|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1997 PSA#1942NASA/Langley Research Center, Mail Stop 144, Industry Assistance
Office, Hampton, VA 23681-0001 A -- INDEFINITE QUANTITY CONTRACT FOR ATMOSPHERIC SCIENCE REMOTE
SENSING INSTRUMENT TECHNOLOGY AND FLIGHT SYSTEM DEVELOPMENT POC Linda
P. Fitzgerald, Procurement Analyst, Phone (757)-864-2461, Fax (757)
864-7898, Email L.P.FITZGERALD@larc.nasa.gov WEB: Click here for the
latest information about this notice,
http://procurement.nasa.gov/EPS/LaRC/date.html#SS274. E-MAIL: Linda P.
Fitzgerald, L.P.FITZGERALD@larc.nasa.gov. NASA Langley Research Center
is hereby soliciting information for potential sources for Earth
Atmospheric Science Remote Sensing Technology and Flight System
Development. No solicitation exists; therefore, do not request a copy
of the solicitation. The effort requires the development of space
flight instrument systems in support of Earth science missions and
associated atmospheric science research. This includes: 1) the
development of mission and instrument concepts; 2) advanced instrument
technology development; and 3) flight instrument component and system
development to support Earth atmospheric science research. Mission and
flight instrument concept development includes mission requirements
definition; instrument requirements definition; instrument mathematical
modeling and simulations; instrument conceptual design and analyses;
and spacecraft interface (mechanical, thermal, and electrical)
definition. Concept development must also include cost and schedule
estimates for design, development, integration and test of the flight
instrument system. Advanced instrument technology development includes
the design, development, integration, testing and validation of
component technologies and advanced prototype instruments to reduce the
technical and programmatic risk for development of flight systems to
support Earth science missions. Component and instrument prototype
performance must be validated in an appropriate environment that may
include laboratory, field, aircraft, balloon, and/or Space Shuttle
testing and evaluation. Flight instrument component and system
development includes the design, development, integration and testing
(performance and environmental), and calibration of the flight
component or system. Component development also includes developing
plans and procedures for the integration and testing of the component
into the instrument system; and instrument system development includes
developing plans and procedures for spacecraft/system integration and
testing, and on-orbit testing and calibration. The instrument systems
developed for this effort include active and passive sensors that may
be either nadir or limb viewing. These systems may be deployed into
low Earth orbit (all inclinations) or geo-stationary orbit. A variety
of techniques may be used to measure atmospheric parameters that
utilize extinction, emission, reflection, or scattering of
electro-magnetic energy in the atmosphere. The following describes the
science measurements, systems, and the technologies required for the
atmospheric science missions and associated science research to be
supported by the proposed IDIQ contracts. Lidar Systems obtain high
vertical spatial resolution profiles of clouds, aerosols, water vapor,
ozone and other gases; and map winds in the troposphere using Lidar
systems in low Earth orbit. These systems use several detection
techniques including direct backscatter (clouds and aerosols),
differential absorption (water vapor and ozone), and coherent detection
(winds). Laser transmitter wavelengths span from the ultra-violet to
the infrared. Technologies required for these systems are compact,
efficient, space-qualified lasers; and various receiver technologies
including lightweight, deployable telescopes and low noise, wide
bandwidth, large dynamic range detectors and electronics. Spectrometers
obtain profiles of temperature, pressure, water vapor, clouds, and
water vapor tracer winds ; measure tropospheric and stratospheric
constituents important to climate change and meteorology, and global
scale transport processes; and directly measure Earth radiation. This
is accomplished with a variety of highly calibrated systems including
Fourier Transform Spectrometers (FTS), grating spectrometers, imaging
spectrometers, and Fabrey-Perot interferometers that span the
ultra-violet to far-infrared portion of the spectrum. Technologies
required to enable and enhance these instruments include large focal
plane detector arrays; active and passive thermal management;
lightweight materials for structures and optics; advanced digital
signal processors; and efficient actuators. Radiometers measure the
angular distribution of the earth radiation budget from the top of
atmosphere to the surface; the global distribution and temporal
variation of atmospheric constituents important to climate change and
meteorology; atmospheric dynamics and transport processes; profiles of
aerosols; and active fires and characterization of burned areas.
Instrument systems to accomplish these science measurement objectives
include filter radiometers, broadband radiometers, limb emission filter
infrared radiometers, and imaging radiometers. Technologies needed to
enhance or enable these systems include infrared detectors and detector
arrays; active and passive thermal management systems; efficient
actuators; and spectrally flat broadband detectors, and optical filters
with improved long-term stability and out-of-band rejection. Firms
having the required specialized capabilities to meet the above
requirement should submit a capability statement of 5 pages orless
indicating the ability to perform the effort as described above. Firms
are encouraged but not required to have the capabilities for Lidar
Systems, Spectrometers and Radiometers. However, all of the
capabilities for the development of mission and instrument concepts;
advanced instrument technology development; and flight instrument
component and system development for either Lidar Systems,
Spectrometers or Radiometers are required. Responses should be
submitted to NASA Langley Research Center, Industry Assistance Office,
Attn: Linda P. Fitzgerald, Mail Stop 144, Hampton, VA 23681-0001, or
by e-mail to l.p.fitzgerald@larc.nasa.gov. Responses must include the
following: (1) name and address of firm, (b) size of business: average
annual revenue for past 3 years and number of employees, (c )
ownership: Large, Small, Small Disadvantaged, 8(a), and/or Woman-Owned,
(d) number of years in business, (e) two points of contact: name,
title, phone, fax, and e-mail, (f) DUNS Number (if available), (g)
affiliate information: Parent company, joint venture partners,
potential teaming partners, prime contractor (if potential sub) or
subcontractors (if potential prime), (h) a list of customers covering
the past 5 years: highlight relevant work including a summary of work
performed, contract number, contract type, dollar value for each
customer reference and customer point of contact with phone number, and
interested parties should provide their company status relative to ISO
9000 compliance and/or third party registration. Technical questions
should be directed to John Costulis at (757)864-7174 or Steve Jurczyk
at (757)864-1865. Please advise if the requirement is considered to be
a commercial or commercial-type product. A commercial item is defined
in "Note A". This synopsis is for information and planning purposes
and is not to be construed as a commitment by the Government nor will
the Government pay for information solicited. Respondents will not be
notified of the results of the evaluation. Respondents deemed fully
qualified will be considered in any resultant solicitation for the
requirement. The Government reserves the right to consider a small
business or 8(a) set-aside based on responses hereto. The SIC code for
this procurement is 8731 with a small business size standard of 1000
employees. Closing date is 14 days from the date of publication of this
announcement. In responding reference SS274. Any referenced numbered
notes can be viewed at the following URL:
http://genesis.gsfc.nasa.gov/nnotes.htm. (0272) Loren Data Corp. http://www.ld.com (SYN# 0004 19971001\A-0004.SOL)
A - Research and Development Index Page
|
|