Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 17, 2011 FBO #3492
SOURCES SOUGHT

A -- TEAMING OPPORTUNITY FOR THE NASA LANGLEY RESEARCH CENTER ATMOSPHERICCOMPOSITION PAYLOAD

Notice Date
6/15/2011
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 12, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-CompositionPayload
 
Response Due
6/27/2011
 
Archive Date
6/15/2012
 
Point of Contact
Robert B. Gardner, Contracting Officer, Phone 757-864-2525, Fax 757-864-7898, Email Robert.B.Gardner@nasa.gov - Teresa M Hass, Contracting Officer, Phone 757-864-8496, Fax 757-864-8863, Email Teresa.M.Hass@nasa.gov
 
E-Mail Address
Robert B. Gardner
(Robert.B.Gardner@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This partnering synopsis solicits potential partners to participate in a spacemission proposal development activity in response to the second Earth Venture (EV-2)Class Announcement of Opportunity (AO), expected to be released in the June 2011. EarthVenture is a Program element within NASAs Earth System Science Pathfinder Program (ESSP)consisting of a series of new science-driven, competitively selected, low cost missionsthat will provide pioneering Earth science to enhance our capability to better understandthe current state of the Earth system and to enable continual improvement in theprediction of future changes. For additional information on EV-2 visithttp://essp.larc.nasa.gov/EV-2/. The Earth Venture-2 mission AO will be a single step competitive process. The selectedmission will proceed directly into Phase A. While the AO schedule cannot be fullyspecified at this time, the following is an estimated schedule (dates are subject tochange):Expected AO release date June 17, 2011. NASA Langley Research Center selects partner(s)in response to this announcement July 2011.NASA EV-2 Proposal due date September,2011. NASA EV-2 award --Early 2012. Launch 2017.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,and women-owned small businesses (WOSBs) are encouraged to apply. Participation bynon-U.S. organizations is welcome but subject to NASAs policy of no exchange of funds,in which each government supports its own national participants and associated costs.1.0 Teaming OpportunityThis Teaming Opportunity is being issued to select a partner to support the EV-2 proposaldevelopment for a candidate multispectral infrared atmospheric composition payload foroperation in geostationary orbit for a minimum of 2 years. The selected partner willaddress proposal content associated with the instrument, related subsystems, and scienceimplementation. The selected partner will collaborate with the Principal Investigator,Project Scientist, Science Team and the overall mission engineering team to jointlydevelop the end-to-end performance requirements, including interfaces to the spacecraft,and to define the system architecture, identify study topics; and predict performance. There will be no exchange of funds between the teaming partners during the preparation ofthe proposal to the EV-2 AO. If the proposal is selected by NASA in 2012, NASA LangleyResearch Center anticipates negotiating and issuing contracts or other agreements to theselected partner(s) for performance of the proposed elements.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.2.0 Required CapabilitiesIn their response, potential partners must demonstrate understanding of and experience inthe following Earth observing payload development processes throughout the system lifecycle:Instrument design, design trades, concept of operations, system fabrication, assembly,integration, test, and calibration of imaging infrared multi-spectral scientificinstruments with emphasis on research applications in geostationary orbit, includingcryo-systems expertise for thermally stabilized instrument performance; quantitativeperformance of megapixel focal plane data arrays in space; and space flight instrumentoperation and data handling software expertise.Systems integration of infrared instruments onto complex observatory spacecraft;definition of instrument health and safety test functions; successful completion ofenvironmental testing for actual space instruments. Payload simulators and training; ground operation of space payloads including commanding,health and safety data processing, diagnostics, and assessment; engineering and technicalsupport for Earth observing payloads during launch operations, post-launch evaluationsand checkout.Potential partners must identify laboratories or facilities on the offeror's premisesthat demonstrate capability and experience and that could minimize cost and schedule. Ifthe offeror envisions the use of facilities that are owned or controlled by someone else,then potential partners must identify the method that will be used to utilize suchfacilities.Potential partners must provide their cost and schedule performance for relevantscientific instrument development projects completed in the past 5 years, includingInstrument Incubator Projects.This information is excluded from the 5-page count limit.Information contained in the presentation packages which constitute trade secret and/orinformation that are commercial or financial and confidential or privileged, if any, mustbe so identified.3.0 Evaluation CriteriaPartner selections will be made by Langley Research Center based on the followingcriteria:(1)Technical Capability. The proposer shall describe their technical capabilitiesrequired for the performance of the instrument development activity described herein withemphasis on instrument design, integration, test, calibration, and operation ofscientific instruments with emphasis on research applications in geostationary orbit.. (2)Relevant Experience and Past Performance. The proposer shall provide a briefsummary relevant experience and past performance in similar development activities(including a high-level contract description of the activity, roles and responsibilities,a brief description of payload specifications and associated costs). The proposer shallinclude summary information on cost and schedule performance.(3) Facilities and Associated Capabilities. This criterion evaluates the proposersfacilities (development, testing, calibration, and analyses) to conduct instrumentdevelopment activities. Instrument facilities for testing of space hardware and prototypehardware are considered important to this opportunity. The proposer should discussfacility availability, access, and the ability to meet the proposed objectives. 4.0 General Instructions for Responses to this Teaming OpportunityResponses to this partnering synopsis shall be limited to a 5 pages in not less than 12point. Responses must address the aforementioned evaluation criteria. All responses shall be submitted to Langley Research Center electronically via email nolater than 4:00pm EST on June 27, 2011, to Stephen Hall (Stephen.R.Hall@nasa.gov ), andBrad Gardner (Robert.B.Gardner@nasa.gov). Technical and Programmatic questions regarding this draft partnering synopsis should bedirected to Stephen Hall (Stephen.R.Hall@nasa.gov ), and procurement questions should bedirected to Brad Gardner (Robert.B.Gardner@nasa.gov).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-CompositionPayload/listing.html)
 
Record
SN02473730-W 20110617/110615235028-b19c9c4ec6fc1a2a8bb67bde9a6a06d6 (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.