Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 17, 2013 FBO #4131
SOURCES SOUGHT

A -- GEOPHYSICS GEODYNAMICS AND SPACE GEODESY SUPPORT

Notice Date
3/15/2013
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
RFI-GGSG-2013
 
Response Due
4/5/2013
 
Archive Date
3/15/2014
 
Point of Contact
Makara K. Nevils, Contracting Officer, Phone 301-286-4909, Fax 301-286-5373, Email Makara.K.Nevils@nasa.gov
 
E-Mail Address
Makara K. Nevils
(Makara.K.Nevils@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA GSFC is hereby soliciting information about potential sources for specialized scientific support to the Earth Sciences Directorate in the areas of geodynamic, geomagnetic, geophysical, and atmospheric investigations of solar system bodies such as the Earth, Venus, Mars, and Mercury. Among the requirements for these investigations are instrument development; software development and maintenance; data collection, archiving and dissemination; scientific data analysis, modeling and interpretation; reports and presentations of scientific results; public outreach and education; and associated technical and administrative work. Support services for this effort includes but are not limited to: provide support to investigators associated with current programs and projects such as GRACE, the Ocean Surface Topography Mission, the Interdisciplinary Studies in Earth Science, ICESat, and future missions outlined in the roadmap of Earth-science missions defined the National Academy of Science Decadal Survey, such as SWOT, DESDynI, ICESat-2, GPSRO, and GRACE Follow-On, and GRACE-2. The contractor shall provide support to investigators involved in analysis of space geodetic data (SLR, DORIS, and, GNSS), used for geodetic analysis, precision orbit determination, and the determination and maintenance of the terrestrial reference frame. The contractor shall provide support to investigators involved with LAGEOS-1, LAGEOS-2, Starlette, Stella, LARETS, LARES, Earth Positioning satellites such as GPS, Galileo, and GLONASS; Satellite and satellite constellations that map and determine the Earths gravity and magnetic fields such as GRACE, GOCE, and SWARM; Earth altimetry satellites such as TOPEX/Poseidon, Jason-1, Jason-2, Jason-3, Envisat, GEOSAT, GEOSAT-Follow-On (GFO-1), GFO-2, CryoSat-2, and SENTINEL-3; planetary spacecraft such as Mars Global Surveyor, Mars Odyssey, the Lunar Reconnaissance Orbiter, GRAIL, the Mars Reconnaissance Orbiter, MESSENGER, and MAVEN. The contractor shall provide support for data systems such as the CDDIS. 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. NASA is seeking capability statements from all interested parties, including Large, Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Geophysics, Geodynamics and Space Geodesy Support. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. Interested offerors/vendors having the required specialized capabilities to meet the above requirements within the scope of the attached draft statement of work should submit a capability statement of ten (10) pages or less indicating the ability to perform all aspects of the effort described herein. The offeror must demonstrate that they have had experience with a similar scope of work in the past three (3) years. The offeror must demonstrate adequate infrastructure to manage the contract. Responses must include the following: name and address of firm, size of business; average annual revenue for past three (3) years and number of employees; ownership; whether they are large, or any category of small business, 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). All questions should be directed to Makara Nevils at the following email address: makara.k.nevils@nasa.gov. Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101. 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 shall be submitted to Makara Nevils, makara.k.nevils@nasa.gov no later than 1:00pm, Friday, April 5, 2013. Please reference GGSG2013 in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/RFI-GGSG-2013/listing.html)
 
Record
SN03012760-W 20130317/130315234157-b6cb4985b476a5b620c88694589982b2 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.