SPECIAL NOTICE
A -- TEAMING OPPORTUNITY FOR ADVANCED COMPONENT TECHNOLOGY {ACT} FOR RISKREDUCTION ON THE GLOBAL ATMOSPHERIC COMPOSITION MISSION {GACM} MISSION
- Notice Date
- 6/25/2008
- Notice Type
- Special Notice
- 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-NNL08ACT-RRGACM
- Archive Date
- 6/25/2009
- Point of Contact
- Liliana J Richwine, Contract Specialist/Contracting Officer, Phone 757-864-2478, Fax 757-864-7709, - Nancy M Sessoms, Contracting Officer, Phone 757-864-2471, Fax 757-864-7709
- E-Mail Address
-
Liliana.J.Richwine@nasa.gov, Nancy.M.Sessoms@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)NNH08ZDA001N-ACT Appendix A.21 Advanced Component Technologies. The NRA, Appendix A.21can be accessed athttp://nspires.nasaprs.com/external/viewrepositorydocument/cmdocumentid=128859/A.21 %20Ver2%20ACT.pdf.Participation 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 andwomen-owned small businesses (WOSBs) are encouraged to apply. Participation by non-U.S.organizations is welcome but subject to NASAs policy of no exchange of funds, in whicheach government supports its own national participants and associated costs.The objectives of the ACT Program are to research, develop, and demonstrate component-and subsystem-level technology developments that: Reduce the risk, cost, size, volume, mass, and development time of Earth observinginstruments and platforms, and Enable new Earth observation measurements.The ACT segment of the overall Earth Science Technology Office (ESTO) program advancescore component technologies to a technology readiness level (TRL) that enables them tograduate to other programs, such as the Instrument Incubator Program, or to directlyinfuse them into a mission.This opportunity focuses on advancing the components and subsystem technologies that arenecessary to implement the measurements described in the National Research Council's(NRC) Decadal Survey (Reference: Earth Science and Applications from Space: NationalImperatives for the Next Decade and Beyond, ISBN: 0-309-66900-6 (2007) or access a freepdf download from http://www.nap.edu/catalog/11820.html ). Measurements called for inthe Decadal Survey have been assembled into fourteen (14) mission concepts with startdates ranging from 2010 to 2020 for implementation by NASA. The Global Atmospheric Composition Mission (GACM) mission, as described in the NRCDecadal Survey, requires transformational improvements in the understanding ofchemical-weather processes on regional to global scales and to make a revolutionaryimprovement in the ability to model and forecast global atmospheric chemistry, airpollution, and surface UV radiation. Achieving those objectives requires measurement ofthe global distribution of tropospheric O3 at sufficient vertical resolution tounderstand tropospheric chemistry and dynamic processes in tropical, mid-latitude, andhigh-latitude regions and the measurement of key trace gases (CO, NO2, CH2O, and SO2) andaerosols that either are related to photochemical production of O3 or can be used astracers of tropospheric pollution and dynamics. The objectives of GACM require a uniquecombination of passive and active remote sensing instruments in low Earth orbit (LEO).Passive nadir measurements of CO, O3, NO2, SO2, CH2O, and aerosols can be made globallyfrom a Sun-synchronous orbit, which is the implementation recommended here. To achievethe desired high-vertical-resolution O3 measurements to better than 2 km across themiddle to lower troposphere with concurrent profiles of aerosols and atmosphericstructure to better than 150 m, an active system operating in a polar LEO is required.The measurements can be made with a differential-absorption lidar (DIAL) system operatingin the UV (305320 nm) for O3 and in the visible (500650 nm) for aerosols. LaRC isseeking potential partner(s) with the potential for making significant contributions toenhancing the technology readiness of the GACM measurements recommended by the DecadalSurvey. In particular, NASA LaRC is seeking potential partners with capabilities in the followingtechnical areas:1)Space-qualifiable UV laser transmitter components and subsystems, including butnot limited to second harmonic generator, seed laser, optical parametric amplifier,optical parametric oscillator, and sum frequency generator technologies, meeting the GACMrequirements;2)Technologies and components with the potential of reducing the power-apertureproduct required for GACM measurements;3)Supporting technologies including, but not limited to, cavity locking schemes,drive electronics, energy efficient compact packaging designs coupled with optimizedcooling technologies, and high speed digitizing electronics.Teaming with providers of and leveraging emerging technologies, such as current andrecent Small Business Innovative Research awards(http://sbir.gsfc.nasa.gov/SBIR/awards.htm ), is of special interest.If selected through this synopsis, it is expected that selected partner(s) will work withNASA LaRC scientists and engineers to jointly develop the proposal. If the proposal isselected, 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 inthe following order of importance: (1) Relevant experience, past performance, technical capability, and availability of keypersonnel. This criterion evaluates the offeror's relevant recent experience, pastperformance in similar development activities, technical capability to perform thedevelopment and key personnel available to support the development. Substantive evidenceof successful participation in similar developments should be included. (2) Cost and schedule control. This criterion evaluates the offeror's ability to controlboth cost and schedule. The ability of the offeror to complete projects on time andwithin the modest, fixed budgets that are characteristic of Advanced Component Technologyis key. The offeror should provide evidence of successfully controlling cost and schedulefor similar development programs and provide evidence of management processes in thisarea. (3) Facilities. This criterion evaluates the offeror's facilities (development, testing,and analyses) to conduct the development or demonstration of the proposed task. Theofferor should discuss facility availability, access, and the ability to meet theproposed objectives. RESPONSE INSTRUCTIONS: Responses to this partnering synopsis shall be limited to eight(8) pages in not less than 12-point font. Responses should include a description of thecandidate component- and/or subsystem-level technology to be proposed and an assessmentof relevance to the objectives of the ACT solicitation as outlined in NNH08ZDA001N-ACT. Responses must address each of the aforementioned evaluation criteria. All responsesshall be submitted to LaRC via e-mail by 5:00 PM EST on July 7, 2008 to:Rosemary.R.Baize@nasa.gov. Technical and Programmatic questions should be directed to: Rosemary Baize atRosemary.R.Baize@nasa.gov. Procurement questions should be directed to:Liliana.j.Richwine@nasa.gov.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b7bbc27eabeb69cf60f211ae5d508bda&tab=core&_cview=1)
- Record
- SN01600641-W 20080627/080625215829-b7bbc27eabeb69cf60f211ae5d508bda (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 |