SPECIAL NOTICE
A -- DEMonstrating the Emerging Technologies for measuring Earth�s Radiation (DEMETER) Earth Radiation Budget Mission Radiometric Calibration Development Activities
- Notice Date
- 12/10/2024 7:06:43 AM
- Notice Type
- Special Notice
- NAICS
- 54171
— Research and Development in the Physical, Engineering, and Life SciencesT
- Contracting Office
- NASA LANGLEY RESEARCH CENTER HAMPTON VA 23681 USA
- ZIP Code
- 23681
- Solicitation Number
- 80LARC25R7004
- Response Due
- 12/23/2024 12:00:00 PM
- Archive Date
- 01/07/2025
- Point of Contact
- Genie S. Williams, Phone: 7578647991, Lisa Harvey, Phone: 7578642444
- E-Mail Address
-
genie.s.williams@nasa.gov, lisa.m.harvey@nasa.gov
(genie.s.williams@nasa.gov, lisa.m.harvey@nasa.gov)
- Description
- National Aeronautics and Space Administration (NASA) Langley Research Center (LaRC) has a requirement for designing, fabricating, assembling, environmentally testing (vibration and vacuum chamber testing), and delivering Prototype units of the Onboard Calibration System (OCS), nominally comprised of Longwave, Shortwave and Solar sources. SDL will continue work previously completed under IIP-19 to rework, benchtop test, and deliver the Prototype Shortwave Onboard Calibration Source (SOCS). These three on-board targets, along with their support GSE, together will comprise the Onboard Calibration System. NASA LaRC intends to issue a sole source contract to: 1. Support NASA Langley Research Center with system-level design decisions supporting definition of the Interface Control Document�s required to ensure compatibility of the hardware delivered by the partner teams. (preliminary SA optical interface defined in attachment A) 2. Design, fabricate, assemble, and thermal vacuum test and deliver to LaRC a prototype Onboard Calibration System (OCS) which is consistent with the overall measurement radiometric traceability requirements. 3. Conduct a system-level radiometric characterization of the prototype instrument core comprised of the LaRC-provided DEMETER Sensor Module Assembly (SMA) Prototype Unit integrated with the SDL-developed Broadband Calibration subsystems, under simulated operational environments. 4. Support development of in-flight calibration and validation operational protocols, and 5. Support NASA Langley Research Center in development of radiometric traceability budgets and performance allocations for the Onboard Calibration System. 7. Deliver all residual items (e.g. GSE, residual parts, etc) at the conclusion of the contract. from the University of Utah, Space Dynamics Laboratory (SDL) under the authority of FAR 6.302-1 - Only one responsible source and no other supplies or services will satisfy agency requirements for the following reasons: 1. SDL is the only organization that has demonstrated exclusive knowledge, skills, and facilities in characterization of radiometric instruments across the extremely broad spectral range from 0.2 to 100 ?m to uncertainty < 0.5% (k=1), required by the DEMETER project. This expertise was implemented on their previous work with the Radiation Budget Instrument (RBI) and on the current Libera Radiation Budget Instrument. 2. SDL has existing unique calibration facilities in Logan, UT, certified by the National Institute of Standards and Technology (NIST) which cover the spectral range identified in (1). These calibration facilities will enable highly accurate radiometric characterization of DEMETER�s Optical and Calibration Modules and fully integrated flight instrument. 3. SDL will also support the DEMETER project by providing expertise in the characterization of the DEMETER Calibration Sources. SDL has experience in flight calibration systems utilizing SmallSat formats that require the accuracies stated in (1) above. This is critical for the DEMETER project. 4. In addition, the targeted launch date is approximately Q3 FY27 which reflects an aggressive schedule. The amount of rework and reinvestment required if any other company were used would result in further delay and have schedule and cost impacts which would exceed the budget approved and is not an acceptable risk for this effort. NASA Langley will fabricate and provide necessary instrument harnessing and cables to SDL for a system level test in vacuum. This test will demonstrate cooperative operation of all components in a relevant environment. The Sensor Assembly (SA) EDU will be placed within a vacuum chamber upon a rotary stage, surrounded by the SOCS, LOCS, and SolOCS to form the prototype instrument core. The rotatory stage will mimic the rotation of the Hyper-Integrated Satlet (HISat) or SLEGO�s scene select carousel. The SA will be rotated to sequentially view each calibration target as well as a cold space reference target. Each target will illuminate the SA in a representative calibration sequence to what will be used on orbit. Using this calibration scheme, parameters such as noise, linearity, spectral response, and conversion gain can be tracked through time. This system-level test will verify, design, and demonstrate the calibration systems� ability to calibrate the sensor assembly on orbit. The Government does not intend to acquire a commercial item using FAR Part 12. Interested organizations having the required capabilities necessary to meet the above requirement shall submit a capability statement of no more than 5 pages indicating the ability to perform all aspects of the effort. All responses shall be submitted electronically via NASA�s Box at https://box.nasa.gov to Genie Williams and Anum Ashraf not later than 3:00 PM Eastern Standard Time on December 23, 2024. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this acquisition on a competitive basis. A determination by the Government not to compete this acquisition on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at: https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a7f3111c3a834d0ea8af0409cf7fac1b/view)
- Place of Performance
- Address: Hampton, VA 23681, USA
- Zip Code: 23681
- Country: USA
- Zip Code: 23681
- Record
- SN07286743-F 20241212/241210230104 (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 |