scns task order - elibrary.gsfc.nasa.gov · modification 18 sow: ... the refurbished elevation gear...

17
SCNS TASK ORDER Task No: 1 Modification: 18 Task Name: NEN NASA Stations Operations, Maintenance, & Sustaining Task Period of Performance: April 9, 2011 to October 8, 2018 Modification Period of Performance: Award to October 8, 2018 Note: alterations from the prior modification SOW are shown in this SOW using bold text, with the exception of item titles. In addition to extending the task period of performance to April 8, 2018, the alterations called for in this Modification 18 modify Item 4 NASA Sustaining Engineering. Modification 18 SOW: The contractor shall perform these additional station equipment refresh, operational equipment sustaining and service planning actions. The contractor shall notify NASA prior to executing any of the actions identified in this modification: 1) The contractor shall plan and conduct the repair of the Alaska Satellite Facility (ASF) AS1 antenna system. Repair of the AS1 antenna will require, at a minimum, the installation of the refurbished elevation gear drive assembly. Further, upon completion of the repairs, the contractor shall take appropriate steps to test the repaired antenna system to verify its serviceability. The contractor shall arrange work schedules and travel for all SCNS and other non-SCNS support personnel necessary to assure timely and competent installation and post-installation testing of the ASF AS1 antenna. NASA is aware that non-SCNS and local Fairbanks, Alaska personnel may be necessary to accomplish the repair of the AS1 antenna. The contractor shall arrange work schedules for all necessary personnel and arrange for technical and other local Fairbanks, AK support services contractors that are needed to accomplish the repair of the ASF AS1 antenna. NASA recognizes that the contractor does not have direct control of all of the assets necessary to accomplish this repair, is dependent on sub-contractor services, and that the Alaskan weather may cause delays in the repair work. Therefore, where the contractor recognizes that the work cannot be completed by the close of the period of performance for this modification, the contractor shall report the status of the planned repair work and coordinate any necessary schedule changes with NASA through the reporting and negotiation processes established in the contract. The contractor shall also refurbish and prepare the existing AS1 elevation gear drive assembly for use as a replacement for the Alaska Satellite Facility (ASF) AS1 antenna system. The contractor shall procure new elevation gears necessary to support the spare elevation gear drive assembly. The contractor shall attempt to schedule all AS1 antenna work detailed in this contract modification at the same time to the best extent possible in order to minimize disruption to the network and heavy machinery costs. 2) The contractor shall procure new azimuth and train gears for the ASF AS1 antenna system. The contractor shall build up the Azimuth and Train Gears and install. The contractor shall also procure spare azimuth and train gears and populate spare Azimuth and Train housings with the new gears. The contractor shall refurbish and prepare one azimuth gear assembly and one train gear assembly for use as replacements for the Alaska Satellite Facility (ASF) AS1 antenna system. Upon completion of the preparation of the azimuth and train gear drive assemblies, the contractor shall plan and conduct the

Upload: vuongquynh

Post on 19-Aug-2018

215 views

Category:

Documents


0 download

TRANSCRIPT

SCNS TASK ORDER

Task No: 1 Modification: 18 Task Name: NEN NASA Stations Operations, Maintenance, & Sustaining Task Period of Performance: April 9, 2011 to October 8, 2018 Modification Period of Performance: Award to October 8, 2018

Note: alterations from the prior modification SOW are shown in this SOW using bold text, with the

exception of item titles. In addition to extending the task period of performance to April 8, 2018, the

alterations called for in this Modification 18 modify Item 4 – NASA Sustaining Engineering.

Modification 18 SOW: The contractor shall perform these additional station equipment refresh,

operational equipment sustaining and service planning actions. The contractor shall notify NASA

prior to executing any of the actions identified in this modification:

1) The contractor shall plan and conduct the repair of the Alaska Satellite Facility (ASF) AS1

antenna system. Repair of the AS1 antenna will require, at a minimum, the installation of

the refurbished elevation gear drive assembly. Further, upon completion of the repairs, the

contractor shall take appropriate steps to test the repaired antenna system to verify its

serviceability. The contractor shall arrange work schedules and travel for all SCNS and

other non-SCNS support personnel necessary to assure timely and competent installation

and post-installation testing of the ASF AS1 antenna. NASA is aware that non-SCNS and

local Fairbanks, Alaska personnel may be necessary to accomplish the repair of the AS1

antenna. The contractor shall arrange work schedules for all necessary personnel and

arrange for technical and other local Fairbanks, AK support services contractors that are

needed to accomplish the repair of the ASF AS1 antenna. NASA recognizes that the

contractor does not have direct control of all of the assets necessary to accomplish this

repair, is dependent on sub-contractor services, and that the Alaskan weather may cause

delays in the repair work. Therefore, where the contractor recognizes that the work cannot

be completed by the close of the period of performance for this modification, the

contractor shall report the status of the planned repair work and coordinate any necessary

schedule changes with NASA through the reporting and negotiation processes

established in the contract. The contractor shall also refurbish and prepare the existing

AS1 elevation gear drive assembly for use as a replacement for the Alaska Satellite Facility

(ASF) AS1 antenna system. The contractor shall procure new elevation gears necessary

to support the spare elevation gear drive assembly. The contractor shall attempt to

schedule all AS1 antenna work detailed in this contract modification at the same time to

the best extent possible in order to minimize disruption to the network and heavy

machinery costs.

2) The contractor shall procure new azimuth and train gears for the ASF AS1 antenna

system. The contractor shall build up the Azimuth and Train Gears and install. The

contractor shall also procure spare azimuth and train gears and populate spare Azimuth

and Train housings with the new gears. The contractor shall refurbish and prepare one

azimuth gear assembly and one train gear assembly for use as replacements for the

Alaska Satellite Facility (ASF) AS1 antenna system. Upon completion of the preparation of

the azimuth and train gear drive assemblies, the contractor shall plan and conduct the

repair of the Alaska Satellite Facility (ASF) AS1 antenna system. Repair of the AS1 antenna

will require, at a minimum, the installation of the refurbished azimuth and train gear drive

assemblies. Further, upon completion of the repairs, the contractor shall take appropriate

steps to test the repaired antenna system to verify its serviceability. The contractor shall

arrange work schedules and travel for all SCNS and other non-SCNS support personnel

necessary to assure timely and competent installation and post-installation testing of the

ASF AS1 antenna. NASA is aware that non-SCNS and local Fairbanks, Alaska personnel

may be necessary to accomplish the repair of the AS1 antenna. The contractor shall

arrange work schedules for all necessary personnel and arrange for technical and other

local Fairbanks, AK support services contractors that are needed to accomplish the repair

of the ASF AS1 antenna. NASA recognizes that the contractor does not have direct control

of all of the assets necessary to accomplish this repair, is dependent on sub-contractor

services, and that the Alaskan weather may cause delays in the repair work. The

contractor shall attempt to schedule all AS1 antenna work detailed in this contract

modification at the same time to the best extent possible in order to minimize disruption to

the network and heavy machinery costs. Therefore, where the contractor recognizes that

the work cannot be completed by the close of the period of performance for this

modification, the contractor shall report the status of the planned repair work and

coordinate any necessary schedule changes with NASA through the reporting and

negotiation processes established in the contract;

3) The contractor shall plan and conduct the repair of the Wallops Flight Facility (WFF) WG1

antenna system. Repair of the WG1 antenna will require, at a minimum, procurement of

one new set of train gears to be installed into an existing train gear assembly and the

installation of the refurbished train gear drive assembly into the WFF WG1 antenna

system. Further, upon completion of the repairs, the contractor shall take appropriate

steps to test the repaired antenna system to verify its serviceability. The contractor shall

arrange work schedules and travel for all SCNS and other non-SCNS support personnel

necessary to assure timely and competent installation and post-installation testing of the

WFF WG1 antenna. NASA is aware that non-SCNS and local Wallops Island, VA personnel

may be necessary to accomplish the repair of the WG1 antenna. The contractor shall

arrange work schedules for all necessary personnel and arrange for technical and other

local Wallops Island, VA support services contractors that are needed to accomplish the

repair of the WFF WG1 antenna. NASA recognizes that the contractor does not have direct

control of all of the assets necessary to accomplish this repair, is dependent on sub-

contractor services, and that the weather may cause delays in the repair work. Therefore,

where the contractor recognizes that the work cannot be completed by the close of the

period of performance for this modification, the contractor shall report the status of the

planned repair work and coordinate any necessary schedule changes with NASA through

the reporting and negotiation processes established in the contract.

4) The contractor shall issue an RFP to procure and install new Antenna Control Units (ACU)

for the ASF AS1 and WFF WG1 11m antenna systems. The contractor shall also issue a

separate RFP to procure and install new Antenna Control Units (ACU) for the KUS and PDL

6.1m antenna systems. The contractor shall also ensure adequate sparing for each

system. Upon completion of the repairs, the contractor shall take appropriate steps to test

the upgraded antenna system to verify its serviceability. The contractor shall arrange work

schedules and travel for all SCNS and other non-SCNS support personnel necessary to

assure timely and competent installation and post-installation testing of the ACU

upgrades. NASA is aware that non-SCNS and local personnel at each specific site may be

necessary to accomplish the ACU upgrades. The contractor shall arrange work schedules

for all necessary personnel and arrange for technical and other local support services

contractors that are needed to accomplish the ACU upgrade.

5) The contractor shall issue two blanket purchase orders for support from antenna vendors in case of system issues or failures. NASA recognizes that any issues

or failures with these systems that require vendor support above the budgeted level will need to be covered by additional funds from NASA via a TO modification.

6) The contractor shall have the White Sands 18m antenna (WS1) evaluated by the antenna

vendor and deliver a report that details the current state of the antenna system that can be

used for planning a DLM at a later date.

7) The contractor shall purchase the following equipment for the Wallops Flight Facility test

bed:

a. Computers and monitors as required for the Wallops test bed

b. LCS-specific equipment:

i. Status Server

ii. KVM

iii. GPIB Enet, Cables & Mounting Kit

iv. Comtrol

v. Rack

vi. Rack Mounting Supplies

vii. PDU

viii. Splitters/Combiners

ix. Support software licenses fees

8) The contractor shall purchase the switches for the WGS wideband mods required to

complete the wideband amplifier modification at the Wallops Ground Station.

9) The contractor shall procure the following spare hardware:

a. AS1:

i. Elevation and Azimuth Data Package Transducers

ii. 1 S-band LNA

b. AS3:

i. 1 S-band LNA

ii. 1 X-band LNA

iii. 1 S-band Track Receiver

iv. 1 X-band Track Receiver

10) Additionally, the contractor shall perform these additional reporting actions:

a. The contractor shall establish and track separate Work Breakdown Structure

subtasks for IT security and new mission related activities.

b. he contractor shall also prepare and deliver monthly updates of the one-year

material priority list, state of health, and risks.

c. The contractor shall also establish a NEN Quarterly review to discuss the current

state of affairs in the NEN. At a minimum the review should cover the following

topics:

i. SCNS Management Overview

ii. Operations & Maintenance

iii. Commercial Service Providers

iv. SCNS Engineering

v. Future NEN Missions

vi. SCNS Risk Management

vii. IT Security

11) Additionally, the contractor shall perform these additional support services:

a. The contractor shall produce a schedule for replacement of XP systems and report

monthly progress on that schedule

b. The contractor shall develop a plan for the upgrade of JAVA and Windows 7 systems.

Delivery: 12 month(s)

12) Additionally, the following correction is being made to the Alaska Satellite Facility

Operations and Maintenance section:

a. Change 10m to 9.1m to reflect the installation of the new 9.1m S/X-band antenna at

ASF which replaces the 10m antenna.

Item 1 – Reporting Requirements

Monthly Progress Reports: The Contractor shall submit a separate monthly progress report of all work

accomplished during each month of contract performance. Monthly Progress Reports shall address as a

minimum the following: the accomplishments and progress of all work performed under each task order

for the month being reported. Each task order shall be a separate report. The report shall be in narrative

form and brief in content and shall include a description of overall task order progress to include technical

accomplishments and status of deliverables. Also the report shall provide a quantitative description of

overall progress and identify any risks or problems, which may impede performance and proposed

corrective actions. The report shall have a discussion of the projected work activities to be performed

during the next monthly reporting period. The Contractor shall include a completed report documentation

page (NASA Form 1626) as the final page of each submitted report. Monthly reports shall be submitted

by the 15th day following the month being reported. If the task order is awarded beyond the middle of a

month, the first monthly report shall cover the period from task award until the end of the following month.

Delivery: 30 Days

Final Task Order Report: The Contractor shall submit a final task order report, which documents and

summarizes the results of the entire task accomplishments and work performed, including

recommendations and conclusions based on the experience and results obtained. The final task order

report shall include a narrative, including tables, graphs, diagrams, photographs, and drawings in

sufficient detail to comprehensively explain the results achieved under the task order. The Contractor

shall include a completed report documentation page (NASA Form 1626) as the final page of each

submitted report. The final task report for each task order shall be submitted at the completion of the task

order. Delivery: 0 days, Task End

The Contractor shall meet on a monthly basis with the Task Monitor and NEN Project Manager to review

task status and schedules. The schedule of this meeting shall be established according to the monthly

reporting cycle requirements of the Near Earth Network Project. The contractor shall provide briefing

materials which include as a minimum: an overall task summary status; identification of all problem and

issues, corrective actions and action status; significant progress accomplished during the reporting

period; task schedule and progress status; risk management items; responses to general task actions,

including action open & closure dates, from previous months. The report shall contain operational

proficiency performance by antenna system, per mission, per month as well as overall NASA Station

proficiency and availability metric reporting. Delivery: 30 days

The contractor shall provide by email a weekly activities report to the Task Monitor, that summarizes all

significant technical progress, and summary schedule status applicable for the previous work week

period. The weekly report shall contain operational proficiency performance by antenna system, per

mission, per week. The weekly report shall also include a forecast of the technical work that is planned for

the following week period. This written weekly report shall be delivered to the TM no later than 2pm on

Tuesday of each week. Delivery: 30 days

The contractor shall document daily activities of the entire Near Earth Network in its portion of the STDN

Daily for distribution to an email list. Delivery: STDN Daily: every day.

Modification 12 SOW alteration: The requirement to deliver a daily Near Earth Network Daily report

separately from the STDN Daily report, for distribution to a separate email list, is deleted beginning with

this TO-1 Modification.

Modification 16 SOW alteration: The contractor shall establish and track separate Work Breakdown

Structure subtasks for customer missions whose costs are reimbursable to the NEN. The contractor shall

also deliver a SCNS Mission Report as a part of the required weekly and monthly reports, separately

listing work plans, accomplishments, risk areas and issues. The contractor shall also separately report

reimbursable customer mission costs in the required 533 cost report. Currently, the NEN has identified

the following reimbursable customer missions: U.S. Air Force STP Sat-5, the EUMETSAT MetOp

spacecraft series, and the National Oceanic and Atmospheric Administration, Geostationary Operational

Environmental Satellite (GOES) N, O, P and Q series of spacecraft. The contractor shall also prepare to

separately report, as stated above, work plans, accomplishments, risk areas and costs for future

reimbursable customer missions that are identified by the NEN.

The contractor shall conduct a weekly task status telecon with the Task Monitor prior to delivery of the

email weekly report. Note: This telecon may be combined with status telecon of the commercial services

task(s). Delivery: every seven days, except contractually agreed-to holidays.

1) Modification 18 SOW alteration: The contractor shall establish and track separate Work

Breakdown Structure subtasks for IT security and new mission related activities. The contractor

shall also prepare and deliver monthly updates of the one-year material priority list, state of

health, and risks.

2) The contractor shall also establish a NEN Quarterly review to discuss the current state of affairs

in the NEN. At a minimum the review should cover the following topics:

a. SCNS Management Overview

b. Operations & Maintenance

c. Commercial Service Providers

d. SCNS Engineering

e. Future NEN Missions

f. SCNS Risk Management

g. IT Security

Item 2 - Task Order Supporting Services

The contractor shall manage the services and deliverables under this Task Order providing IDIQ

Technical Management and Administration services under the SCNS SOW section 3.7 (Task Technical

Management, Task Financial Management, Configuration Management and Control, Task Security

Management, Task Safety and Health Management, Task Quality Assurance, Task Environmental

Management) and Core 1.0. Task Management is responsible for delivery of task order reports,

compliance with the SCNS contract, coordination with NASA management, and outside vendors and

subcontractors used to meet task order requirements. The contractor shall manage the NEN preventive

maintenance program associated tools: MAXIMO, and Comprehensive Discrepancy System.

The contractor shall operate and maintain the Central Standard Autonomous File Server (CSAFS) at

Goddard Space Flight Center used to facilitate data transfers.

The contractor shall provide a Network Advisory Message describing any planned or unplanned outages

and launch commitments.

The contractor shall provide a Ground Network Status Report, known as GNSTAT, describing any

changes in the status of NEN ground stations.

The contractor shall provide a Discrepancy Report, in the CDS, describing any problem affecting the

provision of service.

The contractor shall conduct Root Cause and Corrective Action investigations to determine cause of

failures of equipment and inability to meet service requirements.

The contractor shall maintain a configuration controlled NEN Compatibility Matrix showing NEN

compatibility of the NEN NASA and Commercial Stations and the antenna system ability to support the

NEN mission set (both certified and potential supportable).

Modification 12 SOW alteration: The contractor shall, on occasion, be directed by the Task Monitor to

travel to technical coordination meetings to meet with NEN customer mission management teams for the

specific purpose of reporting customer mission support results and discussing future needs and

requirements changes for NEN customer missions. Travel to U.S. and foreign nation locations may be

required.

The contractor shall maintain a list, for each station, of customer data volumes being captured, for each

customer, short-term customer data buffering and storage requirements and the advertised NISN or

commercial service provider terrestrial communications data line through-put capabilities. Note: the data

volume, buffering, through-put list need only be a list. A mathematical model of data volumes, short-term

buffering and storage and terrestrial communications data line through-put is not required. Delivery: initial

delivery October 15 and periodic updates as warranted.

The contractor shall maintain a list, for each station, of the NISN or commercial service provider terrestrial

communications data lines and their advertised capacities that are used by the station. A simplified

graphical representation of data volume capacities and routes is acceptable. Note: the NISN or

commercial service provider terrestrial communications data lines list need only be a list. A mathematical

model of data volume capacities and routes is not required. Delivery: initial delivery October 15 and

periodic updates as warranted.

The contractor shall maintain IT security for the NEN NASA Ground Stations and systems under this task

order which is compliant with NASA and SCNS IT Security Plans and Requirements.

Modification 18 SOW alteration: The contractor shall produce a schedule for replacement of XP systems

and report monthly progress on that schedule. The contractor shall develop a plan for the upgrade of

JAVA and Windows 7 systems. Delivery: 12 month(s)

The contractor shall provide NASA Integrated Services Network (NISN) Interface as described under

SCNS SOW 3.6.1 for stations in this task.

Item 3 - NASA Stations Logistics

The contractor shall provide logistics support for all the Near Earth Network (NEN) orbital facilities and

NASA equipment covered by this task. The contractor shall coordinate logistics activities that support

NEN to ensure economies of scale are achieved. The contractor shall perform all property control

activities for NASA operational property covered by this task.

Item 4 - NASA Sustaining Engineering

The contractor shall provide sustaining engineering for the current systems and facilities covered by this

Task Order. Where possible, standardization of changes shall be pursued. The contractor shall provide all

required sustaining engineering (including hardware & software maintenance) to enable the Near Earth

Network Stations in this Task Order to meet the required proficiency metrics. The contractor shall provide

system administration, operations and maintenance for sustaining engineering support tools required for

operational support. The contractor shall plan for and accomplish the refresh of certain station equipment.

Refresh is defined to mean the replacement of an obsolete piece of equipment or a piece of equipment

that is at the end of its useful life. Refresh of station equipment shall include at a minimum: prepare

antenna gear and/or gear assembly parts documentation for the purpose of a procurement, identify a

source for antenna gears and/or gear assembly parts and, where funded by NASA, procure antenna

gears and/or gear assembly parts sufficient to refurbish two antenna systems. Note that station

upgrades, defined to mean equipment that provides new or enhanced capability, will be managed by

separate Task Orders.

The contractor shall perform these additional station equipment refresh or operational equipment

sustaining actions that were that were incorporated into the TO-1 SOW under contract modification 9:

1) Prepare one built elevation gear drive assembly for use as a replacement for one

of the NASA NEN antenna systems. Further, take appropriate steps to test the assembly to verify its

serviceability within a NASA NEN antenna system;

2) Procure and/or prepare one radio frequency, signal and control cable set for use as a replacement for

one of the built NEN antenna systems;

3) Procure one weather sensor instrument set that is command set compatible with the existing White

Sands One antenna system software and make this instrument set available as an on-the-shelf spare for

the WS1 station;

4) Procure information technology security hardening services for the three Real Time Logic Inc.-built

Receive Range Command Processors in use with the White Sands One antenna system so as to meet

NASA IT security requirements. Also, procure an annual IT security maintenance contract for these three

RRCP systems;

5) Procure repair services for the Wallops LEO-T antenna system high power amplifier;

6) Procure one set of radio frequency converters, to include one S-band Up-

converter, one S-band Test Injection converter, one S-band Right Hand converter and one S-band Left

Hand converter;

7) Procure one X-band Up-converter and one S-band Up-converter to complete the equipment necessary

to refresh the WGS collimation tower system. Deliver these additional station equipment refresh or

operational equipment sustaining actions: September 30, 2014.

The contractor shall perform or continue to perform these additional station equipment refresh, repair or

operational equipment sustaining actions that were included in Modification 10:

1) The contractor shall plan and conduct the repair of the Alaska Satellite Facility (ASF) AS1 antenna

system. Repair of the AS1 antenna will require, at a minimum, the installation of the recently refurbished,

built, elevation gear drive assembly, an assembly that is being refurbished under

Modification 9. Further, upon completion of the repairs, the contractor shall take appropriate steps to test

the repaired antenna system to verify its serviceability. The contractor shall arrange work schedules and

travel for all SCNS and other non-SCNS support personnel necessary to assure timely and competent

installation and post-installation testing of the ASF AS1 antenna. NASA is aware that the contractor will

incur previously unplanned travel expenses in order to accomplish this work. NASA is aware that non-

SCNS and local Fairbanks, Alaska personnel may be necessary to accomplish the repair of the AS1

antenna. The contractor shall arrange work schedules for all necessary personnel and arrange for

technical and other local Fairbanks, AK support services contractors that are needed to accomplish the

repair of the ASF AS1 antenna. It is NASA’s expectation that this work will be completed by the end of

November, 2014. However, NASA recognizes that the contractor does not have direct control of all of the

assets necessary to accomplish this repair, is dependent on sub-contractor services, and that the Alaskan

weather may cause delays in the repair work. Therefore, the contractor will routinely report the status

and progress of this repair work and coordinate any necessary schedule changes with NASA through the

reporting process already established in this contract;

2) The contractor shall purchase the software and/or software services necessary to update the NEN

station receivers to meet the current NASA standards for information technology security. NASA

understands that this is an on-going expense and that the initial purchase may cover only one year of use

of the IT security software and/or services.

3) The contractor shall purchase and install hardware and related mechanical installation items necessary

to complete the installation of the new NEN station Programmable Telemetry Processors into the NEN

station equipment racks.

4) The contractor shall purchase and install current version of tracking receiver implementations for the

WGS and ASF ground stations.

5) The contractor shall purchase one Mu-Del S-band up/down converter at the McMurdo Ground Station

(MGS) as a sole shelf spare.

6) The contractor shall purchase and install X-band matrix switch modules at ASF.

7) The contractor shall purchase and install an updated Uninterruptible Power Supply (UPS) at the MGS

and ASF ground stations.

8) The contractor shall purchase and install two computers at MGS for administrative purposes.

The contractor shall perform or continue to perform these additional station equipment refresh, repair or

operational equipment sustaining actions that were included in Modification 12:

1) The contractor shall purchase consoles for the replacement NEN monitor and control center facility.

The contractor shall deliver this equipment by the end of the Government fiscal year 2015;

2) The contractor shall purchase appropriate computers for use in the replacement NEN monitor and

control center facility. The contractor shall deliver this equipment by the end of the Government fiscal

year 2015;

3) The contractor shall purchase vendor support services for the NEN NASA station’s Programmable

Telemetry Processors (PTP). The services shall support, update and/or replace the operations software

and the hardware, if hardware support is available, and provide telephone help-desk type services. The

contractor shall deliver this service no later than the end of the Government fiscal year 2015 and,

additionally, this action shall be a recurring responsibility of the contractor so that continuous vendor

support of the PTPs is provided;

4) The contractor shall purchase vendor support services for the Programmable Telemetry Processors

(PTP) that are located at the Kongsberg Satellite Services stations. The services shall support, update

and/or replace the operations software and the hardware, if hardware support is available, and provide

telephone help-desk type services. The contractor shall deliver this service no later than the end of the

Government fiscal year 2015 and, additionally, this action shall be a recurring responsibility of the

contractor so that continuous vendor support of the PTPs is provided;

5) The contractor shall continue management of a sub-contract to replace the McMurdo antenna radome.

This work was begun in a prior performance period and continues during the current performance period.

The contractor shall coordinate with and direct the selected radome replacement sub-contractor to plan,

prepare for and complete the radome installation work. This includes any personnel medical evaluations

necessary for access and work at the remote McMurdo Station and any planning work that must be

accomplished prior to the beginning of the radome installation work. The contractor shall provide

technical guidance to the sub-contractor, travel with and support the radome replacement sub-contractor

at the McMurdo worksite to the extent necessary to fully accomplish the work;

6) The contractor shall perform a design study and prepare a cost estimate to implement Space Link

Extension (a CCSDS Data Transfer Services Protocol) at the Alaska Satellite Facility, Wallops Ground

Station, McMurdo Ground Station and the White Sands One antenna. Delivery: September 30, 2015.

7) The contractor shall purchase Ethernet Fiber cards for the Alaska Satellite Facility. The

contractor shall deliver this equipment by the end of the Government fiscal year 2015;

8) The contractor shall purchase four S-band down-converters to replace the existing down-converters

currently located at the WGS and ASF stations. The contractor shall deliver this equipment by the end of

the 2015 calendar year.

The contractor shall perform an additional station equipment refresh or operational equipment sustaining

action that is incorporated into the TO-1 SOW under contract modification 14:

1) The contractor shall purchase replacement gears for use in a 11 meter antenna. The contractor

shall purchase one (1) complete set of internal elevation housing gears and two (2) external elevation

slew ring gears. This set of gears shall include all gears necessary to populate one antenna elevation

housing internal gear set and shall include the two (2) elevation slew ring gears that are mounted

externally to the housing. In addition to the gears for the elevation housing, the contractor shall also

purchase one (1) azimuth slew ring gear, one (1) train slew ring gear, two (2) elevation data package gear

assemblies, one (1) azimuth data package gear assembly, one (1) train data package gear assembly and

two (2) elevation cross shaft assemblies to serve as on the shelf spares. All aforementioned gears shall

be Generation-Two type gears built in accordance with a specification package that was mutually

developed by NASA and the contractor and is already in the possession of the contractor. The contractor

shall deliver this equipment no later than the end of the Government fiscal year 2016;

The contractor shall perform an additional station equipment refresh or operational equipment sustaining

action that is incorporated into the TO-1 SOW under contract modification 15:

1) The contractor shall evaluate the existing NEN IT System (NEN network system) architecture and

deliver a report that identifies all necessary modifications that will permit the NEN IT (network) System

to meet the FISMA high system security categorization. The report shall include a description of the

modifications necessary to meet the FISMA high categorization, including NEN equipment changes,

Communications Services Office equipment and configuration changes and human operator access

and log-in requirements to system equipment. The report shall also include a schedule for completing

the system modifications, a cost estimate for the work and a detailed basis of estimate of the cost.

The contractor shall deliver the report and shall meet with the NEN NASA personnel and describe the

contents of the report and the basis of the estimate of cost to the NEN no later than February 12,

2016.

The contractor shall perform the additional station equipment refresh action that is incorporated into the

TO-1 SOW under contract modification 16. This section has not been modified from its original Mod 16

content:

1) The contractor shall purchase the following station replacement and shelf spare equipment: An S-

band high power amplifier to serve as shelf spare, sufficient remote presence-of-signal spectrum

analyzers necessary to complete an antenna uplink monitoring capability for remotely operated NASA

antennas and one system test spectrum analyzer.

The contractor shall perform additional station equipment refresh or operational equipment sustaining

actions that are incorporated into the TO-1 SOW under contract modification 16 and that include

modifications included in Mod 17:

2) This section has been modified in accordance with the direction specified at the beginning of this

modification; Mod 17. The contractor shall refurbish and prepare one built

elevation gear drive assembly for use as a replacement for Alaska Satellite Facility (ASF) AS1

antenna system. NASA understands this work is completed. Upon completion of the preparation

of the elevation gear drive assembly, the contractor shall store the refurbished assembly at the

Wallops Facility. The contractor is directed not to plan and conduct the repair of the Alaska

Satellite Facility (ASF) AS1 antenna system using the refurbished elevation gear drive assembly

as was directed in Mod 16.

3) This section has been modified in accordance with the direction specified at the beginning of this

modification; Mod 17. The contractor shall purchase and install computer operating system upgrades

for NASA station equipment sufficient to bring this equipment into compliance with current NASA IT

security requirements. Where it is not possible to upgrade the operating systems for station

equipment, the contractor shall purchase and install replacement equipment that will bring NASA

station equipment into compliance with current NASA IT security requirements. The contractor is

directed not to purchase and install Programmable Telemetry Processors (PTPs) at the Kongsberg

Satellite Service (KSAT) and Santiago, Chile stations. The contractor is directed to continue to

replace the White Sands One antenna Frequency Control System, and replace two monitor and

control computers at KSAT commercial stations. The contractor is directed to not replace the Wallops

11m Antenna Control Unit and Operating System.

The contractor shall perform an additional station equipment refresh or operational equipment sustaining

action that is incorporated into the TO-1 SOW under contract modification 18:

1) The contractor shall plan and conduct the repair of the Alaska Satellite Facility (ASF) AS1

antenna system. Repair of the AS1 antenna will require, at a minimum, the installation of the

refurbished elevation gear drive assembly. Further, upon completion of the repairs, the contractor

shall take appropriate steps to test the repaired antenna system to verify its serviceability. The

contractor shall arrange work schedules and travel for all SCNS and other non-SCNS support

personnel necessary to assure timely and competent installation and post-installation testing of

the ASF AS1 antenna. NASA is aware that non-SCNS and local Fairbanks, Alaska personnel

may be necessary to accomplish the repair of the AS1 antenna. The contractor shall arrange

work schedules for all necessary personnel and arrange for technical and other local Fairbanks,

AK support services contractors that are needed to accomplish the repair of the ASF AS1

antenna. NASA recognizes that the contractor does not have direct control of all of the assets

necessary to accomplish this repair, is dependent on sub-contractor services, and that the

Alaskan weather may cause delays in the repair work. Therefore, where the contractor

recognizes that the work cannot be completed by the close of the period of performance for this

modification, the contractor shall report the status of the planned repair work and coordinate any

necessary schedule changes with NASA through the reporting and negotiation processes

established in the contract. The contractor shall also refurbish and prepare the existing AS1

elevation gear drive assembly for use as a replacement for the Alaska Satellite Facility (ASF) AS1

antenna system. The contractor shall procure new elevation gears necessary to support the

spare elevation gear drive assembly. The contractor shall attempt to schedule all AS1 antenna

work detailed in this contract modification at the same time to the best extent possible in order to

minimize disruption to the network and heavy machinery costs.

2) The contractor shall procure new azimuth and train gears for the ASF AS1 antenna system. The

contractor shall build up the Azimuth and Train Gears and install. The contractor shall also

procure spare azimuth and train gears and populate spare Azimuth and Train housings with the

new gears. The contractor shall refurbish and prepare one azimuth gear assembly and one train

gear assembly for use as replacements for the Alaska Satellite Facility (ASF) AS1 antenna

system. Upon completion of the preparation of the azimuth and train gear drive assemblies, the

contractor shall plan and conduct the repair of the Alaska Satellite Facility (ASF) AS1 antenna

system. Repair of the AS1 antenna will require, at a minimum, the installation of the refurbished

azimuth and train gear drive assemblies. Further, upon completion of the repairs, the contractor

shall take appropriate steps to test the repaired antenna system to verify its serviceability. The

contractor shall arrange work schedules and travel for all SCNS and other non-SCNS support

personnel necessary to assure timely and competent installation and post-installation testing of

the ASF AS1 antenna. NASA is aware that non-SCNS and local Fairbanks, Alaska personnel

may be necessary to accomplish the repair of the AS1 antenna. The contractor shall arrange

work schedules for all necessary personnel and arrange for technical and other local Fairbanks,

AK support services contractors that are needed to accomplish the repair of the ASF AS1

antenna. NASA recognizes that the contractor does not have direct control of all of the assets

necessary to accomplish this repair, is dependent on sub-contractor services, and that the

Alaskan weather may cause delays in the repair work. The contractor shall attempt to schedule

all AS1 antenna work detailed in this contract modification at the same time to the best extent

possible in order to minimize disruption to the network and heavy machinery costs. Therefore,

where the contractor recognizes that the work cannot be completed by the close of the period of

performance for this modification, the contractor shall report the status of the planned repair work

and coordinate any necessary schedule changes with NASA through the reporting and

negotiation processes established in the contract;

3) The contractor shall plan and conduct the repair of the Wallops Flight Facility (WFF) WG1

antenna system. Repair of the WG1 antenna will require, at a minimum, procurement of one new

set of train gears to be installed into an existing train gear assembly and the installation of the

refurbished train gear drive assembly into the WFF WG1 antenna system. Further, upon

completion of the repairs, the contractor shall take appropriate steps to test the repaired antenna

system to verify its serviceability. The contractor shall arrange work schedules and travel for all

SCNS and other non-SCNS support personnel necessary to assure timely and competent

installation and post-installation testing of the WFF WG1 antenna. NASA is aware that non-SCNS

and local Wallops Island, VA personnel may be necessary to accomplish the repair of the WG1

antenna. The contractor shall arrange work schedules for all necessary personnel and arrange for

technical and other local Wallops Island, VA support services contractors that are needed to

accomplish the repair of the WFF WG1 antenna. NASA recognizes that the contractor does not

have direct control of all of the assets necessary to accomplish this repair, is dependent on sub-

contractor services, and that the weather may cause delays in the repair work. Therefore, where

the contractor recognizes that the work cannot be completed by the close of the period of

performance for this modification, the contractor shall report the status of the planned repair work

and coordinate any necessary schedule changes with NASA through the reporting and

negotiation processes established in the contract.

4) The contractor shall issue an RFP to procure and install new Antenna Control Units (ACU) for the

ASF AS1 and WFF WG1 11m antenna systems. The contractor shall also issue a separate RFP

to procure and install new Antenna Control Units (ACU) for the KUS and PDL 6.1m antenna

systems. The contractor shall also ensure adequate sparing for each system. Upon completion

of the repairs, the contractor shall take appropriate steps to test the upgraded antenna system to

verify its serviceability. The contractor shall arrange work schedules and travel for all SCNS and

other non-SCNS support personnel necessary to assure timely and competent installation and

post-installation testing of the ACU upgrades. NASA is aware that non-SCNS and local personnel

at each specific site may be necessary to accomplish the ACU upgrades. The contractor shall

arrange work schedules for all necessary personnel and arrange for technical and other local

support services contractors that are needed to accomplish the ACU upgrade.

5) The contractor shall issue two blanket purchase orders for support from antenna vendors in case of system issues or failures. NASA recognizes that any issues or failures with

these systems that require vendor support above the budgeted level will need to be covered by additional funds from NASA via a TO modification.

6) The contractor shall have the White Sands 18m antenna (WS1) evaluated by the antenna vendor

and deliver a report that details the current state of the antenna system that can be used for

planning a DLM at a later date.

7) The contractor shall purchase the following equipment for the Wallops Flight Facility test bed:

a. Computers and monitors as required for the Wallops test bed

b. LCS-specific equipment:

i. Status Server

ii. KVM

iii. GPIB Enet, Cables & Mounting Kit

iv. Comtrol

v. Rack

vi. Rack Mounting Supplies

vii. PDU

viii. Splitters/Combiners

ix. Support software licenses fees

8) The contractor shall purchase the switches for the WGS wideband mods required to complete the

wideband amplifier modification at the Wallops Ground Station.

9) The contractor shall procure the following spare hardware:

a. AS1:

i. Elevation and Azimuth Data Package Transducers

ii. 1 S-band LNA

b. AS3:

i. 1 S-band LNA

ii. 1 X-band LNA

iii. 1 S-band Track Receiver

iv. 1 X-band Track Receiver

The contractor shall prepare and submit to the Task Monitor a Sustaining Engineering Plan, including

general equipment and materials sustaining engineering purchases, for each year of this task order and

for a forward-looking period of 6 years beyond the current operating year on January 2 of each Year,

revising the prior plan or Task Order modification(s) where appropriate. This plan shall prioritize the

recommended sustaining engineering efforts and include equipment and materials required. Delivery:

January 2

The contractor shall annually review and suggest updates to the 453-NENUG (Near Earth Network Users

Guide) to reflect changes to the Near Earth Network (both commercial and NASA Stations) each May and

submit the update for to the NEN Configuration Control Board NLT June 15th each year. Delivery: June

15

The contractor shall review and comment on NIMO CCB transactions, identifying customer requirements

(PSLAs, NRDs, SARDs, etc.), impacts on NEN Station capabilities and impacts on maintenance and

operations in accordance with the required review schedules. The contractor shall support NIMO,

customer, and SCNS development task order reviews affecting the NEN as required by the Task Monitor.

Item 5 - Wallops Ground Station Operations and Maintenance

The contractor shall operate and maintain the WGS 11m, LEO-T 5m and VHF antenna systems (two

systems) from the Wallops Ground Station on a 24x7 basis, as scheduled by the NEN Scheduling Office,

to meet or exceed the metrics as specified in this paragraph. Near Earth Network Stations are described

in 453-NENUG, Near Earth Network Users Guide. 1) The contractor shall provide support necessary to

produce a per antenna system and per mission proficiency of 99.1% for minimum performance

expectation calculated each calendar month (refer to the attached NEN Metrics methodology). NASA’s

expectation for critical support to Human Spaceflight missions, Expendable Launch Vehicle support,

spacecraft launch and early orbit operations is that all of the missions’ requirements are met with 100%

service proficiency; 2) The expected cumulative six month Availability Metric for each antenna system is

99%. Unavailability beyond the contractor's control (severe weather, Wallops Flight Facility closings,

stand-downs, stop-work orders, denial of frequency clearance, etc.) and scheduled maintenance will not

be included in the Availability Metric.

Item 6 - McMurdo Ground Station Operations and Maintenance

The contractor shall operate and maintain the McMurdo Ground Station (MGS) and the McMurdo TDRSS

Relay System (MTRS) MGS-located elements on a 24x7 basis via remote operations from WGS as

scheduled by the NEN Scheduling Office to meet or exceed the metrics specified in this paragraph.

NASA, through this contract, is now operating elements of MTRS at the NASA McMurdo Station. The

contractor shall continue operations and maintenance of the full MTRS system, including those elements

of MTRS that are located at MGS. Near Earth Network Stations are described in 453-NENUG, Near

Earth Network Users Guide. The operational requirements are: 1) The contractor shall provide support

necessary to produce a per antenna system and per mission proficiency of 99.1% for minimum

performance expectation calculated each calendar month (refer to the attached NEN Metrics

methodology). NASA’s expectation for critical support to Human Spaceflight missions, Expendable

Launch Vehicle support, spacecraft launch and early orbit operations is that all of the missions’

requirements are met with 100% service proficiency; 2) The expected cumulative six month Availability

Metric for each antenna system is 99%. Unavailability beyond the contractor's control (severe weather,

Center closings, stand-downs, stop-work orders, denial of frequency clearance, etc.) and scheduled

maintenance will not be included in the Availability Metric.

The contractor shall provide operations staff at the MGS located at McMurdo Station, Antarctica. The

MGS shall be staffed on a 9x6 basis, with these same two MGS operators also on a 2 hour call-up as

needed for contingency. The contractor shall maintain a minimum of one Physically Qualified and

deployable alternate for each person deploying to McMurdo Station to operate, maintain, or sustain MGS.

The contractor shall submit annual T-927 SIP or other SIP updates in accordance with NSF requirements.

See http://www.usap.gov/scienceSupport/polarice/. Note: In prior years, the submittal deadline has been

April 15th of each year.

The Contractor shall conform to NSF guidance pertaining to living, working, and transit to/from Antarctica,

which may include, but not limited to: policies, operational procedures, NSF contractor interface

requirements, housing assignments, conduct of personnel, physical/psychological qualifications for USAP

program participation, information security requirements, resource allocation, safety, access to facilities,

and any other operational support considerations that NSF may deem necessary for the operations or

management of the USAP. The failure of deployed Contractor personnel to conform could result in

mandatory expulsion of Contractor personnel from Antarctica, with limited or no notice by NSF.

The contractor shall operate this station in accordance with the NSF harsh environmental requirements

as noted in NSF 08-47, United States Antarctic Program Participant Guide

http://www.usap.gov/travelAndDeployment/contentHandler.cfm?id=541 , LO-A-100 Rev 10.0, Raytheon

Polar Services Packing and Shipping Instructions, and NSF 01-151, Antarctic Conservation Act of 1978

(Public Law 95-541)

The contractor shall perform failure remediation for the Joint Polar Satellite System (JPSS) S/Ka

receptors in accordance with JPSS provided procedures. Failure remediation is defined to mean that

upon the failure of a Line Replaceable Unit of JPSS equipment, NEN on-station personnel shall substitute

a JPSS-provided working spare unit so that full operations can continue.

The contractor shall travel to Darmstadt, Germany during each calendar year to represent the delivery of

NEN spacecraft services at a meeting with the National Oceanic and Atmospheric Administration (NOAA)

and the European Organisation for the Exploitation of Meteorological Satellites (EUMETSAT)

representatives. NASA expects the meeting to take place in the late spring of each year but the meeting

date may be modified to accommodate the schedules of the stakeholders. NOAA and EUMETSAT are

special customers of the NEN McMurdo station and it is necessary to meet with these customers during

their semi-annual operational planning and coordination meetings to resolve operational support issues

and plan future operations. The contractor shall also plan to support future NOAA and EUMETSAT semi-

annual operational planning and coordination meetings.

The contractor shall perform or continue to perform, this additional station operational equipment

sustaining action and service planning and provision action added in Modification 10:

1) The contractor shall continue to establish a sub-contract to replace the McMurdo antenna radome.

This work was begun in a prior performance period and continues during the current performance period.

NASA intends that the actual replacement of the radome will be accomplished in a future contract

performance period; not under this modification. However, in preparation for radome replacement, and to

be accomplished during this performance period, the contractor shall coordinate with the selected radome

replacement sub-contractor to determine the need for a pre-installation site visit and where determined to

be necessary, conduct a pre-installation site visit to the McMurdo station. The contractor shall escort the

sub-contractor to the McMurdo site to assure that work plans are properly established and that necessary

coordination with the National Science Foundation contractors is completed correctly. The contractor

shall arrange work schedules and travel for all necessary SCNS and non-SCNS support personnel to

travel to the McMurdo station to accomplish the pre-installation site visit. NASA intends that this work be

accomplished before the close of the Austral summer season at McMurdo Station;

2) The contractor shall travel to Darmstadt, Germany during calendar year 2015, to represent the delivery

of NEN spacecraft services at a meeting with the National Oceanic and Atmospheric Administration

(NOAA) and the European Organisation for the Exploitation of Meteorological Satellites (EUMETSAT)

representatives. NASA expects the meeting to take place in February 2015 but the meeting date may be

modified to accommodate the schedules of the stakeholders. NOAA and EUMETSAT are special

customers of the NEN McMurdo station and it is necessary to meet with these customers during their

semi-annual operational planning and coordination meetings to resolve operational support issues and

plan future operations. The contractor shall also plan to support future NOAA and EUMETSAT semi-

annual operational planning and coordination meetings.

The contractor shall perform an additional station operational equipment sustaining action that is

incorporated into the TO-1 SOW under contract modification 14:

The contractor shall purchase an antenna RF feed service platform for the McMurdo Ground Station and

arrange for its delivery to McMurdo Station Antarctica. The contractor shall deliver this equipment no later

than the end of the Government fiscal year 2016;

The contractor shall perform an additional station operational equipment sustaining action that is

incorporated into the TO-1 SOW under contract modification 15:

1) The contractor shall purchase the equipment necessary to add ranging services to the NEN McMurdo

Ground Station antenna.

Item 7 - Alaska Satellite Facility Operations and Maintenance

The contractor shall operate and maintain the ASF 10m 9.1m and two 11m antenna systems at the

Alaska Satellite Facility (described in 453-NENUG, Near Earth Network Users Guide), on a 24x7 basis, as

scheduled by the NEN Scheduling Office to meet or exceed the following metrics as specified below: 1)

The contractor shall provide support necessary to produce a per antenna system and per mission

proficiency of 99.1% for minimum performance expectation calculated each calendar month (refer to the

attached NEN Metrics methodology under SOW for WGS). NASA’s expectation for critical support to

Human Spaceflight missions, Expendable Launch Vehicle support, spacecraft launch and early orbit

operations is that all of the missions’ requirements are met with 100% service proficiency; 2) The

expected cumulative six month Availability Metric for each antenna system is 99%. Unavailability beyond

the contractor's control (severe weather, University closings, stand-downs, stop-work orders, denial of

frequency clearance, etc.) and scheduled maintenance will not be included in the Availability Metric. The

NEN has begun an active partnership with the NASA Earth Science Mission Operations (ESMO) Division

of GSFC wherein the ESMO has installed and now operates data processing equipment within the ASF

facility that will interface with the ASF antennas. The contractor shall assist ESMO with the interface of

the ESMO data processing equipment and to the ASF station equipment. The contractor is not

responsible for maintenance or operations of the ESMO equipment.

The contractor shall perform an additional station operational equipment sustaining action that is

incorporated into the TO-1 SOW under contract modification 14:

The contractor shall purchase appropriate high speed data switches, spare assemblies, miscellaneous

cables and mounting hardware to be used in the NASA EOS Data and Operations System data interface

located at the Alaska Satellite Facility. The contractor shall deliver this equipment no later than the end of

the Government fiscal year 2016. The contractor shall plan for and install the new equipment, listed

above, by a date that is mutually agreed to by the NEN management and the contractor. The installation

date will be determined based on the delivery date of the data switch equipment, the installation-induced

service outage at the station and the scheduling of other critical NEN service work;

The contractor shall perform an additional station operational equipment sustaining action that is

incorporated into the TO-1 SOW under contract modification 15:

1) The contractor shall purchase the equipment necessary to add ranging services to both of the NEN

Alaska Satellite Facility antennas.

2) The contractor shall purchase the equipment necessary to permit either of the two Alaska Satellite

Facility antennas to receive and route two, simultaneous X-band frequencies from either of the two

Alaska Satellite Facility antennas to receiving equipment located at the station.

The ASF shall comply with NPD 1370.1, Reimbursable Utilization of NASA Facilities by Foreign Entities

and Foreign-Sponsored Research.

Item 8 - White Sands Complex, White Sands One and McMurdo TDRSS Relay Operations and

Maintenance

The contractor shall operate and maintain the White Sands One (WS1) 18m antenna system and the

McMurdo TDRSS Relay System (MTRS) WSC-located elements at the White Sands Complex via remote

operations from WGS as scheduled by the NEN Scheduling Office to meet or exceed the metrics

specified in this paragraph. The contractor shall also operate and maintain the VHF Ground Systems at

the White Sands Complex as scheduled by the NEN Scheduling Office to meet or exceed the metrics

specified in this paragraph. NASA, through this contract, is now operating elements of MTRS at the

NASA White Sand Complex (WSC). The contractor shall continue operations and maintenance of the full

MTRS system, including those elements of MTRS that are located at WSC. Near Earth Network Stations

are described in 453-NENUG, Near Earth Network Users Guide. The operational metric requirements

are: 1) The contractor shall provide support necessary to produce a per antenna system and per mission

proficiency of 99.1% for minimum performance expectation calculated each calendar month (refer to the

attached NEN Metrics methodology). NASA’s expectation for critical support to Human Spaceflight

missions, Expendable Launch Vehicle support, spacecraft launch and early orbit operations is that all of

the missions’ requirements are met with 100% service proficiency; 2) The expected cumulative six month

Availability Metric for each antenna system is 99%. Unavailability beyond the contractor's control (severe

weather, Center closings, stand-downs, stop-work orders, denial of frequency clearance, etc.) and

scheduled maintenance will not be included in the Availability Metric.

Item 9 - Scheduling of NEN Stations

The contractor shall schedule periodic maintenance and sustaining activities through NEN Scheduling

Office with consideration for established requirements and the NASA NEN priority list.

The NEN NASA Ground Stations and the McMurdo TDRSS Relay System (MTRS) shall accept

schedules from the NEN Scheduling Office and the contractor shall report discrepancies via the NEN

Discrepancy Report system and also post pass status. NASA, through this contract, is operating the

MTRS. The operation of MTRS requires both scheduling of Space Network events and the operational

scheduling of the MTRS equipment in conjunction with the scheduling and operation of McMurdo Station

equipment. The contractor shall continue operational scheduling of NEN NASA Ground Stations and the

MTRS system.