[Commerce Business Daily: Posted January 8, 1998]
From the Commerce Business Daily Online via GPO Access
[cbdnet.access.gpo.gov]
PART: U.S. GOVERNMENT PROCUREMENTS
SUBPART: SUPPLIES, EQUIPMENT AND MATERIAL
CLASSCOD: 18--Space Vehicles
OFFADD: National Reconnaissance Office, 14675 Lee Road, Chantilly,
VA 20151-1715
SUBJECT: 18--WIDE AREA AUGMENTATION SYSTEM (WAAS) SPACE SEGMENT
SERVICE
DUE 020698
POC Ms. Lynn P. Zagrod, (703) 808-2675; Capt Chris Shank (703)808-1537
DESC: THE PURPOSE OF THIS REQUEST FOR INFORMATION (RFI) is to
obtain information from industry on their ability to develop
a satellite architecture for the Wide Area Augmentation System
(WAAS) Space Segment. The Federal Aviation Administration's
WAAS program office and the National Reconnaissance Office,
Advanced Systems and Technology Directorate, under the auspices
of the Air Force have entered into a joint concept exploratory
phase to provide space segment service for the WAAS program.
The FAA's previously released RFI, "Satellite Messaging and
Ranging Service", October 1995, provided the initial basis
for this satellite concept exploration phase. The joint FAA/AF/NRO
IPT is interested in obtaining information from industry on
their ability to deploy satellite(s) (Geostationary Earth Orbit
(GEO) or another orbit that will meet the requirements discussed
below) with transponder services at the Global Position System
(GPS) Link 1 (L1) frequency (1575.42 MHz) and one other fixed
L-band frequency. Satellite launch services and on-orbit command
and control for the WAAS Space Segment Service is also needed.
This capability would become part of the FAA's WAAS which will
augment the GPS navigation data by providing signal integrity,
accuracy enhancements, and additional ranging sources to ground,
sea, air and space users with appropriate integrated-GPS/WAAS
receivers. The following further defines the requirements
for this RFI: (1) This capability could include the addition
of a payload on an existing, planned satellite where the WAAS
payload would be added and given assurance of priority, or
could be a new satellite for the specific purpose of transmitting
the L1 and one other fixed L-band frequency, or could be a
combination of existing and new satellites with delivery of
the service on-orbit; (2) The data sent in the GPS L1 and one
other fixed L-band frequency will be used for two purposes:
(a) Sending WAAS messages with formats defined in FAA-E-2892B
Appendix 2, and (b) Providing a GPS-like ranging function by
generating the GPS-like signal onboard the satellite(s) as
opposed to generating/controlling the signal on the ground;
(3) The National Airspace coverage requirements are provided
in FAA-E-2892B; (4) Satellite status telemetry and satellite
command and control information would be provided to the WAAS
Wide-area Master Stations (WMSs); (5) The necessary launch
services, satellite operations, maintenance and logistics support
information should be addressed; (6) The FAA plans to lease
the above capability under a level funding line of $35-50M
per year beginning in FY02 through FY09 (subject to the agency's
multi-year funding authority); (7) All future potential dates
over the next several years are of interest. Scheduled initial
operational capability for these services is NLT October 2001.
For end-to-end WAAS verification and validation purposes, at
least one satellite for the WAAS Space Segment is required
to be on-orbit by January 2001 to augment the on-orbit Inmarsat
constellation; and (8) The existing, planned or new satellite(s)
with WAAS payload(s) will support end-state requirements specified
in FAA-E-2892B through FY09. Each response to this RFI shall
contain the following: (1) Address how each of the eight requirements
above will be met; (2) Include a proposed system design with
estimated costs, schedule, and management information, and
(3) Outline past experience in these areas. The following provides
the format and delivery guidelines for this RFI: (1) Security
level of all responses shall be unclassified; (2) Responses
should be limited to 20 pages in describing technical and management
objectives with the first page being the Executive Summary.
Page limits shall exclude any blank pages, title page, table
of contents, and any list of illustrations. The RFI should
be submitted in a single, loose-leaf binder with individual
pages unbound to facilitate removal; (3) Cost and schedule
information may be of unlimited length; (4) Responses should
be on 8 1/2" x 11" paper of single-spaced text no smaller than
12 point Times Roman font; and (5) Responses will be accepted
at NRO/ASTD (Capt Chris Shank), Room 14D33B, National Reconnaissance
Office, 14675 Lee Road, Chantilly, VA 20151-1715 by hand-carried
or postal delivery. Hand-carried deliveries of RFI responses
must be received no later than 1500 EDT on 6 February 1998.
Postal delivery is acceptable if the postmark indicates a date
no later than 6 February 1998. Five (5) hardcopy reproductions
of the RFI response are requested. In addition to the hard
copies, provide a softcopy of the RFI response in Microsoft
Word 6.0 on a 3.5" floppy disk. The Government does not intend
to issue a Sources Sought Notice in the Commerce Business Daily
for any subsequent acquisition. In addition to the above,
respondents are invited to provide up to 10 pages of information
demonstrating their capability to serve as a prime contractor
under any subsequent contractual arrangement.
CITE: (W-008 SN156698)
NEWSLETTER
|
Join the GlobalSecurity.org mailing list
|
|