Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 04, 2023 SAM #7859
SOLICITATION NOTICE

A -- GeoXO Ocean Color (OCX) Instrument Implementation

Notice Date
6/2/2023 9:18:46 AM
 
Notice Type
Presolicitation
 
NAICS
336414 — Guided Missile and Space Vehicle Manufacturing
 
Contracting Office
NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
 
ZIP Code
20771
 
Solicitation Number
80GSFC23R0014
 
Response Due
6/19/2023 2:00:00 PM
 
Archive Date
09/30/2023
 
Point of Contact
Darlene Harkins
 
E-Mail Address
darlene.harkins@nasa.gov
(darlene.harkins@nasa.gov)
 
Description
The National Aeronautics and Space Administration (NASA)/Goddard Space Flight Center (GSFC) plans to issue a Request for Proposal (RFP) for the Geostationary Extended Observations (GeoXO) Program. This new procurement is for the implementation phase of the GeoXO Ocean Color (OCX) instrument. The Ocean Color (OCX) is a hyperspectral, UV through infrared, passive imaging radiometer used to measure environmental data as part of a 3-axis stabilized, geostationary weather satellite system. Ocean color observations from geostationary orbit will provide critical data for ecological forecasters, marine resource managers, fisheries, health departments, water treatment managers, and the commerce, recreation and tourism industries. OCX will provide daily observations of ocean biology, chemistry, and ecology to assess ocean productivity, ecosystem change, coast and inland water quality, and hazards like harmful algal blooms. The instrument will track and assist in the response to climate-driven ocean and coastal ecosystem changes. Geostationary ocean color observations are also critical to maintaining U.S. leadership in science-based fisheries management, improving yield and reducing bycatch. High spatial and temporal resolution OCX observations will be an improvement over those offered by contemporary low-earth orbiting ocean color sensors. From its position in geostationary orbit, OCX will view ocean and coastal conditions in real time and greatly improve the chance of cloud-free observations of areas of interest. This procurement will be conducted as a full and open competition. The North American Industry Classification System (NAICS) Code and Size Standard are 336414 and 1250 employees, respectively. It is anticipated that this competitive procurement will result in a Cost-Plus-Award-Fee (CPAF) hardware contract that will consist of parts and materials for an Engineering Development Model (EDM)-if proposed and agreed to by the Government and four flight models. The period of performance includes efforts required to design, analyze, fabricate, integrate, test, evaluate, verify, store and support launch activities.�� The base contract is based on the launch schedule of April 2032 for FM1 and October 2034 for FM2.� Option 1, FM3, is based on the FM3 launch schedule of April 2039, while Option 2 is based on the FM4 launch schedule of October 2042.� The base contract period of performance extends to June 2050, and the total period of performance upon exercising all the options extends to November 2057. The North American Industry Classification System (NAICS) code for this acquisition is 336414 and the small business size standard is 1250. The Government does not intend to acquire a commercial item using FAR Part 12. This synopsis shall serve as the pre-solicitation notice for the Draft RFP as well as the Final RFP. The anticipated release of the Draft RFP is about late June 2023, and the anticipated release of the Final RFP is mid August 2023. Once the Draft RFP is issued, industry will be requested to submit questions in writing by the date specified in the Draft RFP. The Government will not accept proposals in response to the Draft RFP. When the Final RFP is issued, all responsible sources may submit an offer which shall be considered by the agency. The Government anticipates issuing a modification to this synopsis when the Draft RFP and RFP becomes available. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf If a solicitation is released, then it and any additional documents will be available on www.Sam.gov.� Prospective offerors shall notify this office of their intent to submit an offer. It is the offeror's responsibility to monitor this website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any). All contractual and technical questions must be submitted electronically via email to darlene.harkins@nasa.gov no later than 15 days from posting date. Telephone questions will not be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2e9a3adc17c44ff9b20bbd5d3ab7d831/view)
 
Record
SN06702478-F 20230604/230602230109 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.