SOURCES SOUGHT
66 -- SUN PHOTOMETERS
- Notice Date
- 4/8/2015
- Notice Type
- Sources Sought
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771
- ZIP Code
- 20771
- Solicitation Number
- NNG15520138L
- Response Due
- 4/24/2015
- Archive Date
- 4/8/2016
- Point of Contact
- Tamika Seaforth, Contract Specialist, Phone 301-286-4830, Fax 301-286-5373, Email tamika.r.seaforth@nasa.gov - Makara K. Nevils, Contracting Officer, Phone 301-286-4909, Fax 301-286-5373, Email Makara.K.Nevils@nasa.gov
- E-Mail Address
-
Tamika Seaforth
(tamika.r.seaforth@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- NASA/GSFC is hereby soliciting information about potential sources for commercially available low power consumption multiband sun photometers in support of the Aerosol Robotic Network (AERONET) project. The National Aeronautics and Space Administrations (NASAs) Goddard Space Flight Center (GSFC) is seeking capability statements from all interested parties, including Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for commercially available sun photometers (Note:a commercial item is defined in FAR 2.101). The AERONET project is an internationally federated network of sun photometers. The program provides a long-term, continuous and readily accessible public domain database of aerosol optical, microphysical and radiative properties for aerosol research and characterization, validation of satellite retrievals, and synergism with other databases. This global network, imposes standardization across all AERONET instrumentation such that future instruments will be compatible with the current systems in the network.The instrumentation must have the ability to automatically make sun and sky-scan measurements according the AERONET protocols with almucantars, principle planes and direct sun triplets as documented in the AERONET webpage: http://aeronet.gsfc.nasa.gov. The system must have the capability to collect and transmit data via the Data Collection System (DCS).The instrument must be able to withstand harsh weather conditions including temperatures from -40 C to +50C and still be able to collect and transmit data consistently in various climate settings. The instrumentation should be light, portable to facilitate shipping, and be easy to install in the field. Because of poor infrastructure at many remote locations, the instrument must be able to operate on 5 watt solar panels and batteries. The Government reserves the right to consider a Small, 8(a), Woman-owned (WOSB), Service Disabled Veteran (SD-VOSB), or HUBZone business set-aside based on responses hereto. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any solicitation or synopsis. Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references. Your documentation should include data on measurement specifications, power consumption, environmental conditions and weight. It should also include information on software and instrument options. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. Respondents deemed fully qualified will be considered in any resultant solicitation for the requirement. All responses shall be submitted to Tamika Seaforth no later than April 24, 2015. Please reference NNG15520138L in any response. Any referenced notes may be viewed at the following URLs linked below.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG15520138L/listing.html)
- Record
- SN03693051-W 20150410/150408234805-73df9c92486b2a3e7450027bb6cff5d2 (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 |