SOURCES SOUGHT
A -- GEOSTATIONARY LIGHTNING MAPPER (GLM)
- Notice Date
- 9/28/2004
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- GCV-GLM-0001
- Response Due
- 10/15/2004
- Archive Date
- 9/28/2005
- Description
- The National Aeronautics and Space Administration (NASA) is seeking capabilities from small, small-disadvantaged and women-owned small businesses (including Historically Black Colleges and Universities (HBCU) and Other Minority Educational Institutions) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for a future requirement. NASA Goddard Space Flight Center (GSFC) plans to issue a Draft Request for Proposal (DRFP) for performance to compete the formulation and implementation phase of the Geostationary Lightning Mapper (GLM) The acquisition of GLM will follow a phased development strategy and will include two major phases: Formulation and Implementation. The work completed under the Formulation Phase will provide a foundation for the future Implementation Phase and will be used as the foundation for the contract to be awarded following the successful Formulation completion. During the Formulation Phase, the contractor will complete Systems Requirements Analysis, System Trade Studies, Systems Requirements Baseline, and Conceptual Design of a GLM instrument. The GLM is being developed to 1) Provide continuous, full disk lightning measurements for storm warning and nowcasting; 2) Provide longer warning of tornadic activity; and 3) Accumulate a long term database to track decadal changes. The Formulation Phase encompasses both technical and program management effort. The following Trade Studies will be required, as a minimum, during the Formulation Phase: 1) Requirements Analysis, System Configuration and Coverage Trade Study; 2) Zones of Reduced Data Quality Study; 3) Yaw Flip Accommodation; 4) Additional trade studies as proposed by the Contractor. The Implementation Phase will cover all efforts required to complete the development of the Geosynchronous Operational Environmental Satellite (GOES) ?R? series. The GOES-R series goes beyond the GOES-I and GOES-N series. Imagery and sounding data will be collected with significantly improved spatial and spectral resolution at faster coverage rates over comparable or larger areas. More complete coverage of weather events, including sounding through clouds, remains a goal of the GOES-R satellite. Geosynchronous lightning measurements will be provided for the first time. The oceans category will contain requirements on coasts and oceans. The GOES-R will include solar and space requirements that contain the need for the current Space Environment Monitoring capability, as well as additional solar and energetic particle monitoring in earth?s magnetosphere. There will be an evolving document updated after the Formulation Phase is concluded. The GOES-R series of satellites will be controlled from the National Oceanic and Atmospheric Administration facilities on the ground. The mission will provide data and products until the year 2025. NASA anticipates issuance of the final Request for Proposals (RFP) on or about 1/14/2005, for the acquisition of the Formulation Phase Contract, with proposals due 30 days later. The acquisition will be conducted as a two-phased procurement using a progressive competition down-selection technique between phases, per NASA Federal Acquisition Regulation 1852.217-72. Notwithstanding NASA?s expectation that only the Formulation Phase contractors will be capable of successfully competing for the Implementation Phase, all proposals will be considered. The government anticipates that up to two contractors will be selected for a fixed-price Formulation Phase contract. To be considered for the Implementation Phase award, offerors must demonstrate a design maturity equivalent to that of the Formulation Phase contractors. This demonstration shall include the elements of the Formulation Phase deliverables upon which the Implementation Phase award will be based. The government does not intend to acquire a commercial item using FAR Part 12. See Note 26. The NAICS Code and Size Standard are 541330 and $4.0M, respectively. The DPAS rating for this procurement is DO-C9. Two copies of capability statements shall be submitted to NASA GSFC, Code 210.6, Greenbelt, MD 20771, Attn: Lori Levine (tel: 301.286.2533, e-mail: Lori.M.Levine@nasa.gov, fax: 301.286.0383) on or before 10/15/04. To facilitate a prompt review by the NASA team, a one-page summary shall be affixed to the front of the capability statement submitted which identifies for the evaluator, by page and paragraph, your company?s relevant capability. It is insufficient to provide only general brochures or generic information. Statements must address specifically the capabilities to support the GLM Formulation and/or Implementation Phase. Additionally, respondents shall provide to the government, the name, address, point of contact, and telephone number of at least three current customers in which similar research and development services have or are being provided. Capability statements should not contain company-sensitive information. Questions regarding this notice or this procurement should be directed to the Contracting Officer Lori Levine at the phone number or e-mail address listed above. This synopsis is not to be construed as a commitment by the government, nor will the government pay for the information solicited. Respondents will not be notified of the results of the review.
- 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#112826)
- Record
- SN00683631-W 20040930/040928212506 (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 |