Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 30, 2011 FBO #3444
SOLICITATION NOTICE

A -- OCEAN COLOR IV

Notice Date
4/28/2011
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
 
ZIP Code
20771
 
Solicitation Number
OC-614-2
 
Archive Date
4/28/2012
 
Point of Contact
Lynne Hoppel, Contracting Officer, Phone 301-286-3035, Fax 301-286-0268, Email Lynne.C.Hoppel.1@gsfc.nasa.gov - Lynne Hoppel, Contracting Officer, Phone 301-286-3035, Fax 301-286-0268, Email Lynne.C.Hoppel.1@gsfc.nasa.gov
 
E-Mail Address
Lynne Hoppel
(Lynne.C.Hoppel.1@gsfc.nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC is hereby soliciting information about potential sources with thecapabilities to provide performance based services type support to NASA Goddard SpaceFlight Centers Ocean Ecology Branch (OEB), including support for current and futureflight projects, oceanographic laboratory and field programs, satellite and fieldinstrument development, and biological and physical oceanographic research projects. These efforts will be led by NASA research staff, but with substantial reliance onon-site contractor support in all phases of research, development, implementation, andoperations. A primary focus of the OEB is to produce, distribute, and validate global time-series ofbiological and physical oceanographic measurements derived from spaceborne remote sensingradiometric observations. These data products are made available to the internationalresearch community for climate change, global carbon cycle, and ocean ecosystem research. The work is performed within the auspices of the Ocean Biology Processing Group (OBPG),which is responsible for ocean color and sea surface temperature data production from theModerate Resolution Imaging Spectroradiometers (MODIS) currently operating on the Terraand Aqua spacecraft, as well as the production of ocean color products from legacymissions such as the Sea-Viewing Wide Field-of-view Sensor (SeaWiFS) and the Coastal ZoneColor Scanner (CZCS). The responder must be able to perform satellite instrumentcalibration analyses (preflight and on-orbit), vicarious calibration and validation tofield measurements, software and algorithm development for the processing of observedradiances to biogeophysical products, and development and operation of the processingsystem software and hardware to manage multiple data streams and massive (petabyte) datavolumes. The contractor will provide support for satellite data product distributionthrough the OceanColorWeb (http://oceancolor.gsfc.nasa.gov ), which requires developmentand maintenance of data browse and ordering systems and the management and enhancement ofhigh-speed networks and data servers. Additionally, the contractor will provide support for the Visible and InfraredImager/Radiometer Suite (VIIRS) that will soon be launched as part of the NationalPolar-orbiting Operational Environmental Satellite System (NPOESS) Preparatory Project(NPP).This task covers all activities required for the evaluation of the VIIRS/NPPocean Environmental Data Records (EDRs), with emphasis on the radiance, chlorophyll, andsea surface temperature products. The responder must demonstrate expertise in theend-to-end scientific requirements for satellite-based remote sensing of ocean color fromthe VIIRS instrument, including its unique sensor design, the instruments prelaunchcharacterization and methods developed for the post-launch calibration, algorithmrefinement and evaluation, and data product validation. The contractor will also provide support for NASAs collaboration with the space agencyof Argentina on the Aquarius mission for the collection of global sea surface salinitymeasurements. After launch, project management of the Aquarius mission will transfer tothe OBPG. The contractor will develop the Aquarius Data Processing System (ADPS) foracquisition and processing of raw sensor data into derived salinity values mapped tostandard global products, and for the archiving and distribution of these products. Inaddition, the contractor will develop, test, implement and operate the AquariusInstrument Command and Control System (ACCS) for operations scheduling, instrumentcommanding and anomaly resolution. There will be extensive mission readiness reviews,simulations and rehearsals and launch and early orbit coordination of the Aquarius/SAC-Dspacecraft, which requires interaction and coordinated planning between the AquariusGround System at NASA GSFC and the NASA Ground Network. The responder must demonstratethat they have the combined training and experience to provide continuation of missioncritical support, including the instrument planning and commanding, telemetry andperformance monitoring, and science data processing, and instrument testing activities.In addition, the contractor will provide support and expertise for new missions andadvance sensor development. This includes the development of a prototype hyperspectralremote sensing ocean color sensor that is currently underway within the OEB. Thecontractor will provide guidance for the testing of the prototype at GSFC and at theNational Institute of Standards and Technology, Gaithersburg. Furthermore, thecontractor will provide support for mission design and instrument characterization for anocean color radiometer to be selected and flown on the recently defined Pre AtmosphereClouds and Ecosystems (PACE) mission, and assist in establishment of missionrequirements for the Geostationary Coastal and Air Pollution Events (GEO-CAPE) mission.The responder must be capable of assessing the spectral, spatial, and temporalrequirements necessary to capture the variability of ocean biogeochemical processes,evaluating instrument design concepts, developing instrument test procedures, evaluatinginstrument calibration and characterization data, developing ocean color algorithms toexploit new sensor capabilities, and implementing such algorithms into an operationalprocessing scheme. In support of the satellite ocean color calibration, validation, and algorithmdevelopment efforts, the OEB also requires contractor support for participation inoceanographic field data collection campaigns, laboratory analysis of field measurements,and management of a database of in situ bio-optical and environmental observations(SeaBASS). Specifically, the contractor will support activities associated with thePhytoplankton Pigment Analysis Laboratory (PPAL) and the Field Program Support Office(FPSO) within the Ocean Ecology Branch. The PPAL uses a High Performance LiquidChromatography (HPLC) system to process field samples collected by investigatorssupported by the NASA Ocean Biology and Biogeochemistry Program. Currently, the PPALanalyzes approximately 3000 samples per year providing the concentrations of key pigmentsto the investigators. These results are also incorporated into SeaBASS. The FPSOparticipates in at least one major ocean cruise per year and collects optical data(apparent optical and inherent optical properties) and water samples for post-cruiseanalyses. All data collection and analyses (chemical and optical data) follow NASAprotocols. Water sample analyses for parameters like colored dissolved organic matter,suspended particulate matter, and particulate organic matter are conducted within theGSFC laboratory facilities. The PPAL and FPSO contract staff will participate in thefield data collection, maintain and operate the optical instrumentation and laboratoryequipment, and make recommendations on upgrades and additional instrumentation requiredfor the laboratory and field work. The responder is also expected to participate in field instrument development and must becapable of contributing to the conception, design, prototyping, and field commissioningof both fixed wavelength and hyperspectral optical sensors for above- and in-watersystems. Above-water instruments will be used for oceanic, atmospheric, and terrestrialapplications, so competencies in all three disciplines is necessary. In addition,expertise in data acquisition, processing, and synthesis for above- and in-waterinstrument types is required. The ability to establish and maintain quality assurance andquality control procedures, as well as to mitigate risk by creating and executing aquality assurance plan must be demonstrated. Documentation will be produced for allphases of instrument development and the respondent is expected to contribute not only todrafting the documentation, but also to finalizing and facilitating the publication anddistribution of the documentation. Finally, the contractor will support ongoing research directed at understanding marinebiogeochemistry and ecosystem dynamics and temporal variability on regional and globalscales. The research emphasizes the marine carbon cycle and the interactions andfeedbacks between biological (e.g., primary production), chemical (e.g., organic carbonand nutrient balances and fluxes), and physical processes (river discharge, mixed layerdynamics, circulation, etc.). This research is conducted in support of the NASA OceanBiology and Biogeochemistry Program (http://science.hq.nasa.gov/oceans/ ) and is alsodesigned to contribute to the U.S. Climate Change Research Program. To support theseresearch activities, the responder must demonstrate experience in field sample collectionon oceanographic vessels, laboratory measurements (chemical and optical), and satellitedata analysis. In all activities described above, the responder is expected to participate in thedrafting, editing, and final production of scientific documentation, e.g., technicalreports, journal articles, presentation, and posters, using NASA publication style andstandards. The work also involves word processing, as well as graphical layout anddesign. Knowledge of NASA Scientific and Technical Information (STI) publicationrequirements and procedures is required, as well as NASA Center for Aerospace Information(CASI) archiving procedures. The responder must be able to work effectively with theTechnical Information & management Services (TiMS) office to effect the printing ofdocumentation, as well as the Goddard mail center for any subsequent distribution of thepublished content.Based on past experience with existing contractor-support within the OEB, it is expectedthat the full range of activities described above will require 30-40 contractors with awide range of skill mix, including oceanographers and marine biologists, radiativetransfer specialists, optical engineers and calibration specialists, remote sensingscientists, software engineers and programmers, scientific programmer/analysts, datasystem developers and database managers, and information technologists. No solicitation exists; therefore do not request a copy of a solicitation. If asolicitation is released it will be synopsized in FedBiZOps and on the NASA AcquisitionInternet Service. It is the potential offerors responsibility to monitor these sitesfor the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet theabove requirements should submit a capability statement of no more than 5 pagesindicating the ability to perform all aspects of the effort described herein. Responsesmust include the following: name and address of firm, size of business; average annualrevenue for the past 3 years and number of employees; ownership; whether they are large,small, small disadvantaged, 8(a), HubZone, and/or women owned; number of years inbusiness; affiliate information; parent company, joint venture partners, potentialteaming partners, prime contractor (if potential sub) or subcontractors (if potentialprime); list of customers covering the past five years (highlight relevant workperformed, contract numbers, contract type, dollar value of each procurement; and pointof contact address and phone number).Please advise if the requirement is considered to be a commercial or commercial-typeproduct. A commercial item is defined in FAR 2.101. The NAICS Code and Size Standardare 541712 and 1500 employees respectively. This synopsis is for information and planning purposes and is not to be construed as acommitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemedfully 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 onresponses hereto. All responses shall be submitted to Lynne Hoppel via email no laterthan April 20, 2011. Please reference Ocean Color IV in any response.Any referencenotes may be viewed at the following URL links below.IMPORTANT FOR ALL: NOTE THAT THE TELEPHONE NUMBER, FAX NUMBER AND EMAIL POINT OF CONTACTINFORMATION LISTED BELOW FOR LYNNE HOPPEL IS INCORRECT. MS. HOPPEL MAY ONLY BE REACHEDAT 410/349-4699. THERE IS NO FAX AVAILABLE FOR MS. HOPPEL. HER EMAIL ADDRESS ISLYNNE.C.HOPPEL@NASA.GOV
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/OC-614-2/listing.html)
 
Record
SN02435671-W 20110430/110428234625-cd764ff21631967718dc8552330b4912 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.