SPECIAL NOTICE
A -- TEAMING OPPORTUNITY FOR ADVANCED COMPONENT TECHNOLOGY {ACT} FOR RISKREDUCTION ON THREE-DIMENSIONAL TROPOSPHERIC WINDS FROM SPACE-BASED LIDAR
- Notice Date
- 6/5/2008
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-NNL08ACT-3DWINDS
- Archive Date
- 6/5/2009
- Point of Contact
- Liliana J Richwine, Contract Specialist/Contracting Officer, Phone 757-864-2478, Fax 757-864-7709, - Nancy M Sessoms, Contracting Officer, Phone 757-864-2471, Fax 757-864-7709
- E-Mail Address
-
Liliana.J.Richwine@nasa.gov, Nancy.M.Sessoms@nasa.gov
- Small Business Set-Aside
- N/A
- Description
- This partnering synopsis solicits potential partners to participate in developing aproposal addressing the goals and objectives of NASA Research Announcement (NRA)NNH08ZDA001N-ACT Appendix A.21 Advanced Component Technologies. The NRA, Appendix A.21can be accessed at http://esto.nasa.gov/obs_technologies.html. Participation in this partnering synopsis is open to all categories of U.S. and non-U.S.organizations, including educational institutions, industry, not-for-profit institutions,the Jet Propulsion Laboratory, as well as NASA Centers and other U.S. GovernmentAgencies. Historically Black Colleges and Universities (HBCUs), Other MinorityUniversities (OMUs), small disadvantaged businesses (SDBs), veteran-owned smallbusinesses, service disabled veteran-owned small businesses, HUBzone small businesses andwomen-owned small businesses (WOSBs) are encouraged to apply. Participation by non-U.S.organizations is welcome but subject to NASAs policy of no exchange of funds, in whicheach government supports its own national participants and associated costs.The objectives of the ACT Program are to research, develop, and demonstrate component-and subsystem-level technology developments that:Reduce the risk, cost, size, volume, mass, and developmenttime of Earthobserving instrument and platforms, andEnable new Earth observation measurements.This segment of the overall ESTO program advances core component technologies to atechnology readiness level (TRL) that enables them to graduate to other programs, suchas the Instrument Incubator Program, or to directly infuse them into a mission.This opportunity focuses on advancing the components and subsystem technologies necessaryto implement the measurements that are described in the National Research Council'sDecadal Survey (Reference: Earth Science and Applications from Space: NationalImperatives for the Next Decade and Beyond, ISBN: 0-309-66900-6 (2007) or access a freepdf download from http://www.nap.edu/catalog/11820.html ). Measurements called for inthe Decadal Survey have been assembled into fourteen (14) mission concepts with startdates ranging from 2010 to 2020 for implementation by NASA. The favored sensor for the 3-D Winds mission is a pulsed, hybrid, Doppler lidar system inearth orbit. A hybrid Doppler lidar consists of both a coherent-detection anddirect-detection Doppler lidar subsystems. The long ranges from orbit to the atmospherecreate the requirement for a large diameter beam expanding telescope, relative toground-based applications.Specifically, LaRC is seeking potential partner(s) with capabilities in the followingareas:1. Development of optical engineering software capable of modeling a space-based coherentDoppler lidar system. The software must allow many kinds of optics to be modeledincluding beam splitters and optical coatings. Modeling of the transmitter and localoscillator laser beams is required. It must include coherent beam propagation and lightfield phase and polarization effects. It must include calculation of the far-fieldtransmitted and back propagated local oscillator fields. Calculation of the heterodyneefficiency of the coherent lidar system is required, which uses the two far-field opticalfields. It must have a WYSIWYG display and user interface that permits any opticalcomponent to be specified to have any chosen level of any aberration type. 2. Space mission optics design, specification, procurement, and fabrication for opticsup to 50 cm in diameter. Optical design for coherent lidar systems. Expertise in the areaof all types of optical aberrations. Understanding of the procurement of space opticswith diameters up to 50 cm, and the tradeoffs between specified aberrations levels of thedifferent types of aberrations, the cost, the risk, the delivery time, and the number ofavailable sources. It is expected that selected partner(s) will work with NASA Langley Research Centerscientists and engineers to jointly develop the proposal and perform the proposed tasksif the proposal is selected. This partnering opportunity does not guarantee selection for award of any contracts orother agreements, nor is it to be construed as a commitment by NASA to pay for theinformation solicited. It is expected that the partner(s) selected would provide (at nocost to NASA) conceptual designs, technical data, proposal input, project schedules andcost estimates. Partner selections will be made by LaRC based on the listed criteria inthe following order of importance: (1) Relevant experience, past performance, technical capability, and availability of keypersonnel. This criterion evaluates the proposers relevant recent experience, pastperformance in similar development activities, technical capability to perform thedevelopment and key personnel available to support the development. Substantive evidenceof successful participation in similar developments should be included. (2) Cost and schedule control. This criterion evaluates the proposers ability to controlboth cost and schedule. The ability of the proposer to complete projects on time andwithin the modest, fixed budgets that are characteristic of Advanced Component Technologyis key. The proposer should provide evidence of successfully controlling cost andschedule for similar development programs and provide evidence of management processes inthis area. RESPONSE INSTRUCTIONS: Responses to this partnering synopsis shall be limited to eight(8) pages in not less than 12-point font. Responses must address each of theaforementioned evaluation criteria. All responses shall be submitted to LaRC via e-mailby 5:00 PM EST on June 19, 2008 to: Rosemary.R.Baize@nasa.gov. Technical and Programmatic questions should be directed to: Rosemary Baize atRosemary.R.Baize@nasa.gov. Procurement questions should be directed to:Liliana.j.Richwine@nasa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=102099f1a9ec5e30e3c9a5f127b1d08a&tab=core&_cview=1)
- Record
- SN01587592-W 20080607/080605220228-102099f1a9ec5e30e3c9a5f127b1d08a (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |