehensive engineering services related to flight dynamics, including mission analysis, trajectory design, and operational support for various NASA missions, particularly focusing on the On-orbit Servicing, Assembly, and Manufacturing (OSAM-1) mission and the Earth Observing System (EOS) missions. These services are critical for enhancing NASA's capabilities in satellite operations and ensuring the success of ongoing and future space missions. Interested parties should reach out to primary contact Jonnelle Goff at jonnelle.c.goff@nasa.gov or secondary contact Ricarda Mason at ricarda.e.mason@nasa.gov for further details. The contract is expected to have a maximum ordering value of $265 million, with the final Request for Proposals (RFP) anticipated around October 2, 2024, and contract awards planned by August 2025.