Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 24, 2016 FBO #5480
SOLICITATION NOTICE

66 -- Airborne Terrestrial LiDAR Scanning System

Notice Date
11/22/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Greenbelt, Maryland, 20771
 
ZIP Code
20771
 
Solicitation Number
NNG17605530
 
Archive Date
12/15/2016
 
Point of Contact
Ian P. Sherry, Phone: 3012864545
 
E-Mail Address
ian.p.sherry@nasa.gov
(ian.p.sherry@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
NASA/GSFC has a requirement for Airborne Terrestrial LiDAR Scanning System Minimum Requirements/Specifications: The terrestrial scanning LiDAR system must meet the following technical specifications: - Instrument will have the ability to sense multi-layered vegetation and soils in a range of naturally occurring leaf and soil moisture conditions. - Instrument will be compact (~360x210x220 mm) to fit inside existing NASA G-LiHT airborne imaging package with unobstructed view through camera port (see Cook et al., 2013, NASA Goddard's Lidar, Hyperspectral and Thermal (G-LiHT) airborne imager, Remote Sensing 5:4045-4066, doi:10.3390/rs5084045). - Instrument will be lightweight (<12 kg) so as not to exceed in NASA G-LiHT payload and stress analysis. - Instrument will be low power (<70 Watts) to use power supplied by most general aviation aircraft. - Instrument will use a a 1550 nm, IEC and ANSI Class 1 Eye safe laser with a narrow beam divergence (0.3 mrad) that is capable of sensing canopy gaps and accommodating a wide range of scanning angles (up to 60 degrees field of view). - Instrument must be capable of digitizing echo signals online and recording multiple targets (up to 8 returns per laser pulse) in multi-layered plant canopies. - Instrument will be programmable and have multi-mode operations for optimizing sampling in different plant canopies; including a selectable wide field of view (up to 60 degrees), variable scan speed and angular step width. - LiDAR instrument will have a programmable laser pulse repetition rate of 50 to 550 kHz, and robust rotating polygon mirror that produces an effective measurement rate of 25,000 to 275,000 measurements per second in a linear, cross-track sampling pattern. The higher measurement rate will permit efficient airborne data collections, and the lower rates will permit greater energy output for penetrating dense forest canopies. The linear distribution of sample points provides better spatial sampling than a scanning mirror design. - LiDAR instrument must have a measurement range of 400 to 1300 m for "natural targets" (reflectivity ≥20%) at pulse repetition rates of 550 to 50 kHz, respectively. This will permit reasonable flying altitudes in areas with hilly terrain, and swath widths suitable for wall-to-wall mapping. - Instrument will support real-time synchronized time stamping of data for accurate post-processing. - Instrument will use a LAN (10/100/1000 Mbit/sec) data interface to facilitate the rapid transfer of large data volumes between the LiDAR and data acquisition computer. - Instrument will be sealed in a IP64 dust and splash-proof case, with an operational temperature range of -10 to 40 degrees C for field deployments in harsh environmental conditions. - Purchase will include integration of lidar and Applanix POSTrack GPS-INS provided by NASA. The Government intends to acquire a commercial item using FAR Part 12 and the Simplified Acquisition Procedures set forth in FAR Part 13. The Government intends to award using FAR Part 13 and Subpart 13.5 - "Test Program For Certain Commercial Items". This notice is a combined synopsis/solicitation prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued. This notice is being issued as a Request for Quotations (RFQ). The provisions and clauses in the RFQ are those in effect through FAC 2005-85-1. Offerors are required to submit their quote via email to Ian Sherry, Ian.P.Sherry@nasa.gov. All contractual and technical questions regarding this acquisition must be submitted in writing (e-mail) to Ian Sherry, Ian.P.Sherry@nasa.gov no later than 1:00PM EST on November 28, 2016. Telephone questions will not be accepted. It is the quoter's responsibility to monitor this site for the release of amendments (if any). Potential quoters will be responsible for downloading their own copy of this notice, the on-line RFQ and amendments (if any). This procurement is a total small business set aside. The NAICS Code and size standard for this procurement are 334511, 1,250 respectively. The offeror shall state in their offer their size status for this procurement. Delivery to NASA Goddard Space Flight Center is required within 30 days ARO. Delivery shall be FOB Destination. All responsible sources may submit an offer which shall be considered by the agency. Offers for the items(s) described above are due by 11:00AM EST on November 30, 2016 to NASA Goddard Space Flight Center, Attn: Ian Sherry, 8800 Greenbelt Road, Code 210.5, Bldg. 22, Room 132, Greenbelt MD 20771, and must include, solicitation number, FOB destination to this Center, proposed delivery schedule, discount/payment terms, warranty duration (if applicable), taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL: http://server-mpo.arc.nasa.gov/Services/NEFS/NEFSHome.tml The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88. Offerors shall provide the information required by FAR 52.212-1 (APR 2014), Instructions to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin. FAR 52.212-4 (MAY 2015), Contract Terms and Conditions-Commercial Items is applicable. FAR 52.212-5 (JUN 2016), Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items is applicable and the following identified clauses are incorporated by reference: 52.204-10 (Oct 2015); 52.209-6 (Oct 2015); 52.219-28 (Jul 2013); 52.222-3 (June 2003); 52.222-19 (Feb 2016); 52.222-21 (Apr 2015); 52.222-26 (Apr 2015); 52.222-36 (Jul 2014); 52.222-50 (Mar 2015); 52.223-18 (Aug 2011); 52.225-3 (May 2014); 52.225-13 (Jun 2008); 52.232-33 (Jul 2013). The NFS may be obtained via the Internet at URL: http://www.hq.nasa.gov/office/procurement/regs/nfstoc.htm Selection and award will be made to the lowest priced, technically acceptable offeror. Technical acceptability will be determined by review of information submitted by the offeror which must provide a description in sufficient detail to show that the product offered meets the Government's requirement. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer. Offeror Representations and Certifications - Commercial Items with their offer. The provision may be obtained via the internet at URL: http://farsite.hill.af.mil/reghtml/regs/far2afmcfars/fardfars/far/52_000.htm. These representations and certifications will be incorporated by reference in any resultant contract. NASA Clause 1852.215-84 (NOV 2011), Ombudsman, is applicable. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments (if any).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/GSFC/OPDC20220/NNG17605530/listing.html)
 
Place of Performance
Address: NASA Goddard Space Flight Center, 8800 Greenbelt Road, Greenbelt, Maryland, 20771, United States
Zip Code: 20771
 
Record
SN04334788-W 20161124/161122234919-45f072f058cd5e2188dc889a6dc7b954 (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.