Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 02, 2018 FBO #6127
SOURCES SOUGHT

A -- NASA GSFC POD for Heliophysics Technology Demonstration MOO Concept Ground Optical Telescope Services

Notice Date
8/31/2018
 
Notice Type
Sources Sought
 
NAICS
336419 — Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NASA/Goddard Space Flight Center, Code 210.S, Greenbelt, Maryland, 20771, United States
 
ZIP Code
20771
 
Solicitation Number
NASA-GSFC-POD-Heliophysics-Technology-Demonstration-Mission-of-Opportunity-Concept-Ground-Optical-Telescope-Services
 
Point of Contact
Tonjua Hines-Watts, Phone: (301) 286-0555
 
E-Mail Address
tonjua.m.hines-watts@nasa.gov
(tonjua.m.hines-watts@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Partnership Opportunity Document (POD) for NASA's Goddard Space Flight Center (GSFC) Heliophysics Technology Demonstration Mission of Opportunity Concept Ground Optical Telescope Services dated August 31, 2018 1.0 INTRODUCTION/SCOPE NASA released on August 6, 2018 the Announcement of Opportunity (AO), Heliophysics Technology Demonstration SALMON-3 Program Element Appendix (PEA-L), NNH18ZDA009J (hereafter referred to as the "Tech Demo AO" NASA's Goddard Space Flight Center (GSFC) is developing a mission concept to be proposed in response to this Tech Demo AO. The purpose of issuing this Partnership Opportunity Document (POD) is to select a teaming partner to support the proposal effort. The mission comprises systems that necessitate the usage of a 4-meter or larger diameter optical ground telescope. The mission concept development effort is currently in pre-Phase A. This phase ends with the submission of a Step 1 proposal, which is due 3 months after the AO release. If the proposal is selected, the next step in the proposal process will be a 9-month mission concept study culminating in a Concept Study Report, which is the Step 2 proposal, and a Site Visit. The following schedule should be used as a basis for responses to this opportunity: Partnership Opportunity Document released August 31, 2018 Responses due September 24, 2018 Partner Selection announced September 28, 2018 Step 1 Proposal in response to SALMON-3 AO November 30, 2018 Phase A Mission Concept Study July 3, 2019 Mission Concept Study Report due May 4, 2020 Selection announced November 2, 2020 Launch Readiness October 1, 2024 1.1 COST Total cost and cost credibility are important issues for the proposed mission. The cost cap for this AO is $65 million in Fiscal Year (FY) 2019 dollars. There will be no exchange of funds between the teaming partners for the portion of this partnership opportunity dealing with the preparation of the initial submission of the Step 1 Proposal to the Tech Demo AO. Funding will be available for subsequent phases should the candidate mission concept be competitively selected for those additional phases. 1.2 DESIRED MISSION SERVICES GSFC is interested in formally selecting a partner to provide the following products and services for the mission: • Access to use of a 4-meter or larger diameter optical ground telescope. • Provision of support for installation and operation of instrumentation in the telescope interface. All interested parties are required to respond to this POD in accordance with Section 3 below. 1.3 PROPOSAL SUPPORT It is expected that the selected POD respondent will provide support using their own resources to develop the proposal in the areas of telescope characteristics, interfaces and operations. Partner responsibilities include collaborating with the Principal Investigator (PI) and other proposal team members to establish the technical description for the use of the telescope in the mission operations. The period of performance for this phase of proposal support is expected to last approximately 2 months, starting in September 2018. If the proposal is selected for a 9-month Mission Concept Study (Phase A), the partner will be requested to support the Study, the writing of the Mission Concept Study Report, and the Site Visit at a low level of effort. If the mission is selected for development, launch, and operations (Phases B-F), the partner will be funded for provision of support for installation and operation of instrumentation in the telescope interface. The period of performance for this interval is expected to last approximately 5 years, starting early-2020. These dates and times may change depending on selection timelines and budget allocations or phasing. The respondent to this POD shall state the timeframe in which their services will be available and the extent to which the respondent can meet the timeline requirements set forth above. 2.0 TECHNICAL REQUIREMENTS GSFC is looking for access to 4 meter or larger diameter optical ground telescope for use in the technology demonstration which requires mounting a ground receiver on the back end of the proposing telescope. Telescope Requirements: • Optical telescope aperture diameter shall be between 4m-8m. • The f/ratio of the telescope shall be < 15 • The pointing blind accuracy < 2 arcsec • The offset accuracy <0.2 arcsec (1 deg), < 0.1arcsec (0.5 deg) • The Az/El encoder resolution < 0.02 arcsec RMS • Telescope will be capable of supporting instrumentation at the Cassegrain focus • The telescope location shall be within 1500 km of NASA's Table Mountain Observatory in California, USA. • Vendor will provide necessary technical drawings for defining the physical and electrical interface between the Cassegrain telescope and the back end instrumentation. • Vendor will have available a secure network connection of at least 100 Mbps for transfer of downloaded data to NASA. Telescope Usage Hours: • The individual telescope usage allocations shall be no less than 1 hour in duration. • Vendor will have the telescope available at minimum for twice weekly allocations in the dawn hours from May 2025 - May 2026 3.0 POD RESPONSE INSTRUCTIONS, FORMAT, AND SELECTION CRITERIA 3.1 INSTRUCTIONS The respondent shall: • Demonstrate that the telescope fulfills the technical performance and interface characteristics described in Section 2 of this POD. • Demonstrate that the mission will have the required access and support for using the telescope as stated in Section 2 of this POD. • Describe the approach for supporting the Tech Demo AO Step 1 proposal, the Phase A Mission Concept Study (Step 2 proposal), the Phase A Site Visit at a TBD location, and mission development, including the level of support that the partner plans to make available for each activity. • Provide an estimated Rough Order of Magnitude (ROM) cost (in FY19 dollars) from Step 2 selection (Phase B) onward for all support activities. The response shall include a brief discussion of the uncertainty in the cost estimate. • Provide the hourly rate for telescope rental and hourly rate for integration and support services. 3.2 FORMAT The response to this partnership opportunity is limited to 10 pages in no less than 12-point font. Excluded from the page count are the cover letter, title pages, table of contents, and acronym list. Partners may attach additional appendices that further describe their capabilities, although GSFC is under no obligation to include the contents of such appendices in the evaluation of the offer package. The entire offer package, including any cover letter, title pages, and other supporting material, shall be formatted as a Portable Document Format (PDF) file delivered to the E-mail address below. 4.0 EVALUATION FACTORS AND CRITERIA Evaluations will be performed independently for each mission concept. The evaluation team will use the following factors in selection and award: 1. Technical Approach (50%). Offerors will be evaluated on their ability to meet the instrument technical requirements given in Section 2. This includes demonstrated understanding of the requirements and proposed approach to meet those requirements. 2. Cost (30%). Offerors will be evaluated on their overall cost and on the reasonableness of cost and schedule estimates. 3. Relevant Experience and Past Performance (20%). 5.0 POINT OF CONTACT: Questions about this POD should be directed to Tonjua Hines-Watts (Phone: 301-286-0555, Email: tonjua.m.hines-watts@nasa.gov). 6.0 FINAL DUE DATE OF POD RESPONSE The response to the POC is due no later than 5 p.m. ET on the "Responses due" date given above in Section 1.0. The electronic PDF document shall be sent to Tonjua Hines-Watts (Phone: 301-286-0555, Email: tonjua.m.hines-watts@nasa.gov). It is the responsibility of potential respondents to monitor the: http://fbo.gov for information concerning this POD.   7.0 ACRONYMS AO Announcement of Opportunity Az/El Azimuth-over-Elevation ET Eastern Daylight Time f/ratio Focal Ratio FY Fiscal Year GSE Ground Support Equipment GSFC Goddard Space Flight Center I & T Integration & Test km kilometer m meter Mbps Megabits per second NAIS NASA Acquisition Internet Service NASA National Aeronautics and Space Administration NLT No Later Than NPR NASA Procedural Requirement PDF Portable Document Format PI Principal Investigator POC Point of Contact POD Partnership Opportunity Document ROM Rough Order of Magnitude RY Real Year TBD To Be Determined
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/623c2221e9c96f1543a08707ce422352)
 
Record
SN05067155-W 20180902/180831231156-623c2221e9c96f1543a08707ce422352 (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.