The RFP Database
New business relationships start here

Partnering Opportunity for Hosting an Ocean Lidar Payload


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This partnering synopsis solicits potential partners to participate in a proposal development activity in response to the upcoming Earth Venture Mission 3 (EVM-3) Class Announcement of Opportunity (AO), expected to be released in the Fall of 2019. Earth Venture is a Program element within the Earth System Science Pathfinder Program (ESSP) consisting of a series of new science-driven, competitively selected, low cost missions that will provide opportunity for investment in innovative Earth science to enhance our capability to better understand the current state of the Earth system and to enable continual improvement in the prediction of future changes. The focus of the investigations is to enable innovation in measurement and observation, demonstrate innovative ideas and higher-risk technologies, establish new research avenues, and demonstrate key application-oriented measurements. For additional information on EVM-3 visit http://essp.larc.nasa.gov/


Schedule (dates are subject to change):


Expected AO release Fall 2019
Proposals due date 3 months after AO release
Selection of the Investigation (target) 9 months after submittal
Launch NLT 5 years after award


Participation in this partnering synopsis is open to all categories of U.S. and non-U.S. organizations, including educational institutions, industry, not-for-profit institutions, the Jet Propulsion Laboratory, as well as NASA Centers and other U.S. Government Agencies. Historically Black Colleges and Universities (HBCUs), Other Minority Universities (OMUs), small disadvantaged businesses (SDBs), veteran-owned small businesses, service disabled veteran-owned small businesses, HUBzone small businesses, and women-owned small businesses (WOSBs) are encouraged to apply. Participation by non-U.S. organizations is welcome but subject to NASA's policy of no exchange of funds, in which each government supports its own national participants and associated costs.


Partners are sought for hosting a lidar remote sensing payload to be launched to a sun-synchronous orbit for a minimum of 2 year of operation.


NASA LaRC is seeking potential partners having demonstrated experience supporting of the following mission elements:


• Satellite design and manufacture
• System Engineering support to resolve payload accommodation issues
• Payload integration and test (I&T)
• Environmental Test Program of the fully integrated spacecraft/payload
• Satellite launch
• Mission operations support throughout the mission lifetime


Potential partners shall provide a brief summary of how they intend to accomplish proposed mission elements as identified above. In the event a teaming arrangement is proposed, an appropriate breakout is required to ensure NASA understands how all mission elements are satisfied


The spacecraft bus must accommodate the science payload requirements listed below in Table 1.0.
TABLE 1.0 - Payload Accommodation Requirements
Payload Mass Range (kg) 275 to 425
Payload Power Range (W) 400 to 600
Volume (l x w x h) 1.25m x 1.25m x 1.25m fully assembled, however, the instrument could be split into subsystems to accommodate multiple ports on a propulsive ESPA satellite bus
FOV (Thermal) Clear field of view required for laser radiator
Thermal Dissipation Range (W) 400 to 600
Command & Control Uplink <4 Kbps
Science Data Downlink/Band 1.5 Mbps
Pointing Knowledge ±0.005° (TBR)
Pointing Control ±0.025° (TBR)
Pointing Stability (< 10Hz) ±0.002°(TBR)
Pointing Jitter ( > 10Hz) ±0.01°/s (TBR)
Contamination Requirement Standard contamination practices for optical instruments are sufficient
Launch Date NLT 5 years after award
Payload Mission Life (years) 2 year requirement, with goal of 5 years
Orbit Sun-synch orbit desired with 13:30 crossing time, and <700km altitude. Other orbits/altitudes may be acceptable as well.



If selected through this synopsis, the selected partner(s) will work with NASA LaRC scientists and engineers to jointly develop the proposal. If the proposal is selected, NASA LaRC anticipates issuing contracts or other agreements to the selected partner(s) for performance of the proposed mission elements.


This partnering opportunity does not guarantee selection for award of any contracts or other agreements, nor is it to be construed as a commitment by NASA to pay for the information solicited.


Partner selections will be made by LaRC based on the listed criteria in the following order of importance:


(1) Relevant Experience, past performance. This criterion evaluates the proposers' relevant recent experience, past performance in similar development activities. Evidence of successful participation in similar developments should be included.
(2) Technical Capability and key personnel. This criterion evaluates technical capability to perform the development and key personnel available to support the development. Resumes for key personnel are encouraged, and will NOT count toward the page limit requirement.
(3) Developmental and Mission Support. The proposer shall demonstrate an understanding of accommodating optical and lidar payloads and address the mission element requirements as specified in Table 1.0. Particularly critical or challenging areas for accommodating optical and lidar payloads should be identified and associated solutions proposed. The integration and test flow for the mission element(s) should be discussed and the related support facilities (fabrication, integration and test, storage, etc.) identified. The schedule for the mission element(s) should be discussed as well as the process and options for tracking, telemetry and command.
(4) Cost and Schedule control. The proposer shall provide a rough order of Magnitude (ROM) cost for accommodating the payload (Phase A-D) and supporting flight operations (Phase E). The cost management strategy for the mission element(s) should be discussed and evidence of past performance of controls of cost and schedule on similar development should be provided as well as examples of management processes utilized to effect and track cost and schedule.
(5) Mission management and participating organizations (including teaming arrangements, if applicable). Potential partners shall provide a fact sheet that provides a brief summary of the proposed teaming arrangements, as applicable.
The LaRC point of contact (POC) for this opportunity is Tory Scola (see contact information below). For all questions submitted in writing, answers will be forwarded to those who have expressed an interest in responding to this opportunity, however, the source of the question(s) shall be held in confidence.

Electronic or written responses to the Partnership Opportunity Document shall: 1) Not exceed 15 pages if in narrative/word format. 2) Use a font size of 12 or larger. 3) Address all requirements described in this document. 4) Provide a Point of Contact to address questions from NASA.

Responses can also be submitted in presentation/power point format; use a font size no smaller than 16 font; address all requirements described in the document; and provide a Point of Contact to address questions from NASA.

If marked as such, responses will be treated as proprietary information and controlled as such.


Point of Contact


Brad Gardner Mail Stop 12 NASA Langley Research Center Hampton, VA 23681-2199 757.864.2525 (robert.b.gardner@nasa.gov).


Tory Scola Mail Stop 431 NASA Langley Research Center Hampton, VA 23681-2199 757.864.7025 (salvatore.scola@nasa.gov).


All responses shall be submitted to NASA LaRC via e-mail by 4:00 PM Eastern Time on September 25, 2019 to Tory Scola and Brad Gardner.


Robert Bradley Gardner, Contract Specialist, Phone 7578642525, Email Robert.B.Gardner@nasa.gov - Lisa Harvey, Phone 757.864.2444, Email lisa.m.harvey@nasa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP