SOURCES SOUGHT
99 -- Geostationary and Extended Orbits (GEO-XO) Imager Phase A Study
- Notice Date
- 9/8/2020 5:15:14 PM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA GODDARD SPACE FLIGHT CENTER GREENBELT MD 20771 USA
- ZIP Code
- 20771
- Solicitation Number
- RFI-GSFC-GEO-XO-2020
- Response Due
- 9/18/2020 2:00:00 PM
- Archive Date
- 10/30/2020
- Point of Contact
- Tiffanie Ferrell
- E-Mail Address
-
Tiffanie.c.ferrell@nasa.gov
(Tiffanie.c.ferrell@nasa.gov)
- Description
- THIS IS NOT A REQUEST FOR PROPOSAL. NO PROPOSALS ARE TO BE SUBMITTED IN RESPONSE TO THIS NOTICE. This notice is issued by the National Aeronautics and Space Administration (NASA), Goddard Space Flight Center (GSFC) to post a draft Statement of Work (SOW); in addition to draft technical documents to include the Performance and Operation Requirements Document (PORD), the Unique Instrument Interface Document (UIID), and the General Interface Requirements Document (GIRD), to solicit responses from vendors interested in bidding on a definition-phase study of a geostationary Imager instrument. The SOW specifies the requirements for the definition-phase studies and design development as part of the Imager formulation activities. The Imager will be an infra-red (IR) and visible (VIS) imaging instrument that is planned to fly on the National Oceanic and Atmospheric Administration (NOAA) Geostationary and Extended Orbits (GEO-XO) program series of geostationary satellites with the first launch planned for 2031. The Imager will meet, at a minimum, the NASA requirements as defined in the attached PORD, UIID, and GIRD. The Instrument Mission Assurance Requirements (IMAR) will be provided with the Request for Proposal (RFP). The Government anticipates awarding up to three firm fixed price contracts; of 1 year duration and approximately $5M each for this definition-phase study. Any proposed technology development or risk mitigation efforts would be included in this fixed price. The Government is requesting information on the following (for comments related to a specific requirement, please reference the exact document and requirement #): Comments and discussion regarding the feasibility of Phase A study scope, given the cost and schedule constraints. Please explain any areas deemed not feasible. Please limit the response to this question to no more than 3 pages. Feedback on the clarity of the requirements in the SOW, PORD, UIID, and GIRD. Input as to areas of development that would benefit from early effort to improve technology readiness or mitigate development risk. Please limit the response to this section to 5 pages. � In addition to information above, interested firms having the necessary specialized capabilities to meet our requirements outlined in the attached documents should submit a brief capability statement no more than 5 pages indicating the ability to perform all aspects of this effort. This RFI is for information and planning purposes to allow industry the opportunity to provide feedback on the scope and requirements of the study, to verify reasonableness and feasibility, and promote competition. This synopsis is not to be construed as a commitment by the Government, nor will the Government pay for the information submitted in response.� The Government may not respond to questions/concerns submitted. The Government will use this information to finalize the RFP as necessary. All responses, comments and/or questions shall be submitted electronically via email to Tiffanie Ferrell (tiffanie.c.ferrell@nasa.gov) no later than 5pm EDT Friday, September 18, 2020. Please reference GEO-XO Imager Phase A Study in any response. In addition, within approximately two weeks, the Government anticipates releasing draft sections of a draft solicitation, to include only sections L (Instructions) and M (Evaluation Factors) for industry comment. A separate due date for responses will be identified once these draft sections are released. It is the offeror's responsibility to monitor the Internet site for the release of any amendments. NASA Clause 1852.215-84, Ombudsman, is applicable.� The Center Ombudsman for this acquisition can be found at http://prod.nais.nasa.gov/pub/pub_library/Omb.html .�� If a solicitation is released, then it and any additional documents will be available on www.beta.sam.gov. It is the offeror's responsibility to monitor the Internet site 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/8c41cf26eed14f5ead2bf2bf8d61c3c7/view)
- Record
- SN05790390-F 20200910/200908230157 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |