Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2003 FBO #0609
SOLICITATION NOTICE

C -- HYPERSPECTRAL ENVIRONMENTAL SUITE (HES) STUDIES

Notice Date
7/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
DRFP5-03253-GCC
 
Archive Date
7/29/2004
 
Point of Contact
Nathan Watters, CONTRACT SPECIALIST, Phone (301) 614-5584, Fax (301) 614-5619, Email Nathan.Watters-1@nasa.gov - Caesar Gooden, Contract Specialist, Phone (301) 286-0109, Fax (301) 286-0109, Email Caesar.Gooden-1@nasa.gov
 
E-Mail Address
Email your questions to Nathan Watters
(Nathan.Watters-1@nasa.gov)
 
Description
NASA Goddard Space Flight Center (GSFC) plans to issue a Progressive Competition Draft Request For Proposal (DRFP)5-03253-GCC for industry comment. NASA GSFC, in support to National Oceanic and Atmospheric Administration requires a contractor to perform the formulation and implementation activities for the Hyperspectral Environmental Suite (HES) for the upcoming Geosynchronous Operation Environmental Satellite (GOES) R series. The HES is being developed to provide infrared and visible data collection capabilities for the GOES program series of geo-synchronous satellites to replace the current GOES Series Sounding instrumentation. HES will provide improved atmospheric temperature and moisture profiles for weather forecasting. The first instrument is expected to fly on GOES-R in 2012 and will be capable of performing multiple tasks in support of environmental sciences. During this first phase, "Formulation," the Contractor will complete Systems Requirements Analysis, System Trade Studies, Systems Requirements Baseline and Conceptual Design of a HES instrument. At a minimum, the HES shall be capable of Disk Sounding for temperature and moisture, severe weather/mesoscale sounding for temperature and moisture and shelf and coastal waters images. The following Trade Studies will be required during the formulation phase: 1) Spectral Detection Instrumentation Methods vs. Wavelength Trade Study; 2) Back-up Imaging Mode Trade Study; 3) Pixel Size Trade Study; 4) Coverage Rate Trade Study; 5) Calibration Methodologies Trade Study; 6) Rapid Local Area Image Update Study; 7) Data Rate Trade Study; 8) Detector Thermodynamic Trade Study; 9) Degraded Instrument Performance Trade Study; 10) Instrument Mechanical and Electrical Properties Trade Study; and any additional trade studies as proposed by the contractor(s). The Contractor is also expected to perform risk assessments and prepare management plans as well as concept design and cost estimates. Technical documents have been made available by GSFC at the GOES-R Series Industry Information website http://goes2.gsfc.nasa.gov/goesr_industry.htm This effort will be a full and open competition and will be acquired in two distinct phases: Phase 1 - Formulation; and Phase 2 - Implementation. The applicable NAICS is 541330 "Engineering Services." Two or more Phase 1 - Formulation awards are anticipated leading to a single Phase 2 - Implementation award. A progressive competition strategy will be used with down-selection of sources between phases. The competition for Phase 2 - Implementation will build on the results of Phase 1 - Formulation will include successful completion of Phase 1 requirements. Accordingly, NASA anticipates that only Phase 1 - Formulation contractors will be capable of successfully competing for Phase 2. NASA will synopsize the second phase competition in accordance with FAR 5.201 and 5.203, but does not plan to issue a new, formal solicitation. Instead, proposals will be requested from the initial phase contractors by a letter that will include detailed proposal preparation instructions and evaluation criteria. Although a new, formal solicitation will not be issued, any responsible source may submit a proposal for Phase 2, and these proposals will be considered by the agency. Other than the initial phase contractors, all material furnished in Phase 1 will be furnished to prospective offerors for Phase 2. To be considered for Phase 2 award, offerors must demonstrate a design maturity equivalent to that of the initial phase contractors, such demonstration to include any initial phase deliverables upon which the second phase award may be based. Failure to fully and completely demonstrate the appropriate level of design maturity may render the proposal unacceptable with no further consideration for contract award. This DRFP is for information and planning purposes. No proposal is requested, and no contract will be awarded as a result of this DRFP. Potential Offerors are invited to comment on all aspects of the solicitation, including the requirements, proposal instructions, and evaluation approach. If your comments include recommendations for revisions, you must provide your rationale for such revisions. NASA anticipates issuance of the DRFP during the month of August 2003 with industry comments due approximately 14 days from the date the DRFP is first made available. Monitor the NASA/GSFC Business Opportunities page Internet site for the release of the DRFP and subsequent RFP. NASA anticipates issuance of the final RFP approximately 30 days after DRFP comments are received with proposals due 30 days later. An ombudsman has been appointed -- See NASA Specific Note "B". The solicitation and any documents related to this procurement will be available over the Internet. These documents will be in Microsoft Office 97 format and will reside on a World-Wide Web (WWW) server, which may be accessed using a WWW browser application. The Internet site, or URL, for the NASA/GSFC Business Opportunities page is http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=C&pin=51 Prospective offerors are requested to notify this office of their intent to submit an offer. 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 draft and final solicitation and amendments (if any). Any referenced numbered notes may be viewed at the following URLs linked below. All contractual and technical questions must be submitted in writing (e-mail or FAX). Telephone questions will not be accepted.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=51#106802)
 
Record
SN00386316-W 20030731/030729214147 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.