SOURCES SOUGHT
A -- PACE Polarimeter Instrument
- Notice Date
- 6/17/2016
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
- ZIP Code
- 20771
- Solicitation Number
- RFI-GSFC-PACE-Polarimeter
- Archive Date
- 6/18/2018
- Point of Contact
- Michael Levy, Phone: 301.286.0621
- E-Mail Address
-
michael.w.levy@nasa.gov
(michael.w.levy@nasa.gov)
- Small Business Set-Aside
- N/A
- Description
- The National Aeronautics and Space Administration (NASA) Goddard Space Flight Center (GSFC) Plankton, Aerosols, Clouds and oceans Ecosystem (PACE) mission 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 the PACE polarimeter instrument. 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. The NASA GSFC PACE poloarimeter instrument requirements are as follows: The PACE Project is considering the procurement of a multi-angle polarimeter instrument to provide ongoing and improved observations of aerosols and clouds and to enhance the capabilities of the primary Ocean Color Instrument (OCI) regarding ocean color atmospheric correction. Overall, the purpose of the PACE mission is to make global measurements of ocean color, clouds, and aerosol particles to enable unprecedented studies of ocean ecology, aquatic biogeochemistry, and the forcings and feedbacks that control the climate. The PACE project is being executed as a Design-To-Cost (DTC) mission where a fixed amount of funding has been allocated to execute all aspects of the mission. The polarimeter will be a secondary instrument on the PACE spacecraft, and thus if the projected cost of the instrument exceeds our allocated budget for this instrument, it will not be procured. The polarimeter should be considered a class ‘C' instrument per ‘NASA Procedural Requirements (NPR) 8705.4 Risk Classification for NASA Payloads' and should be designed, fabricated and tested according to standard space flight requirements. A Firm Fixed Price (FFP) contract type is anticipated for any Request for Proposal that may result from this RFI. Polarimeter Instrument Overview and Science Objectives A procured polarimeter will be used to collect measurements of some or all of the following aerosol properties under cloud-free scenes, scenes with aerosols over low-level clouds, and partly cloudy scenes with aerosols below clouds: • Aerosol Optical Thickness (AOT) • Single Scattering Albedo (SSA) • Asymmetry factor of the aerosol scattering phase function • Aerosol refractive index • Water uptake by aerosols • Aerosol size distributions • Aerosol number concentration, which determines the total amount of potential Cloud Condensation Nucleus (CCN) • Aerosol shape • Aerosol layer height A polarimeter instrument will also be used to collect measurements of some or all of the following cloud properties: • Cloud Optical Thickness • Cloud Albedo • Cloud Droplet Effective Radius • Cloud Droplet number concentration • Cloud Phase • Cloud base/top height • Cloud cover The measurements of the aerosol and cloud properties given above will address the following scientific objectives: • Improve representation of clouds and aerosols in climate models Detailed and accurate measurements of optical properties (AOT, SSA, phase function) from a procured instrument will allow validating and improving the optical aerosol properties in climate models. This is essential to improve the model capability to calculate the direct aerosol radiative forcing. Furthermore, measurements of microphysical properties (size, composition) are required to test model parameterizations of of aerosol through their lifecycle of emission, processing, and transport. Relationships between aerosol and cloud properties are essential for model evaluation and improvements in estimates of the indirect aerosol forcing. • Atmospheric correction for ocean color remote sensing A primary focus of the PACE mission is to retrieve water-leaving reflectance spectra for use in deriving marine optical properties and key biological and biogeochemical variables. Achieving highly accurate water-leaving reflectance requires proper characterization of atmospheric properties, including aerosol particles, which has been shown to be challenging in the presence of absorbing aerosols. Improved characterization of aerosol particles from the proposed instrument will enhance this ocean color atmospheric correction process. Purpose of RFI The purpose of this RFI is to identify potential interest in providing a multi-angle polarimeter for the PACE Project based on the following "Mission Characteristics", "Threshold Requirements" and "Enhanced Capabilities". These should be considered as guidelines for the purposes of the RFI. This RFI is for information and planning purposes and to allow industry the opportunity to verify reasonableness and feasibility of the requirements and to promote competition. Mission Characteristics The PACE project is being executed as a Design-To-Cost (DTC) mission as previously described. PACE Spacecraft Orbit: ~675 km, ~98 degree inclination polar, sun synchronous orbit with a local equator ascending node crossing time of 1:00 pm (Note: The sun will always stay on the same side of the spacecraft. The beta angle is 10.0° to 22.5°). Launch Date: August 18, 2022 Mission Life: Baseline of 3 years Resource Allocation for the Instrument: The following resource parameters are guidelines. In the RFI response, it is recommended that if any of the following resource allocations are exceeded, that they be specifically identified along with an explanation for the exceedance. Volume: Sensor: 1.0 m X 1.0 m X 0.5 m (lwh) Electronics: 0.5 m X 0.5 m X 0.25 m (lwh) Mass: 100 kg Power orbit average: 100 W Downlink data rate orbit average: 10 Mbps Threshold Polarimeter Instrument Requirements The minimum performance requirements are listed for each category below. In the RFI response, it is recommended that if any of the following threshold requirements cannot be met, that an explanation as to why this is acceptable be provided. Spectral Channels (with and without polarization) Aerosol and Cloud Measurements: Four spectral bands covering the range 400-1600 nm if dense angular sampling is available. Additional band in the 2200 nm window desired if only sparse angular sampling available. Atmospheric Correction: Four spectral bands covering the range 400-1600 nm. Uncertainty in Degree of Linear Polarization (DoLP) Aerosol and Cloud Measurements: Less than 0.01 uncertainty in DoLP. Atmospheric Correction: Less than 0.01 uncertainty in DoLP. Swath Width Aerosol and Cloud Measurements: ±15° Atmospheric Correction: ±25° Number of Angles Aerosol Measurements: 4 view angles selected to minimize glint contamination. Cloud Measurements: 5-6 view angles over the required angular range Atmospheric Correction: 4 view angles selected to minimize glint contamination and match ocean color observational geometries. Angular Range (at nadir and swath edge) Aerosol and Cloud Measurements: ±50° view angle range from nadir as measured at the satellite for spectral bands between 400 and 1000 nm. Atmospheric Correction: ±50° view angle range from nadir as measured at the satellite for spectral bands between 400 and 1000 nm. Pixel Size Aerosol and Cloud Measurements: 5 km. Atmospheric Correction: 5 km. Radiometric Accuracy Aerosol and Cloud Measurements: 5% Atmospheric Correction: 5%   Enhanced Polarimeter Instrument Capabilities The following are additional polarimeter instrument capabilities that would provide performance above the minimum required and that are of particular relevance to aerosol and cloud science. Please describe which, if any, of these enhanced capabilities can be attained by the instrument concept. The specific parameters include: Spectral Channels (with and without polarization) Aerosol and Cloud Measurements: Addition of i) a band at 940 nm, or bands in the Oxygen A-band for cloud and aerosol layer information; ii) bands at 1378, or 1880 nm that are designed for detection and characterization of cirrus clouds; iii) a band in the 2200 nm window. Uncertainty in Degree of Linear Polarization Aerosol and Cloud Measurements: Less than 0.005 uncertainty in DoLP. Swath Width Aerosol and Cloud Measurements: ±30° Number of Angles Aerosol Measurements: 10 view angles selected to minimize glint contamination. Liquid Water Cloud Measurements: ~50 view angles in at least a single spectral band for cloud bow retrievals of droplet size. Angular Range (at nadir and swath edge) Aerosol and Cloud Measurements: ±55° view angle range from nadir as measured at the satellite for all spectral bands Pixel Size Aerosol and Cloud Measurements: 1 km Radiometric Accuracy Aerosol and Cloud Measurements: 3% Response Content Requirements This RFI is to solicit specific capability information from industry and promote competition. For planning purposes, we are requesting that the responses to this RFI include the following information: 1) A brief description of the technical capabilities, key interfaces, compliance with the requirements (and/or enhanced capabilities) contained herein, operations concept (assume GSFC is performing on-orbit operations) and heritage of the instrument. 2) Identification of any deviations from the capabilities requested and/or interface requirements that would allow the provision of a polarimeter at reduced cost (including a class ‘D' instrument), and associated cost reduction. 3) The approximate mass, orbit average power, volume and orbit average and peak downlink data rate requirements for the instrument. 4) A brief description of company capabilities, applicable facilities, and experience designing and building spaceflight instruments. 5) Notional high-level schedule for instrument implementation through delivery to the project. For planning purposes, respondents should assume contract award date of April 2017. 6) The approximate cost of a delivery of single instrument. Include costs with and without an Engineering Test Unit (ETU). Costs should be in real year dollars. Include total cost and a cost breakdown to include: a. instrument design, fabrication and test, b. I&T support at the spacecraft facility, c. launch support, d. operations support (on-call maintenance throughout Phase E). e. algorithm development and implementation, and data analysis. 7) Description of key technical, schedule, and price drivers and options to mitigate risks and/or reduce schedule. 8) Identification of any potential developmental risk items, parts or subsystems and a brief explanation as to how to mitigate that risk. 9) For this RFI, a Firm Fixed Price (FFP) contract type should be assumed. Please indicate if your company would consider a Firm Fixed Price contract for a potential future RFP. It is not NASA's intent to publicly disclose vendor proprietary information obtained during this solicitation. To the full extent that it is protected pursuant to the Freedom of Information Act and other laws and regulations, information identified by a respondent as "Proprietary or Confidential" will be kept confidential. The North American Industry Classification System (NAICS) code for this procurement is 336419, Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing, with a size standard of 1,000 employees. Estimated award date for this contract is April 2017. The estimated launch date for the PACE spacecraft is August 2022. 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 offeror's responsibility to monitor these sites for the release of any solicitation or synopsis. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement indicating the ability to perform all aspects of the effort described herein. Responses must include the following: name and address of firm, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are large, small, small disadvantaged, 8(a), Woman-owned, Veteran Owned, Service Disabled Veteran Owned, Historically Underutilized Business Zone and Historically Black Colleges and Universities)/Minority Institutions; number of years in business; affiliate information: parent company, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). 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. Technical questions should be directed to: Adam Matuszeski at Adam.J.Matuszeski@nasa.gov or Tom Dixon at Tom.Dixon@nasa.gov. Procurement related questions should be directed to: Michael Levy at michael.w.levy@nasa.gov. Interested offerors shall address the requirements of this RFI in written format as described in the previous paragraphs by electronic mail to: Tom Dixon at Tom.Dixon@nasa.gov, and Michael Levy at michael.w.levy@nasa.gov no later than 5:00 PM EST on Monday, July 18, 2016. Responses can be submitted via email. The subject line of the submission should be "RFI for PACE Polarimeter Instrument," and attachments should be in Microsoft WORD, POWERPOINT, or PDF format. The email text must give a point-of-contact and provide his/her name, address, telephone/fax numbers, and email address.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/RFI-GSFC-PACE-Polarimeter/listing.html)
- Record
- SN04153810-W 20160619/160617234413-f3d98c977ff915ae3d17176d89b0aa9d (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 |