SOURCES SOUGHT
A -- EARTH OBSERVING SYSTEM (EOS) CLASS REMOTE SENSING INSTRUMENTS
- Notice Date
- 3/25/2002
- Notice Type
- Sources Sought
- Contracting Office
- NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton, VA 23681-0001
- ZIP Code
- 23681-0001
- Solicitation Number
- SS-EOS
- Response Due
- 4/8/2002
- Point of Contact
- Mary Jane Yeager, Contracting Officer, Phone (757) 864-2473, Fax (757) 864-7709, Email M.J.YEAGER@larc.nasa.gov
- E-Mail Address
-
Email your questions to Mary Jane Yeager
(M.J.YEAGER@larc.nasa.gov)
- Description
- NASA Langley Research Center is soliciting information regarding the availability of sources capable of delivering Earth Observing System (EOS) class remote sensing instruments capable of operating in low earth orbit to measure Top of Atmosphere Net Solar Radiation, Top of Atmosphere Outgoing Longwave Radiation, Surface Downward Solar Radiation, and Surface Downward Longwave Radiation. Of particular interest is relevant experience with space flight verified EOS class radiation budget instruments delivered within the past 5 years. The required EOS class radiation budget instruments should fit within a right circular cylinder of radius 300mm and height 700mm when operational, have a mass of less than 50 kg, and consume no more than 55 watts (orbital average) assuming a near noon sun-synchronous orbit. Instrument thermal vacuum and calibration facilities should possess the capability of maintaining a pressure of less than 0.00001 torr for a minimum of 30-days continuous operation. In addition these facilities must be able to thermal cycle the instrument through a range of no less than -30 to +40 C. Minimum instrument calibration requirements are as follows: Broadband Shortwave (< 5 microns) absolute accuracy of 1% of the scene value, Broadband Longwave (5-100 microns) absolute accuracy of 0.5% of the scene value. In addition, knowledge of the end-to-end instrument spectral response function is required in order to realize the calibration accuracies for typical earth scenes whose spectral weighting is typically much different from the calibration sources. Responses should describe expertise in the design, modification, manufacture, assembly, qualification, calibration, and integration of the type of EOS class radiation budget instruments described above. Describe your expertise in assessing and determining required modifications of an existing instrument design the same or similar to the type described above certified for a 5-year mission and improving the design to satisfy a 7-year mission at 86% reliability. Provide details of the type of EOS class instruments you have developed for mission life in excess of 5 years. Provide the size of your business (number of employees); whether your firm is large, small, small disadvantaged, 8(a), small woman-owned, and/or a HUBzone small business. Responses should describe facilities capable of providing ground-qualified calibrated EOS class radiation budget instruments as specified above. For relevant facilities, provide operational history of the facility that includes radiation budget instruments calibrated, year of calibration, operating conditions, sources calibrated and trace ability standard, repeatability of measurements, and absolute accuracy achieved. Responses should also include customers (point of contact and telephone number) who can describe the capabilities of these facilities and the relevant instrument. Also provide references such as papers and journal articles (peer reviewed preferred) that describe calibration facilities. Describe your capability to deliver a ground-qualified calibrated EOS class radiation budget instrument of the type described above certified for a 7-year mission at 86% reliability by August 2006. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Technical questions should be directed to: Melinda F. Cagle at (757) 864-7211 or via e-mail to m.f.cagle@larc.nasa.gov. Procurement related questions should be directed to: Mary Jane Yeager at (757) 864-2473 or via e-mail at m.j.yeager@larc.nasa.gov. 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. All responses should be limited to 5 pages (12 point font) excluding reference material and submitted to: NASA Langley Research Center, ATTN: Mary Jane Yeager, Mail Stop 126, Hampton, VA 23681-2199 not later than April 5, 2002. The preferred method of submission is a Microsoft Word document via e-mail to m.j.yeager@larc.nasa.gov.
- Web Link
-
Click here for the latest information about this notice
(http://nais.msfc.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=23#100734)
- Record
- SN00048255-W 20020327/020325213415 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |