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