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
  1. 1
    Posted Jan 14, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 14, 2025, 12:00 AM UTC
  3. 3
    Due Jan 28, 2025, 7:00 PM UTC
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
Jan 14, 2025, 3:05 PM UTC
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.
Jan 14, 2025, 3:05 PM UTC
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
The frequency synthesizer with operation frequency of 2200 to 2300MHz, was originally designed for the LCT2 transceiver by EM Research. 6 RF synthesizers to be procured
Buyer not available
NASA's National Aeronautics and Space Administration (NASA) is seeking to procure six frequency synthesizers with an operational frequency range of 2200 to 2300 MHz, originally designed for the Low Cost TDRSS Transceiver (LCT2) by EM Research. The procurement includes six units of the EM Research model HLX-2190-01 and six units of the LT-2300-03, both of which are programmable frequency synthesizers, aimed at enhancing telemetry capabilities within NASA's space program. The contract is set to be awarded as a sole source to EM Research, Inc., with performance obligations to be fulfilled at the Wallops Flight Facility (WFF) by June 30, 2025. Interested organizations must submit their capabilities and qualifications to Sara Jusino-Terry at sara.a.jusino-terry@nasa.gov by 12 p.m. Central Standard Time on April 14, 2025, to be considered for this opportunity.
Antennas for the NDBC at Stennis Space Center, MS
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) is seeking qualified vendors to provide antennas for the National Data Buoy Center at Stennis Space Center, Mississippi, under a firm fixed-price contract that includes a base year and four option years. The procurement focuses on low-profile, ruggedized dual active GPS and Iridium antennas, with specific electrical and mechanical specifications to ensure performance in marine environments, including compliance with federal and military standards. This initiative is critical for enhancing marine weather observation capabilities, thereby supporting public safety and environmental monitoring efforts. Interested parties, particularly Women-Owned Small Businesses, must register with the System for Award Management (SAM) and submit their quotes via email by the specified deadline, with inquiries directed to Abigail Green at abigail.green@noaa.gov or by phone at 816-426-7469.
C-Band Transponders
Buyer not available
The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. The procurement is set aside for small businesses and will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria, allowing for brand name or equal products. These transponders are crucial for various military applications, including search, detection, navigation, and guidance systems. Interested vendors can reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding the solicitation.
RFI - Advanced Satellite Communication Ground Entry Point
Buyer not available
The Department of Defense, through the Space Rapid Capabilities Office (Space RCO), is seeking information from industry regarding the development of advanced satellite communication ground entry point systems. The objective is to gather insights on a multi-purpose phased array antenna technology capable of operating across S-band, L-band, and C-band frequencies, which will support various military missions, including satellite communications and telemetry. This initiative is crucial for enhancing communication services that protect space assets and support military operations. Interested vendors must submit their responses by May 23, 2025, including a detailed technical approach and relevant experience, to Jennifer Wilterdink at jennifer.wilterdink.1@spaceforce.mil.
Antenna
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of antennas and related equipment through a combined synopsis/solicitation process. The requirement includes the supply of a base antenna support, antennas, and couplers, with specific quantities and manufacturers outlined, emphasizing the need for OEM parts due to their proprietary nature and integration complexities with existing systems. This procurement is crucial for maintaining operational readiness within the Coast Guard's electronic systems, with a total estimated value of approximately $245,715. Interested vendors must ensure they are registered in SAM.gov and submit their quotations by the specified deadline, with all deliveries required by October 20, 2025. For further inquiries, vendors can contact Michael Fitzer at Michael.G.Fitzer@uscg.mil or Cynthia A Matthews at cynthia.a.matthews@uscg.mil.
59--ANTENNA
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of five antennas under solicitation number NSN 5985014186105. The requirement specifies delivery to the DLA Distribution Depot Hill within 291 days after order, with the approved source being U1907 16-113SSP15. These antennas are critical components in the field of electrical and electronic equipment, particularly for radio and television broadcasting and wireless communications. Interested vendors must submit their quotes electronically, as hard copies of the solicitation are not available, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil.
C-Band Transponders
Buyer not available
The Department of Defense, specifically the Army Test and Evaluation Command (ATEC) at White Sands Test Center (WSTC), is seeking to procure C-Band Transponders through a Combined Synopsis/Solicitation. This procurement is aimed at acquiring Brand Name or equal transponders, which will be evaluated based on the Lowest Price Technically Acceptable (LPTA) criteria. These transponders are critical for various military applications, including search, detection, navigation, and guidance systems. Interested small businesses are encouraged to reach out to Matthew Gaskins at matthew.c.gaskins2.civ@army.mil or by phone at 575-678-2518, or Joy Davis at joy.l.davis18.civ@army.mil or 315-772-9900 for further details regarding this total small business set-aside opportunity.
Spare Parts to Support the Satellite Transportable Terminal: AN/TSC-208
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is soliciting proposals for a five-year Firm-Fixed Price (FFP) Indefinite-Delivery/Indefinite-Quantity (ID/IQ) contract to procure spare parts for the Satellite Transportable Terminal: AN/TSC-208. This procurement is critical for maintaining operational readiness, as it involves parts exclusively supplied by Kratos Antenna Solutions Corporation, with no alternatives accepted. The contract has a maximum value of $15 million and a minimum value of $100,000, with deliveries to be made to a designated DLA facility in New Cumberland, PA. Interested vendors should direct inquiries to Ernie Wang at ernie.wang@dla.mil, and note that the solicitation will not be set aside for small businesses.
FMS Low Frequency Antenna Installation and Improvements IAW the PWS
Buyer not available
The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the installation and improvements of the H-915A low frequency antenna at Vandenberg Space Force Base in California. The project aims to enhance the existing antenna installation's performance, which is critical for monitoring radio frequencies in support of government and commercial launch operations. Interested contractors must attend a mandatory site visit on April 2, 2025, and submit their proposals by April 14, 2025, with evaluations based on price and technical capability under the Lowest Price Technically Acceptable (LPTA) method. For further inquiries, interested parties can contact Mitchell Carver at mitchell.carver@us.af.mil or Ashlee Hawkins at Ashlee.Hawkins@us.af.mil.
ANTENNA COUPLER GRO
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting proposals for the repair of the Antenna Coupler GRO, a critical component in radio and television broadcasting and wireless communications equipment. The procurement requires contractors to meet specific operational and functional requirements, including adherence to government quality standards and security clearances, as the work involves classified documents. The contract will be awarded bilaterally, necessitating written acceptance from the contractor prior to execution, with a focus on timely repair turnaround and compliance with strict inspection protocols. Interested parties should contact Tyreese C. Smith at 717-605-5937 or via email at tyreese.c.smith.civ@us.navy.mil for further details and to ensure compliance with all submission requirements.