SOLICITATION NOTICE
A -- Total and Spectral Solar Irradiance Sensor (TSIS) Sensor System
- Notice Date
- 2/14/2019
- Notice Type
- Synopsis
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.Y Greenbelt MD 20771
- ZIP Code
- 20771
- Solicitation Number
- 80GSFC19R0005
- Response Due
- 3/1/2019
- Point of Contact
- ROGENIA DEAN
- E-Mail Address
-
ROGENIA.M.BURTON-PENDERGA@NASA.GOV
- Small Business Set-Aside
- N/A
- Description
- NASA Goddard Space Flight Center has a requirement for a Total and Spectral Solar Irradiance Sensor (TSIS) sensor system. The TSIS sensor system will consists of two instruments: the Total Irradiance Monitor (TIM) and the Spectral Irradiance Monitor (SIM). These instruments will perform the key climate measurements of the Total Solar Irradiance (TSI) and Spectral Solar Irradiance (SSI). These measurements were previously provided by a TIM and SIM on the Solar Radiation and Climate Experiment (SORCE) mission launched in January 2003, by the TIM instrument on the Total Solar Irradiance Calibration Transfer Experiment (TCTE) mission launched in 2013, and by the TSIS-1 ISS mission launched in 2017. NASA intends to continue these solar irradiance measurements beyond TSIS-1, and is therefore planning a replacement mission (TSIS-2) in late 2022/early 2023. NASA/GSFC intends to purchase from the TSIS-2 sensor system from the Laboratory for Atmospheric and Space Physics (LASP) at the University of Colorado in Boulder. The fundamental requirement for the TSIS sensor system on the TSIS-2 Mission is to make precise and accurate measurements of TSI and SSI and connect them to previous TSI and SSI measurements to form a long-term climate record. Specifically, the TSI measurements shall have an accuracy of 0.01% (100 parts per million) based on Solar Irradiance (SI) units with a stability of ≤10 ppm (1σ) per year. Moreover, the SSI measurements shall be from 200nm-2400nm with spectral resolution thresholds of 2 nm for wavelengths less than 280 nm; 5 nm for wavelengths in the range 280-400 nm; and 45 nm for wavelengths greater than 400 nm. The SSI measurement shall have an accuracy of 0.2 percent over all wavelengths with noise less than 100 ppm (1σ). Finally, the SSI measurement shall have long-term stability, after data corrections in post-processing, of ≤0.05 percent (1σ) per year for wavelengths less than 400 nm and < 0.01 percent (1σ) per year for wavelengths greater than 400 nm. The measurement of such small variations of SSI in the visible and near infrared requires a space-based radiometer to maintain stable response over many years on-orbit to establish solar variability at a level well below 0.1%. The above high level requirements flow into specific instrument requirements. The TSIS-2 mission's TSIS must be sensitive over the entire solar spectral range up to extreme wavelengths. Moreover, the TSIS supplier is required to deliver a Level 1 science analysis system together with the instrument. Finally, TSIS measurements must be traceable to NIST (National Institute of Standards and Technology) and other international irradiance standards, as well as to the SORCE and ISS TIM and SIM instruments and to the TCTE TIM instrument. The LASP TIM and SIM built for SORCE, TCTE, and the ISS are several times more accurate than simillar instruments built by other vendors and flown on accurate than similar instruments built by other vendors and flown on ACRIMSAT and SOHO. This increase in accuracy is due to improvements in design and calibration developed by LASP. In addition, LASP has successfully transformed what was historically a relative measurement into an absolute measurement. This absolute accuracy is required to maintain solar irradiance data continuity. It is the opinion of NASA that only LASP has the facilities and expertise through their work on TSIS, SORCE, and Glory to perform the technical requirements of this procurement within the TSIS-2 mission schedule. Statutory authority for this sole source procurement is 10 U.S.C. 2304 (c)(1) Only One Responsible Source. However, any organization who believes they can provide these items without any detrimental impact to the program mission should fully identify their interest and capabilities within 15 days after publication of this synopsis. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations may submit their capabilities and qualification to perform the effort in writing to the identified point of contact not later than 5:00 p.m. eastern time on March 1, 2019. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the government. Oral communication are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered by the agency. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2019); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
- Web Link
-
Link To Document
(https://www.fbo.gov/notices/ad4ed908268fbb6fd0c81d88165a4080)
- Record
- SN05222306-F 20190216/190214230008 (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 |