Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 21,1998 PSA#2100

NASA/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