Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 12, 2003 FBO #0684
SOLICITATION NOTICE

A -- AEROSOL POLARIMETRIC SENSOR (APS)

Notice Date
10/10/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
GCV-12345
 
Response Due
10/27/2003
 
Archive Date
10/10/2004
 
Point of Contact
Lori M. Levine, Contracting Officer, Phone (301) 286-2533, Fax (301) 286-0383, Email Lori.M.Levine@nasa.gov
 
E-Mail Address
Email your questions to Lori M. Levine
(Lori.M.Levine@nasa.gov)
 
Description
NASA/GSFC plans to issue a contract on a sole-source basis to the Raytheon Space and Airborne Systems at Goleta, California to procure an Aerosol Polarimetric Sensor (APS) instrument. This procurement includes development of the APS instrument requirements, instrument interface requirements, preliminary and detailed designs, instrument development, assembly, test, and delivery. The APS has been designated to fly on the Glory mission, which is scheduled to launch in December 2006. Delivery of the APS instrument is required in March 2006. In the framework of Climate Change Research Initiative (CCRI), the APS shall determine the global distribution of natural and anthropogenic aerosols (BC, sulfates, etc.) with accuracy and coverage sufficient for a reliable quantification of the aerosol effect on climate, the anthropogenic component of this effect, and the long-term change of this effect caused by natural and anthropogenic factors. The APS shall determine the effect of aerosols on clouds and precipitation and its natural and anthropogenic components. The APS instrument shall be compatible with the NASA algorithm suite in order to measure: Aerosol optical thickness; Aerosol particle size distribution; Aerosol refractive index, single-scatter albedo and shape; Liquid cloud optical thickness and particle size distribution. Furthermore, the APS instrument shall be a proof of concept and risk reduction for Integrated Program Office (IPO) APS to fly on the NPOESS platform currently scheduled for launch in 2010. The NASA APS instrument will have similar volume, mass and power requirements to those specified under NPOESS. These requirements include volume of 70"x70"x50", mass of 50 kg, and power of 45 watts. The APS must measure polarization and radiance to an accuracy of 0.2% and 4% respectively for nine measurement bands that include 412, 488, 555, 672, 910, 865, 1378,1610, 2250 nm. The 488 nm is specifically needed for over-water retrievals to measure chlorophyll accurately and thus unambiguously separate the surface contribution to the radiance and polarization from the atmospheric scatterers, the 910 nm band is dedicated to measure water vapor, and the 1378 nm band is dedicated to detection of cirrus clouds. The remaining bands are necessary for fully measuring and characterizing the aerosols. In particular the wide range, from 412 to 2250 nm is necessary to understand size distributions and to establish the fraction of aerosols that are absorbing rather than reflecting. The instrument must be an along-track instrument in order to generate the needed angles for the polarization studies and must have a minimum nadir pixel size of about 6 kilometers diameter in order not to be overly sensitive to cloud cover. It must measure the linear polarization degree and its direction as well as the total radiance. The above elements of the APS instrument must be developed in order to assure compatibility with the NASA algorithm suite that has been developed to support the Research Sensor Polarimeter (RSP), an aircraft version of the APS. NASA/GSFC intends to procure the APS instrument from Raytheon based upon 10 U.S.C. 2304 (c)(1) Only One Responsible Source. Only Raytheon has the heritage to build, integrate, and test the APS instrument to meet the scientific requirements and the Glory mission schedule. However, companies that believe they can provide an APS for the Glory mission without any detrimental impact to the instrument delivery and launch schedules should fully identify their interest and capabilities within 15 days after publication of this synopsis on the NAIS or Commerce Business Daily. These capability statements will be used solely for the purpose of determining whether or not to conduct this instrument procurement on a competitive basis. Responses to the synopsis received after 15 days or without the required information will be considered nonresponsive to the synopsis and will not be considered. A determination by the Government not to compete this proposed procurement on a full and open basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. See Note 22. The Government does not intend to acquire a commercial item using FAR Part 12. See Note 26. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nnotes.htm . An Ombudsman has been appointed, See Internet Note ?B?.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#107811)
 
Record
SN00451359-W 20031012/031010213250 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.