SOLICITATION NOTICE
A -- THERMAL INFRARED SENSOR ON THE LANDSAT 9 MISSION TIRS L9 CRYOCOOLER
- Notice Date
- 7/16/2015
- Notice Type
- Presolicitation
- 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
- NNG15554953L
- Response Due
- 7/31/2015
- Archive Date
- 7/16/2016
- Point of Contact
- Patricia Dombrowski, Contracting Officer, Phone 301-286-0621, Fax 301-286-0383, Email Patricia.M.Dombrowski@nasa.gov
- E-Mail Address
-
Patricia Dombrowski
(Patricia.M.Dombrowski@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA Goddard Space Flight Center has a requirement for a cryocooler for the Thermal Infrared Sensor on the Landsat-9 mission (TIRS-L9). NASA competitively awarded a contract to Ball Aerospace and Technologies Corporation (BATC) for the TIRS-1 instrument cryocooler to fly on the Landsat Data Continuity Mission (LDCM). The LDCM mission was launched in February 2013 and is now called Landsat 8. TIRS-1 is collecting data on heat emitted from Earths surface in two thermal bands, as opposed to the single thermal band on previous Landsat satellites. Observations in the thermal bands are vital to monitoring water consumption, especially in the arid western United States. NASA/GSFC intends to purchase the items from Ball Aerospace and Technologies (BATC). A degradation or gap in this data would put at risk the Land Imaging Science communitys ability to detect and understand critical environmental changes to our planet. NASA intends to mitigate the risk of such an occurrence and ensure continued data by building a copy of the TIRS-1 instrument, and contracting with BATC for a cryocooler built to the same requirements as used for the TIRS-1 instrument. Due to its flight heritage, and the substantial non-recurring engineering investment in the TIRS-1 cryocooler, BATC is uniquely capable of delivering a cryocooler that meets the performance and interface requirements of the TIRS-L9 instrument, and that will avoid substantial duplication of cost that is not expected to be recovered through competition. Statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) Only One Responsible Source. However, any organization who believes they can provide these items without any detrimental impact to the program mission should fully identify their interest and capabilities within 15 days after publication of the synopsis. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact not later than 4:30 p.m. local time on July 31, 2015. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition 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. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/p ub_library/Omb.html.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG15554953L/listing.html)
- Record
- SN03799138-W 20150718/150716234840-fcc32c7d39e3621d417471ab00a7ed24 (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 |