Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
SOURCES SOUGHT

A -- Technology for large-aperture mirrors for Ultra-Violet-Optical-Near-Infrared space telescopes

Notice Date
2/23/2017
 
Notice Type
Sources Sought
 
NAICS
333314 — Optical Instrument and Lens Manufacturing
 
Contracting Office
NASA/George C. Marshall Space Flight Center, Office of Procurement, Marshall Space Flight Center, Alabama, 35812, United States
 
ZIP Code
35812
 
Solicitation Number
NNM17ZST003L
 
Archive Date
3/20/2017
 
Point of Contact
Shawn M. Craddock, Phone: 2569617308
 
E-Mail Address
shawn.m.craddock@nasa.gov
(shawn.m.craddock@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
The NASA Marshall Space Flight Center (MSFC) solicits information from the industrial community pertaining to technology needs for the design, manufacture, integration, testing and operation of large-aperture (4 to 8 meters or larger), monolithic (and/or segmented) mirrors for Ultra-Violet-Optical-Near-Infrared (UVOIR) space telescopes. MSFC seeks this information to identify potential partners for proposals to ROSES 2016 Appendix D.8 Strategic Astrophysics Technology Section 4 Technology Development for the Cosmic Origins Program. The Cosmic Origins Program (COR) seeks solution to high priority technical gaps identified in the 2016 Program Annual Technology Report (PATR) (which can be found at http://cor.gsfc.nasa.gov/technology/documents/COR2016PATR.pdf )to enable candidate mission concepts under study for the 2020 Decadal Survey. The 2016 PATR identifies "Large-aperture high-performance telescope mirror system" as a Priority 1 key enabling technology critical to the highest-priority strategic astrophysics missions and seeks the development of inexpensive 1 to 3 meter monolithic lightweight stiff mirrors with surface figure errors of 5 to 10 nm rms, and mechanical and thermal wavefront error stability of approximately 10 pm rms per wavefront control step. MSFC will use this information to assist in assessing current technology capabilities, identifying promising development paths, and evaluating feasibility and schedule for maturing these technologies as part of the Habitable Exoplanet Imager and/or Large-UVOIR Surveyor Mission Concept Studies. This is a Request for Information (RFI) issued solely for information and planning purposes - it does not constitute a Request for Proposal. This RFI serves to increase opportunities for interested parties and openly solicit potential partners by requesting specific information that will be used to offer teaming relationships with industrial partners for developing NASA/MSFC proposals in response to upcoming NASA Research Announcements. If the NASA Principle Investigator (PI) is selected and the industry partner proposed in that investigation meets the guidelines of NASA FAR Supplement 1872.502(a)(3)(i) through (III) for award without further competition, then NASA/MSFC intends to contract with the industry partner to execute tasks consistent with the proposed effort. Any selected industry partner will be responsible for management and engineering services related to their assigned tasks, along with providing direct inputs (i.e., schedules and cost estimate information) for the planned work as part of MSFC's proposal development. Responses to this RFI are solicited from contractors having experience in the areas identified herein (i.e., qualified sources) with an interest in pursuing this type of arrangement. Potential industry partners will be identified from the responders to this request with one or more of these potential partners asked to produce information on their approach to meeting the particular requirements. NASA/MSFC intends to use the responses to this RFI to select one or more industrial partners to participate in MSFC proposal development and, if the MSFC proposal is selected, perform as a direct NASA awardee. The Government is under no obligation to issue any such solicitation in the future as a result of this RFI. The Government will not pay for any costs associated with responding to this RFI. Instructions for Responding to this RFI: All responses to this RFI must be in the form of a PDF document submitted in electronic form via email to Shawn Craddock at shawn.m.craddock@nasa.gov. The body of the email message should identify and provide the name, institutional or organizational affiliation, address, telephone number and email address of the primary point-of-contact for the response. Other key institutions, companies and individuals collaborating on the RFI response should also be identified. Responses must be received by the due date specified above, shall use 12-pt font or larger, and should not exceed ten (10) pages in length (cover page not included in page count). Only material suitable for full and open distribution shall be submitted and submittals shall be considered approved by the providing organization to be suitable for full and open distribution. Responders shall not submit proprietary information, export controlled information (including EAR and ITAR restricted information), nor confidential information in response to this RFI. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at https://prod.nais.nasa.gov/pub/pub_library/Omb.html. No solicitation exists; therefore, do not request a copy of this solicitation. If a solicitation is released, it will be synopsized in FedBizOpps.gov. It is the offeror's responsibility to monitor the website for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments, if any. Contracting Office Address: NASA/George C. Marshall Space Flight Center, Office of Procurement Marshall Space Flight Center, Alabama 35812 United States Place of Performance: TBD United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dad854294b4910ecb18dd882c6ea9483)
 
Record
SN04412341-W 20170225/170223234815-dad854294b4910ecb18dd882c6ea9483 (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.