Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 11,1999 PSA#2259

NASA/Dryden Flight Research Center, Code A, P.O. Box 273, Edwards, CA 93523-0273

A -- AIRBORNE LASER SYSTEMS SOL LIDAR DUE 012299 POC Monique M. Sullivan, Contracting Officer, Phone (805) 258-2593, Fax (805) 258-2904, Email monique.sullivan@mail.dfrc.nasa.gov WEB: Click here for the latest information about this notice, http://nais.nasa.gov/EPS/DFRC/date.html#LIDAR. E-MAIL: Monique M. Sullivan, monique.sullivan@mail.dfrc.nasa.gov. Pursuant to 10 U.S.C. 2304(c)(1) NASA/DFRC intends to procure, via other than full and open competition, continued research and development services from Coherent Technologies Inc.(CTI), Boulder, Colorado. This is a follow on effort to continue research on CTI airborne laser (lidar) systems. This is part of the NASA Aviation Safety Program and in particular the Turbulence Mitigation Team activities to increase the maturity of the lidar technology for applications to turbulence detection. As a part of this process, it will be necessary to operate airborne laser systems and other atmospheric measurement equipment in flight to assist in the characterization of turbulence. All of the equipment to be used in these tests was designed and manufactured by CTI and will be operated by members of the CTI staff. In addition, data analysis and report preparation will be performed by the CTI staff to support the development of models for airborne laser systems. See numbered Note 22. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in the CBD and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these cites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement within 15 days of publication of this notice indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged 8 (a), and or woman owned; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact address and phone number). Technical questions should be directed to: Rod Bogue (805) 258-3193. Procurement related questions should be directed to: Monique Sullivan (805) 258-2593. The Government does not intend to acquire a commercial item using Part 12. See numbered Note 26. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html. Posted 01/07/99 (D-SN286166). (0007)

Loren Data Corp. http://www.ld.com (SYN# 0005 19990111\A-0005.SOL)


A - Research and Development Index Page