|
COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100NASA/Goddard Space Flight Center, Code 219, Greenbelt, MD 20771 F -- ANALYSIS OF AIRFIELDS AT HIGH NORTHERN LATITUDES SOL
RFQ916-76021-921 DUE 061798 POC Maria L. Westman, Contract Specialist,
Phone (301) 286-0532, Fax (301) 286-1739, Email
Maria.L.Westman.1@gsfc.nasa.gov -- Deborah A. Bittner, Contract
Specialist, Phone (301) 286-5387, Fax (301) 286-1739, Email
Deborah.A.Bittner.1@gsfc.nasa.gov WEB: Click here for the latest
information about this notice,
http://nais.nasa.gov/EPS/GSFC/date.html#RFQ916-76021-921. E-MAIL: Maria
L. Westman, Maria.L.Westman.1@gsfc.nasa.gov. NASA/GSFC plans to issue
a Request for Quotation (RFQ) for one (1) analysis of airfields at high
northern latitudes for the SAGE III Ozone Loss and Validation
Experiment (SOLVE). This mission will utilize the long range NASA DC-8
aircraft and high altitude ER-2 aircraft for flights into the northern
polar lower stratosphere. These flights must be able to reach the
location of the stratoshperic northern polar vortex and the regions of
cold temperatures where polar stratospheric clouds (PSCs) will form.
This task will involve an analysis of the location of the lower
stratospheric polar vortex, cold temperatures, solar, and chemical
conditions using at least 20 years of daily stratospheric
meteorological analyses and chemical data. Based on daily stratospheric
meteorological analyses, probability distributions for vortex and PSC
proximity (within 2000 km) to the airfields will be provided. This
analysis will be required as input into the aircraft basing decision
process for this mission. Meteorological and ground condition at those
fields must be analyzed to determine whether flights are permissable
when the vortex and cold temperatures are nearby. NASA ER-2 and DC-8
flights are typically four to eight hours in duration, hence the
diurnal cycle must also be factored into any analysis of ground
conditions. For the NASA ER-2, these suitable ground conditions include
winds of less than 25 knots, runway crosswinds of less than 15 knots,
and snow and ice free runway conditions. The task will involve a study
of the flight conditions at high northern latitude airfields to
satisfy the takeoff and landing parameters of the NASA ER-2 and DC-8.
This task involves an analysis of airfields at high northern latitudes
convolved with stratospheric analysis for achieving the goals of
SOLVE. This procurement is being conducted under the Simplified
Acquisition Procedures (SAP). NASA/GSFC intends to purchase the items
from John Hopkins University/Applied Physics Lab (JHU/APL), 11100 John
Hopkins Road, Laurel, MD 20723-6099. The JHU/APL personnel have
participated in the ASHOE/MAESA and POLARIS aircraft field campaigns.
The JHU/APL personnel are familiar with the flight capabilites of the
NASA ER-2 and DC-8 becuase of their past work with the aircraft
operations personnel via instrumentation carried on those aircraft. The
JHU/APL personnel also have access to extensive stratospheric wind,
temperature, and potential vorticity data for performing the analysis
of the stratospheric conditions for flight operations. The JHU/APL
personnel have surface meteorological data and contacts with groups
working with surface observations to analyze ground weather operational
limitations. The JHU/APL personnel have extensive readiative and
stratospheric modeling backgrounds for understanding the chemical data
which have been obtained from the NASA ER-2 and DC-8, and understand
how those instrument limitations factor into flight operations. The
JHU/APL personnel are the only group with the resources, data, and
knowledge for conducting this analysis. The Government does not intend
to acquire a commercial item using FAR Part 12. See Note 26.
Interested firms have 15 days from the publication of this synopsis to
submit in writing to the identified point of contact, their
qualifications/capabilities. Such qualifications/capabilities will be
used solely for the purpose of determining whether or not to conduct
this procurement on a competitive basis. Responses received after the
15 days or without the required information will be considered
nonresponsive to the synopsis and will not be considered. A
determination by the Government to not compete this proposed effort on
a full and open competitive 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. An
Ombudsman has been appointed. See Internet Note "B". (0139) Loren Data Corp. http://www.ld.com (SYN# 0032 19980521\F-0003.SOL)
F - Natural Resources and Conservation Services Index Page
|
|