NASA Acquisition Internet Service Business Opportunites Reference Library Center Procurement Sites Email Notification Feedback Integrated Acquisition Environment
Search All NASA's On-Line Synopses | Search Using Your Most Recent Preferences | Feedback

DUAL-POLARIZED ANTENNA SYSTEM


Synopsis - Oct 09, 2008
Modification 01 - Posted on Dec 03, 2008

General Information
Solicitation Number: NNG09258756L
Posted Date: Oct 09, 2008
FedBizOpps Posted Date: Oct 09, 2008
Original Response Date: Oct 23, 2008
Current Response Date: Dec 26, 2008
Classification Code: 59 -- Electrical and electronic equipment components
NAICS Code: 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing

Contracting Office Address
 
NASA/Goddard Space Flight Center, Wallops Flight Facility, Code 210.W, Wallops Island, VA 23337

Description
 
NASA/GSFC is hereby soliciting information about potential sources for FOR A DUAL-POLARIZED ANTENNA SYSTEM. The National Aeronautics and Space Administration, Goddard Space Flight Center, Wallops Flight Facility, Wallops Island, Virginia has requirements for an integrated S-band (2700-2900 MHz) dual-polarized antenna system. The antenna system shall consist of a parabolic reflector, dual-polarized feed horn, pedestal, drive motors, and servo-amplifiers. The system shall be capable of emitting and receiving both horizontal and vertical linearly polarized RF energy.

The antenna system will be used as an integrated component of a transportable meteorological research radar, and all of the components, with the possible exception of the pedestal, shall be constructed so that they may be shipped in standard ISO seatainers with outside dimensions of either 2.44 m x 2.44 m x 6.1m (8’ x 8’ x 20’) or 2.44 m x 2.44 m x 12.2m (8’ x 8’ x 40’). The primary objective of the radar system is to collect meteorological research quality reflectivity, Doppler and polarimetric data at various remote locations in the world. The antenna system shall have a 1 degree beamwidth and be capable of handling up to 1.0 megawatts peak pulsed power with pulse widths up to 2 microseconds and pulse recurrence frequencies up to 1200 pulses per second. The antenna will be scanned in the azimuth and elevation planes; it will not be used for closed loop tracking. The antenna-pedestal system will be designed to operate without a radome under winds up to 60 mph sustained and survive 120 mph gusts, with acceleration up to 20 degrees per second per second and under environmental conditions from a 1 inch radial icing loads to tropical heats as specified in this document.

A high performance antenna is required for accurate measurements of dual-polarimetric quantities. The electrical specifications of the feed/OMT, reflector surface accuracy and secondary patterns are hence stringent as specified in this document. For example, the first side lobe must be at least 28 dB lower than the on axis value and the on axis cross polarization ratio less than -38dB. The Government will require a preliminary design review (PDR), a final design review (FDR), and range testing at which time the contractor will certify that all specifications have been met. Full acceptance by the Government will occur after contractor installs the antenna on the pedestal at the final acceptance site with precision alignment and demonstrates that the reflector surface accuracy satisfies < 0.025" rms.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offeror’s responsibility to monitor these sites for the release of any solicitation or synopsis.

Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 20 pages or less indicating the ability to perform all aspects of the effort described herein.

Responses must include the following: name and address of firm, size of business; and whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned. Technical questions should be directed to: John C. Gerlach, Code 614, NASA/GSFC/Wallops Flight Facility, Wallops Island, VA 23337, Phone: 757-824-1515. Procurement related questions should be directed to: Diana W. Frimmel, NASA/GSFC/Wallops Flight Facility, Code 210.W, Wallops Island, VA 23337, Phone: 757-824-1290.

This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Diana W. Frimmel no later than 10/23/2008. Please reference NNG09258756L in any response. .


Point of Contact
Name:Diana W. Frimmel
Title:Contract Specialist
Phone:757-824-1290
Fax:757-824-1974
Email:Diana.W.Frimmel@nasa.gov

Name:Pamela J Taylor
Title:Contracting Officer
Phone:757-824-1068
Fax:757-824-1974
Email: Pamela.J.Taylor@nasa.gov

Government-wide Notes
NASA-Specific Notes
You may return to Business Opportunities at: