Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2011 FBO #3445
SPECIAL NOTICE

A -- PARTNERSHIP OPPORTUNITY FOR THE EV-2 PROGRAM HYBRID DOPPLER LIDAR PAYLOAD

Notice Date
4/29/2011
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
EV2-BG
 
Archive Date
4/29/2012
 
Point of Contact
Maria L McNamee, Contracting Officer, Phone 301-286-4988, Fax 301-286-5373, Email Maria.L.McNamee@nasa.gov
 
E-Mail Address
Maria L McNamee
(Maria.L.McNamee@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA GSFC is seeking a partner to support the development of a Hybrid Doppler LidarPayload to be hosted on the International Space Station (ISS).This partneringopportunity document is for soliciting potential partners to participate in a proposaldevelopment activity in response to the second Earth Venture (EV-2) Class NASAAnnouncement of Opportunity (AO), expected to be released in the Spring of 2011. EarthVenture is a Program element within the Earth System Science Pathfinder Program (ESSP)consisting of a series of new science-driven, competitively selected, low cost missionsthat will provide an opportunity for investment in pioneering Earth science to enhanceour capability to better understand the current state of the Earth system and to enablecontinual improvement in the prediction of future changes. The focus of theinvestigations is to enable innovation in measurement and observation, demonstrateinnovative ideas and higher-risk technologies, establish new research avenues, anddemonstrate key application-oriented measurements. For additional information on EV-2visit http://essp.larc.nasa.gov/EV-2/.In addition, the draft Announcement ofOpportunity solicitation for EV-2 is available on the NASA Solicitation andProposal Integrated Review and Evaluation System (NSPIRES): NSPIRES - SolicitationsSummary While the AO schedule cannot be specified at this time, the following is estimated basedon earlier AOs and related missions: - Expected AO release-- Spring 2011- Proposals due date--3 months after AO release- Selection of the Investigation (target)--6 months after submittal- Launch within 5 years of selection--2017Participation 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,and women-owned small businesses (WOSBs) are encouraged to apply. Participation bynon-U.S. organizations is welcome but may be subject to NASAs policy of no exchange offunds, in which each government supports its own national participants and associatedcosts.This partnership opportunity is being issued to select partners for preparing theproposal for development of a hybrid Doppler lidar payload to be hosted on theInternational Space Station (ISS) in calendar year 2017, operating for a minimum of 2years.Options for extended operations until payload end-of-life are requested. NASA GSFC is seeking potential partners having demonstrated experience supporting thefollowing mission elements throughout the system life cycle (Phases A through E):- Hybrid Doppler lidar technologies and sub-systems including:- solid state lasers at 355 nm and 2054 nm; - molecular and aerosol Doppler lidar receivers and technologies;- scanning telescopes or arrays capable of addressing at least two (2) orthogonal azimuth angles (fore and aft or ram and wake) at a fixed nadir angle in the range of 30 to 45 deg) - Alternatively, complete integrated hybrid Doppler lidar instrument payloads that meetthe science measurement requirements will also be considered - System Engineering support to resolve payload accommodation issues and system levelintegration and test (I & T)- Payload integration on the transfer vehicle- Environmental Test Program of the fully integrated payload- Mission operations support throughout the mission lifetime- Ground data capture and distribution services options- Payload measurement validation and verification- Modeling of instrument performance and simulation of atmospheric wind observations in globally representative atmospheric conditionsPotential partners shall identify the mission area(s) in which they would propose topartner and provide a brief summary of how they intend to accomplish the mission elementsas identified above. In the event a teaming arrangement is proposed, an appropriatebreakout is required to ensure NASA understands how all mission elements are satisfied.The hybrid Doppler lidar payload is an Earth viewing, active optical system, focused onobserving the vertical structure of the horizontal wind field in the troposphere andlower stratosphere (altitudes from 0 to 25 km). The hybrid lidar concept consists of aDoppler lidar subsystem utilizing primarily molecular backscattered signals for the windmeasurement in the clear air regions of the troposphere and a complementary subsystemmeasuring aerosol backscattered winds when sufficient aerosols and clouds are present. It is currently envisioned that the molecular channel would use direct detectiontechniques and technologies (lasers, interferometers or alternative spectraldiscriminators, detectors) operating in the ultraviolet wavelength region while theaerosol channel would utilize coherent detection techniques and technologies (laser,tunable local oscillator, detectors) in the near infrared. Alternative solutions may beproposed for consideration. The science payload requirements are listed below:Mission Duration -2 years (2017-2018) ISS Orbit -~350 to 400 km; 51.6 deg inclination Payload Mass -<500 kg Payload Power - < 3kW Volume (LxWxH)- Not to Exceed 1850x800x1000 mm Lasers -Direct detection Laser: =355 nm; Average Power @355 nm = 35 W (e.g. E=0.35J @ prf =100 pps); minimum pulse energy Emin= 0.1 J/pulse(prf=3500 pps)Coherent Laser: =2054 nm; E= 0.25 J/pulse; prf=10 ppsIf selected through this synopsis, it is expected that the selected partner(s) will workwith NASA scientists and engineers to jointly develop the proposal. If the proposal isselected, NASA anticipates issuing contracts or other agreements to the selectedpartner(s) for performance of the proposed elements.There will be no exchange of funds between the teaming partners for the AO proposalcycle.If the proposed mission is selected, limited funding will be available accordingto the budget developed during proposal preparation. If the proposed mission is selectedfor flight, partner(s) will be funded according to the budget developed during the AOproposal phase.Partner selections will be made by NASA based on the listed criteria in the followingorder of importance:(1) Relevant Experience and Past Performance. The proposer shall include relevant recentexperience and past performance in similar development activities.(2) Technical Capability and Staffing Approach. The proposer shall describe theirtechnical capabilities required for the performance of the development activity describedherein. If proposing a specific technology or subsystem please provided details ofrelevant past projects and applications of your technology. If proposing an integratedpayload solution please provide details on your approach and past experience indeveloping similar instrument payloads. In addition please include your staffingapproach. (3) Payload Accommodation and Mission Support. The proposer shall demonstrate anunderstanding of accommodating optical payloads and address the mission elementrequirements as specified herein. Particularly critical or challenging areas foraccommodating optical payloads should be identified along with associated solutions. TheI & T flow for the mission element(s) should be discussed and the related supportfacilities (fabrication, I & T, storage, etc.) identified. Safety and Mission assuranceprocedures and processes should be identified.The proposer shall provide a rough orderof Magnitude (ROM) cost for developing the technology, subsystem or integrated payloadsolution through pre-launch, launch and flight operation mission phases. (5) Mission Management and Participating Organizations. The proposer shall provide a factsheet that provides a brief summary of the proposed teaming arrangements, as applicable.Please also identify your key personnel.Responses to this partnering opportunity shall be limited to 10 pages in not less than12-point font.Responses must address the aforementioned evaluation criteria.Allresponses shall be submitted to GSFC electronically via email by 5:00pm EST on May 26,2011.The requested information through this POD is for preliminary planning purposes only anddoes not constitute a commitment, implied or otherwise, that NASA will solicit thesubmitter for a procurement of any related effort in the future. NASA will not beresponsible for any costs incurred by submitters in furnishing this information.Technical and Programmatic questions regarding this draft partnering synopsis should bedirected to Bruce Gentry at (Bruce.M.Gentry@nasa.gov).This solicitation/synopsis is not to be construed as a commitment by the Government norwill the Government pay for the information solicited.An ombudsman has been appointed. See Internet Note b.The documents for this partnership opportunity will be inMicrosoft Office Suite (Word 6.0, Excel, 5.0, or PowerPoint 4.0) format and will resideon a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The WWW address, or URL, of the NASA/GSFC Business Opportunities home page ishttp://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=C&pin=51.It is offerors responsibility to monitor this site for the release of amendments (ifany). Potential offerors will be responsible for downloading their own copy ofamendments, if any. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/EV2-BG/listing.html)
 
Record
SN02436922-W 20110501/110429234734-048589976c6c312af8ebfbdd0fc13a5f (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 |
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.