Small Aperture Mobile Telemetry Antenna System
ID: 80GSFC4200892481Type: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (334220)

PSC

ANTENNAS, WAVEGUIDES, AND RELATED EQUIPMENT (5985)
Timeline
    Description

    NASA's Goddard Space Flight Center (GSFC) is seeking information from potential sources for the procurement of a Small Aperture Mobile Telemetry Antenna System, aimed at supporting the Wallops Range Telemetry Modernization effort. The requirement includes a trailer-based antenna system capable of operating in L/S/C band frequencies, along with pricing for two additional medium gain mobile antennas (MTM-7 and MTM-8) as specified in the associated documents. This procurement is critical for enhancing mobile operations in aerospace and satellite communications, ensuring compliance with NASA's operational and safety standards. Interested vendors must submit their capability statements and relevant documentation to Martin Koerner via email by 2:00 PM Eastern Time on January 28, 2025, referencing Notice ID 80GSFC4200892481.

    Files
    Title
    Posted
    The document outlines the procurement specifications for the MTM-6 RTVM Small Aperture Mobile L/S/C-Band TM Antenna System. It details the technical requirements for the antenna system across multiple frequency ranges, emphasizing performance specifications including axial ratios, gain-to-noise temperature (G/T) ratios, and tracking capabilities. The document covers the various operational modes of the antenna control unit (ACU), including manual and auto-tracking modes, and states requirements for remote control and monitoring capabilities. Additionally, it addresses environmental resilience, safety features such as lightning protection, and compliance with rigorous operational and electrical standards. The procurement specification serves as a guideline for potential vendors, emphasizing the need for adherence to NASA’s IT security control requirements, including audit capabilities and password management. The main purpose is to solicit proposals for the development and delivery of a reliable, efficient, and compliant antenna system to support critical mobile operations while ensuring safety and operability under various environmental conditions. This document is a vital component of government RFPs, aiming to ensure high standards in technological equipment procurement.
    The document outlines the requirements for the development of a Small Aperture Mobile L/S/C-Band TM Antenna System, specifically for the MTM-7 and MTM-8 projects. It details various operational, performance, and environmental requirements for the antenna system, including frequency ranges, axial ratios, gain-to-noise temperature specifications, and tracking capabilities. A significant focus is placed on the need for systems to operate under specified conditions, such as clear skies and specific elevation angles. The requirements also encompass the design of the Antenna Control Unit (ACU), which should allow for manual and automated operation, including various modes and features to ensure functionality and user accessibility. Additional sections address safety, environmental conditions, and maintainability, establishing a robust framework for compliance with operational standards. The document emphasizes the importance of ensuring reliability, redundancy in network systems, and adherence to federal guidelines. Overall, this comprehensive specification serves as guidance for prospective vendors to meet the technical and operational needs of the government for aerospace and satellite communication applications.
    Lifecycle
    Title
    Type
    Sources Sought
    Similar Opportunities
    Blue Sky Antenna Mast or Equal
    Buyer not available
    The Department of Defense, specifically the United States Air Force, is seeking proposals for the procurement of eight Blue Sky Antenna Mast Winches or equivalent products, as outlined in a Combined Synopsis/Solicitation. The required equipment is designed for lifting antennas up to 5 meters (16.5 feet) and must meet specific technical specifications, including a heavy-duty tripod, a manual chain and pulley system, and compatibility with Cambium microwave flat-panel antennas. Interested vendors must submit their quotations by 1:00 PM PST on March 7, 2025, and ensure compliance with the System for Award Management (SAM) registration, as well as adhere to various Federal Acquisition Regulation (FAR) clauses. For further inquiries, interested parties can contact Paul Baraldi at paul.baraldi@spaceforce.mil or Chris Hummel at christopher.hummel.6@spaceforce.mil.
    RFI - Advanced Satellite Communication Ground Entry Point
    Buyer not available
    The Space Rapid Capabilities Office (Space RCO) is seeking industry input through a Request for Information (RFI) regarding advanced satellite communication antenna technology, specifically for a multi-purpose phased array system. This system is intended to enhance communication services across S-band, L-band, and C-band frequencies, supporting various military missions, including Ground Entry Point for satellite communications and telemetry. Key requirements for the system include electronic beam steering, high availability (99.9% uptime), security features, modular design for future adaptability, and compliance with Department of Defense environmental standards. Interested vendors should submit their responses, detailing their experience, technical approaches, and production capacities, by April 26, 2025, with submissions not exceeding 20 pages. For further inquiries, vendors can contact Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil.
    MXR-100HP20 X-Ray System Purchase
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking quotations for the purchase of a brand-name MXR-100HP20 X-Ray System from Gulmay Incorporated, specifically designated for use at NASA's Kennedy Space Center. This procurement is restricted to authorized resellers and is set aside for small businesses, emphasizing the importance of compliance with federal regulations and the need for specific high-voltage laboratory equipment essential for ongoing scientific applications. The delivery lead-time is estimated at 6-8 weeks after receipt of order, and interested offerors must submit their quotes by March 10, 2025. For further inquiries, potential bidders can contact Laura Quave at laura.a.quave@nasa.gov or by phone at 228-813-6420.
    Quad-Band Satellite Emulator
    Buyer not available
    The Department of Defense, specifically the United States Marine Corps (USMC), is seeking information from vendors regarding the development of a Quad-Band Satellite Emulator, intended for rapid deployment in austere environments. The primary objective is to identify a suitable multi-band transponder, such as the AN/TSM-215, which will facilitate tactical satellite communications without reliance on active satellites, along with lifecycle maintenance and integration support. This initiative is crucial for enhancing the USMC's communication capabilities across diverse operational settings. Interested parties are invited to submit a white paper detailing their capabilities by April 3, 2025, and may direct inquiries to Deshawn Gaines or Mark Denhup via the provided email addresses until March 17, 2025.
    1-WRD-180 Double Ridge Waveguide Calibration Kit & 1- Waveguide Adapter
    Buyer not available
    The National Aeronautics and Space Administration (NASA) is seeking proposals for the procurement of a 1-WRD-180 Double Ridge Waveguide Calibration Kit and a corresponding waveguide adapter, specifically set aside for small businesses. The calibration kit is designed to operate within a temperature range of 4 °C to 40 °C and supports microwave frequencies from 18 GHz to 40 GHz, featuring a maximum Voltage Standing Wave Ratio (VSWR) of 1.25, making it essential for precise electrical testing and analysis. Interested offerors must submit their quotes by 3:00 p.m. CT on March 12, 2025, and ensure compliance with federal regulations, including registration in the System for Award Management (SAM). For further inquiries, potential bidders can contact Cody Guidry at cody.d.guidry@nasa.gov.
    B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105
    Buyer not available
    Sources Sought DEPT OF DEFENSE B-2 KU-Band (Lower) Antenna NSN 5985-01-262-1927 P/N DAA3391P010-105 The Department of Defense, specifically the Department of the Air Force, is seeking prospective vendors for an engineering services effort regarding the B-2 Ku-Band (Lower) Antenna. This antenna is part of the B-2 Ku-Band radar system used to identify and determine the range and bearing of the vehicle. It also serves as a secondary structure that forms a portion of the outer mold line. The unit is designed for low observable and nuclear environment operations. The purpose of this effort is to resolve obsolescence, develop, and qualify a sustainable configuration for manufacturing. The Air Force is in search of vendors who can evaluate the Bill of Materials (BOM), production/test equipment, and documentation, identify obsolete parts and materials, propose alternatives for long-term sustainment, maintain the form, fit, and function of the antenna, meet all existing specification requirements, address testing requirements, and develop and deliver a full production Technical Data Package. At this time, Northrop Grumman is the only known source with qualifications to execute this effort. However, the Air Force is conducting this market survey to identify potential sources that may possess the specialized expertise, capabilities, and experience required. It is important to note that participation in this survey does not ensure participation in future solicitations or contract awards, and the government will not reimburse participants for any expenses associated with their participation. Prospective vendors must demonstrate their capabilities and past performance in areas such as low observable applications, repair and manufacture of B-2 aircraft antennas, B-2 aircraft integration testing, B-2 aircraft environmental testing, and compliance with security clearance requirements. Additionally, vendors must maintain a corporate cost accounting system that meets the requirements of DCMA and/or DCAA, and must not be owned by a foreign company or individual for the duration of any potential government contract. Small businesses are encouraged to indicate if conditions exist for a small business set-aside for any portion of the requirement, and provide information on their qualifications and experience. Large businesses should submit their reasonable expectation of subcontracting opportunities for small business concerns. The place of performance for this procurement is Oklahoma City, OK, with a zip code of 73145, and the primary contact for this notice is 424 SCMS/GUEAA. For more information, interested parties can contact 424SCMS.RFI.Responses@us.af.mil.
    TECHNOLOGY TRANSFER OPPORTUNITY: Low Mass Antenna Boosts RFID Device Performance (MSC-TOPS-117)
    Buyer not available
    NASA's Technology Transfer Program is seeking companies interested in obtaining license rights to a newly developed low mass RFID dual mode antenna, identified as MSC-TOPS-117. This innovative antenna, created by NASA Johnson Space Center, offers polarization diversity and dual resonances in a significantly smaller form factor compared to traditional RFID antennas, making it ideal for applications in confined spaces such as vehicles and laboratories. Interested parties can submit a license application through NASA’s Automated Technology Licensing Application System (ATLAS) and should direct any inquiries to NASA’s Technology Transfer Program at Agency-Patent-Licensing@mail.nasa.gov. Please note that no funding is provided in conjunction with these licenses, and responses will be used for market research purposes only.
    59--ANTENNA ASSEMBLY
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support MECH, is seeking to procure an antenna assembly, identified by NSN 7H-5985-016106951, with a quantity of four units. This procurement is critical for supporting military operations, as antennas and related equipment play a vital role in communication and surveillance systems. The government intends to solicit and negotiate with only one source under FAR 6.302-1, and interested parties are encouraged to submit their capabilities or proposals within 45 days of this notice. For further inquiries, Jacob Davis can be contacted at (717) 605-4237 or via email at JACOB.T.DAVIS18.CIV@US.NAVY.MIL.
    Sources Sought for Support Equipment, Spares, Services, and Installation Construction Associated with Commercially Off-The-Shelf (COTS) Mobile Off-Grid Robotic Telescope Observatories
    Buyer not available
    The Department of Defense, through the Department of the Air Force's Space Systems Command, is seeking responses from small businesses for support equipment, spares, services, and installation related to commercially off-the-shelf (COTS) mobile off-grid robotic telescope observatories. This initiative aims to enhance space domain awareness and international partnerships by utilizing advanced optical systems for satellite observation, with a focus on both CONUS and OCONUS operations, particularly in regions like South America and Africa. The project is part of a broader strategy to improve military capabilities and foster collaboration, with interested parties required to submit their responses by March 25, 2025, to the primary contact, Keith Brandner, at keith.brandner@spaceforce.mil, or the secondary contact, Melina Monroy-Szita, at melina.monroy-szita@spaceforce.mil.
    Mobile Shelter Structure for Lunar Lander
    Buyer not available
    NASA's Langley Research Center is seeking a contractor to provide a Mobile Shelter Structure (MSS) for its Moon Landing Test Project, specifically designed to protect the Boilerplate Lunar Lander during testing and storage. The MSS must be mobile, capable of being relocated within a 200-foot area in under one hour, and constructed to withstand significant weather loads while requiring minimal maintenance over a six-year operational period. This procurement is critical for supporting NASA's lunar exploration efforts, ensuring that the lunar landers are safeguarded from environmental elements during testing phases. Interested contractors should contact Michael Devine at michael.p.devine@nasa.gov, with project completion expected by June 13, 2025, and a total small business set-aside designation under FAR 19.5.