Status Report

NASA MSFC RFI to Develop a Soil Moisture Remote Sensing Strategy Specifically Form Unmanned Aerial Vehicles and Microsatellites

By SpaceRef Editor
May 16, 2006
Filed under , ,
NASA MSFC RFI to Develop a Soil Moisture Remote Sensing Strategy Specifically Form Unmanned Aerial Vehicles and Microsatellites
http://images.spaceref.com/news/corplogos/nasa.04.jpg

Synopsis – May 16, 2006

General Information

Solicitation Number: N/A
Reference Number: RFI-VP61
Posted Date: May 16, 2006
FedBizOpps Posted Date: May 16, 2006
Original Response Date: May 26, 2006
Current Response Date: May 26, 2006
Classification Code: A — Research and Development
NAICS Code: 541990 – All Other Professional, Scientific, and Technical Services

Contracting Office Address

NASA/George C. Marshall Space Flight Center, Procurement Office, Marshall Space Flight Center, AL 35812

Description

NASA/MSFC is hereby soliciting information about potential sources for initiating a long-term activity to develop a soil moisture remote sensing strategy specifically from unmanned aerial vehicles (UAV) and microsatellites. A series of activities are planned to develop technical capacity and resources for soil moisture remote sensing from fixed wing UAVs and microsatellites with advanced L-band antenna technology. As part of this process, NASA’s EI51 Science Experiment Definition and Development Branch in conjunction with VP61 Earth Science Office is seeking through this Request For Information (RFI) ideas on technology leading to antenna designs that could be pursued to reduce the size and weight of L-band antennas for adaptation to our UAV/microsat remote sensing strategy. The goal is to collect a variety of ideas and perspectives for the L-band antenna component of the remote sensing strategy. Eventually a robust design will be developed using information from many sources including inputs provided through this solicitation. Guidelines

1. Ideas should be expressed in English concerning L-band antenna designs that address the majority of the following key elements of the remote sensing strategy:

  • Antenna design must be scaled to the proper weight and size to be deployable from current UAVs with future follow-on work to embed the antenna into a microsatellite.
  • Table 1 defines known design and operational requirements.
  • More weighting is given to designs that achieve the Optimal requirements than the Minimum requirements.
  • Generally accepted look angle for soil moisture retrieval from passive radiometry is from nadir to 45° and from active radar is from 40-45°.
  • Resolution considerations assume a microsat altitude of 700KM and scale accordingly for the UAV that may operate at altitudes between 500-30,000 feet.
  • To achieve the required Resolution a combination of hardware (i.e. beamwidth reduction) and software can be used.
  • Solutions should be ranked by cost vs. benefit as to where future investments yield greater progress towards desired functionality, i.e. deployment to a microsatellite.
  • Differentiate between physical and technological limitations and propose solutions to transcend technical barriers.

Table 1. UAV and Microsatellite Parameters. Parameter | Minimum Requirements | Moderate Requirements | Optimal Requirements Active or Passive | Passive | Active & Passive | Active & Passive Frequency/bandwidth | 1.413 GHz/±13 MHz | 1.413 GHz/±13 MHz | 1.413 GHz/±13 MHz Polarity | H | V, H | VV, VH, HV, HH Resolution | 100 KM | 40 KM | 5 KM

2. Each idea should be documented by providing the information requested in this document. The type of information requested includes summary information defining the objective, any dependencies it has on other objectives, architecture and operations assumptions associated with meeting the objective, and associated key decision points. In cases where the submission identifies multiple ideas, advantages and disadvantages among the ideas should be expressed as well as distinctions in time frame to achieve results. Additionally, submissions may provide some indication of issues/constraints/enablers regarding technology, policy, legal, or programmatics.

3. Viable responses should be consistent with generally accepted laws of physics. Innovative ideas including novel systems concepts are welcome, but should be consistent with advances that are reasonably achievable within a two year horizon.

4. All responses should be delivered electronically. Each submission will receive an electronic notification of a successful upload. All submissions must be received by May 26, 2006.

5. Do not include in responses any information that is limited or restricted for use by the U.S. Government. By submitting information in response to this RFI, submitters of such information thereby consent to the release and dissemination of submitted information to any U.S. Government or non-U.S. Government entity to which NASA releases and disseminates the information for review. Review teams may be comprised of U.S. Government personnel from NASA Marshall Space Flight Center (MSFC), other NASA Directorates, NASA Centers, and/or other U.S. Government agencies.

Moreover, review teams may include third parties, such as contractor personnel who support NASA. As such, to the extent that any information submitted in response to this RFI is marked as or construed to be proprietary or business-sensitive, submitters are hereby notified (a) that such information may be disclosed to third parties and (b) that submission of information in response to this RFI constitutes consent to such handling and disclosure of submitted information.

This RFI is being used to obtain information for planning purposes only and the U.S. Government does not presently intend to award a contract at this time. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the U.S. Government to form a binding contract. This RFI is subject to FAR 52.215-3.

Any information obtained as a result of this RFI is intended to be used by the U.S. Government on a non-attribution basis for development of a strategy for remote sensing exploration.

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.

Vendors having the capabilities necessary to meet or exceed the stated requirements are invited to submit appropriate documentation, literature, brochures, and references.

Please advise if the requirement is considered to be a commercial or commercial-type product. A commercial item is defined in FAR 2.101.

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.

The Government reserves the right to consider a small business or 8(a) set-aside based on responses hereto. All responses shall be submitted to Issac Jones no later than May 26, 2006. Please reference RFI-VP61 in any response. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Isaac W. Jones Jr.
Title: Contracting Officer
Phone: (256) 961-7029
Fax: (256) 961-7036
Email: isaac.w.jones@nasa.gov

Name: Charles A Laymon
Title: Technical POC
Phone: (256) 961-7885
Fax: (256) 961-7772
Email: Charles.Laymon@msfc.nasa.gov

SpaceRef staff editor.