Status Report

Synthetic Aperture Radar Distributed Active Archive Center for the Earth Observing System Data and Information System

By SpaceRef Editor
August 8, 2012
Filed under , , ,

Synopsis – Aug 08, 2012

General Information

Solicitation Number: NNG120892R
Posted Date: Aug 08, 2012
FedBizOpps Posted Date: Aug 08, 2012
Recovery and Reinvestment Act Action: No
Original Response Date: Sep 08, 2012
Current Response Date: Sep 08, 2012
Classification Code: A — Research and Development
NAICS Code: 541712

Contracting Office Address

NASA/Goddard Space Flight Center, Code 210.Y, Greenbelt, MD 20771

Description

The National Aeronautics and Space Administration (NASA) 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 to support the Synthetic Aperture Radar (SAR) Distributed Active Archive Center (DAAC) for the Earth Observing System Data and Information System (EOSDIS). Proposed services include systems engineering, operations and maintenance, development, user services, product generation, data and information management, archive and distribution, information technology security and related science support and research activities. These tasks define the activities, which allow the SAR DAAC to acquire, ingest, process, archive and distribute space-borne and airborne SAR data needed for NASA Earth science research, as well as related data products generated from Earth science instruments which are useful to the broader science community and educational institutions. Implementation includes participation in the development of additional tools and capabilities needed to meet the EOSDIS requirements at all DAACs.

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.

NASA requirements include the following:

1. Supporting NASA’s Earth science objectives and the broad SAR user community by providing access (e.g. discovery, earch, browse and download) to SAR data and products archived at the DAAC;

2. Providing operations support for acquiring, processing, archiving and distributing data for new and future missions;

3. Providing operations support for ingesting, archiving and distribution of PolSAR and InSAR type products, e.g. UAVSAR and AIRSAR data processed by the Jet Propulsion Laboratory (JPL);

4. Managing the needs of the DAAC users, improving the exchange of data and information between Earth scientists and SAR data users, sharing DAAC expertise with the user community, assisting in locating and manipulating related data not archived at the DAAC, and serving as a point of contact for the development and implementation of new algorithms to derive SAR data and applications products; and

5. Providing support to the research and educational communities engaged in the use of SAR data products.

The North American Industry Classification System (NAICS) code for this procurement is 541712, Research and Development in the Physical, Engineering, and Life Sciences.

Estimated award date for this contract is April 30, 2013. Estimated award amount is $45,500,000.00 for five (5) years.

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 of ten (10) pages or less 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 three (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 (5) years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact – address and phone number). Technical questions should be in writing directed to: Drew Kittel, Title: Technical Officer, Email: Drew.H.Kittel@nasa.gov. Procurement related questions should be in writing directed to: Denise Sydnor, Title: Contract Specialist, E-mail: Denise.Y.Sydnor@nasa.gov.

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.

All responses shall be submitted to Denise Sydnor via email no later than September 8, 2012. Please reference NNG120892R in any response. Any referenced notes may be viewed at the following URLs linked below.

Point of Contact

Name: Denise Sydnor
Title: Contract Specialist
Phone: 301-286-4764
Fax: 301-286-5373
Email: Denise.Y.Sydnor@nasa.gov

SpaceRef staff editor.