MODIFICATION
A -- PARTNERSHIP OPPORTUNITY FOR NASA GODDARD SPACE FLIGHT CENTER COMMAND AND DATAHANDLING AND WAVEFORM GENERATION UNIT
- Notice Date
- 3/19/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- DIPR-CDH-POD
- Response Due
- 4/6/2015
- Archive Date
- 3/19/2016
- Point of Contact
- Maria L McNamee, Contracting Officer, Phone 301-286-4988, Fax 301-286-5373, Email Maria.L.McNamee@nasa.gov
- E-Mail Address
-
Maria L McNamee
(Maria.L.McNamee@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- This is a modification to the synopsis entitled PARTNERSHIP OPPORTUNITY FOR NASA GODDARD SPACE FLIGHT CENTER COMMAND AND DATA HANDLING AND WAVEFORM GENERATION UNIT which was posted on March 2, 2015. You are notified that the following changes are made: responses are provided below to questions received. 1. GSFC will lead the system design, assembly, integration and testing for the dual-frequency profiling radars including the calibration and validation. 2. The intended dual-frequency radar is target to fly on the International Space Station (ISS) JEM-EF module. 3. The C&DH electronics will not contain a digital receiver. The digital receiver will be a standalone module not included in this C&DH module. 4. GSFC currently has airborne radar operation software (C code) based on Linux OS. We will need vendor support and necessary drivers/utility software for programming the devices included in the C&DH module and provide help when GSFC ports the current airborne version software to the C&DH module. 5. The IF outputs of the waveform generator must be synchronized and active simultaneously. 6. 64 GB of memory is required as buffer storage for radar data. 7. It is GSFCs objective to develop a Class D instrument as a response to the upcoming Earth Venture Mission (EV-M) Announcement of Opportunity (AO). 8. GSFC has not flown the described instrument in space, but at high-altitude airborne operation. 9. US equipment suppliers are preferred, but if subject equipment is not available from US market or a domestic product wont meet specifications, then an international supplier would be acceptable (more paperwork would be required for sourcing). 10. No CloudSat heritage is required, but hardware with space heritage is preferred. There is no direct connection with the planned Aerosol Cloud and Ecosystem (ACE) mission. The due date for responses is not extended. Documents related to this procurement will be available over the Internet. These documents will reside on a World Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities home page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51 Offerors are responsible for monitoring this site for the release of the solicitation and any amendments. Potential offerors are responsible for downloading their own copy of the solicitation and amendments (if any).
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/DIPR-CDH-POD/listing.html)
- Record
- SN03673433-W 20150321/150319235552-dcc73141e61b7a25948dec1377ee7ef7 (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 |