Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
SOURCES SOUGHT

A -- TEAMING OPPORTUNITY TO DEVELOP MILITARY STANDARD PACKAGED AIR COOLED COMPACTHIGH POWER THULIUM FIBER PUMP LASER FOR INSTRUMENT INCUBATOR PROGRAM

Notice Date
6/23/2010
 
Notice Type
Sources Sought
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Langley Research Center, Mail Stop 144, Industry Assistance Office, Hampton,VA 23681-0001
 
ZIP Code
23681-0001
 
Solicitation Number
SS-NNL10IIP-FiberPumpLaser
 
Response Due
7/9/2010
 
Archive Date
6/23/2011
 
Point of Contact
Teresa M Hass, Contract Specialist/Contracting Officer, Phone 757-864-8496, Fax 757-864-7709, Email Teresa.M.Hass@nasa.gov - Robert B. Gardner, Contracting Officer, Phone 757-864-2525, Fax 757-864-7898, Email Robert.B.Gardner@nasa.gov
 
E-Mail Address
Teresa M Hass
(Teresa.M.Hass@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
This partnering synopsis solicits potential partners to participate in developing aproposal addressing the goals and objectives of NASA Research Announcement (NRA)NNH10ZDA001N-IIP Appendix A.35 Instrument Incubator. The NRA, Appendix A.35 can beaccessed at:http://nspires.nasaprs.com/external/viewrepositorydocument/cmdocumentid=221214/A.35%20IIP.pdfParticipation in this partnering synopsis is open to all categories of U.S. and non-U.S.organizations, including educational institutions, industry, not-for-profit institutions,the Jet Propulsion Laboratory, as well as NASA Centers and other U.S. GovernmentAgencies. Historically Black Colleges and Universities (HBCUs), Other MinorityUniversities (OMUs), small disadvantaged businesses (SDBs), veteran-owned smallbusinesses, service disabled veteran-owned small businesses, HUBzone small businesses,and women-owned small businesses (WOSBs) are encouraged to apply. Participation bynon-U.S. organizations is welcome but subject to NASAs policy of no exchange of funds,in which each government supports its own national participants and associated costs.The Instrument Incubator Program (IIP) fosters the development of innovative instrumentsand measurement techniques and their assessment in ground, aircraft, or engineering modeldemonstrations. It is designed to reduce the risk of new, innovative instrument systemsso that they can be successfully used in future science missions.In response to the IIP, partners are sought for efforts focused on developing andpackaging an air cooled, 80 Watt Tm:Fiber pump laser for airborne lidar application. Thelaser should be compact and physical dimension should be approximately 10X18X2 and milstandard packaged for air deployment. This laser will pump a Holmium:Yttrium-Lithium-Fluoride (Ho:YLF) laser system to generate high-repetition rate, pulsed2-micron wavelength for column CO2 measurement from an airborne platform. This effortwill lead to a packaged coherent differential absorption lidar/integrated pathdifferential absorption (DIAL/IPDA) system for CO2 measurement and potential validationof Active Sensing of CO2 Emissions over Nights Days and Seasons (ASCENDS) missioninstruments. ASCENDS is an active remote sensing mission proposed by the NationalResearch Councils (NRC) Decadal Survey (Reference: Earth Science and Applications fromSpace: National Imperatives for the Next Decade and Beyond, ISBN: 0-309-66900-6 (2007) oraccess a free pdf download from http://www.nap.edu/catalog/11820.html)In particular NASA LaRC is seeking potential partners having demonstrated experience andexpertise with packaging high power, air cooled Tm:Fiber laser for airborne lidarapplications. Additionally, an understanding of design, development and packaging ofTm:Fiber pumped Ho systems for generating mid-infrared lasers is highly desirable.Teaming with providers of and leveraging emerging technologies, such as current andrecent Small Business Innovative Research awards(http://sbir.gsfc.nasa.fov/SBIR/awards.htm), is of special interest.If selected through this synopsis, it is expected that the selected partner(s) will workwith NASA LaRC scientists and engineers to jointly develop the proposal. If the proposalis selected, NASA LaRC anticipates issuing contracts or other agreements to the selectedpartner(s) for performance of the proposed tasks.This partnering opportunity does not guarantee selection for award of any contracts orother agreements, nor is it to be construed as a commitment by NASA to pay for theinformation solicited.It is expected that the partner(s) selected would provide (at nocost to NASA) conceptual designs, technical data, proposal input, project schedules, andcost estimates. Partner selections will be made by LaRC based on the listed criteria in the followingorder of importance:(1) Relevant experience, past performance, technical capability, key personnelavailability, and demonstration of delivering similarly packaged laser system. Thiscriterion evaluates the proposers relevant recent experience, past performance insimilar development activities, technical capability to perform the development, and keypersonnel available to support the development. Substantive evidence of successfulparticipation in similar developments should be included.(2) Cost and schedule control.This criterion evaluates the proposers ability tocontrol both cost and schedule. The proposer should provide evidence of successfullycontrolling cost and schedule for similar development programs and provide evidence ofmanagement processes in this area.(3) Facilities. This criterion evaluates the proposers facilities (development,testing, and analysis) to conduct the development or demonstration of the proposed task. The proposer should discuss facility availability, access, and the ability to meet theproposed objectives.NASA will not reimburse organizations for the cost of submitting information in responseto this synopsis. NASA will not pay for technical assessment or proposal preparationcosts incurred by the team members.RESPONSE INSTRUCTIONS: Responses to this partnering synopsis shall be limited to 8 pagesin not less than 12-point font. Responses must address the aforementioned evaluationcriteria. All responses shall be submitted to LaRC electronically via email by 5:00pm EST on July9th, 2010 to Upendra Singh (Upendra.N.Singh@nasa.gov) and Teresa M. Hass(Teresa.M.Hass@nasa.gov). Technical and Programmatic questions should be directed to Upendra Singh atUpendra.N.Singh@nasa.gov. Procurement questions should be directed to Teresa M. Hass atTeresa.M.Hass@nasa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/LaRC/OPDC20220/SS-NNL10IIP-FiberPumpLaser/listing.html)
 
Record
SN02186039-W 20100625/100623235125-62519286166e5245e03a45a76c64dda4 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.