Federal Bid

Last Updated on 03 Aug 2022 at 7 PM
Sources Sought
Hampton Virginia

Geostationary Littoral Imaging and Monitoring Radiometer (GLIMR) Instrument Mission Access to Space (ATS) Request for Information (RFI)

Solicitation ID GLIMR_ATS_RFI
Posted Date 03 Aug 2022 at 7 PM
Archive Date Not Specified
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Nasa Langley Research Center
Agency National Aeronautics And Space Administration
Location Hampton Virginia United states 23681

National Aeronautics and Space Administration (NASA), Langley Research Center (LaRC) is hereby soliciting information from potential sources for the Geostationary Littoral Imaging and Monitoring Radiometer (GLIMR) Instrument Mission Access to Space (ATS). The intent of this notice is to obtain information on industry’s capabilities to provide spacecraft; integration and test; launch vehicle and launch; command uplink from the industry-provided Mission Operations Center (MOC); downlink of GLIMR engineering and science telemetry to the industry-allocated Ground Station(s); delivery of error-checked GLIMR data to various mission partners; and all related tasks and support needed during the planned GLIMR Mission (e.g., pre-launch planning, launch support, in-orbit check-out, and operations). Attached to this notice is a GLIMR Mission Background document that contains the technical and operational requirements/parameters for the GLIMRATS.

NASA is in the early stages of developing a procurement strategy for GLIMR Mission ATS. No specific procurement strategy has been established and NASA is looking to industry to help shape the overall approach. NASA is not currently imposing any limitations on the potential ATS opportunities for GLIMR (e.g., hosting service; rideshare; dedicated; free flyer; other) and is looking to better understand industry opportunities to best support the GLIMR Mission and to optimize GLIMR science.

Due to the early state of NASA’s procurement planning, a detailed procurement schedule is not available. However, the instrument’s Preliminary Design Review (PDR) was held in June 2022 and instrument delivery is planned for no earlier than February 2024. NASA is interested in ATS opportunities that minimize a potential instrument storage period. All information provided in response to this RFI will help NASA develop it’s potential procurement strategy.

NASA LARC is seeking capability statements from all interested parties, including all socioeconomic categories of Small Businesses and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI), and members of the underserved communities as defined by Executive Order 13985, Advancing Racial Equity And Support For Underserved Communities Through The Federal Government, for the purposes of determining the appropriate level of competition and/or small business subcontracting goals for Geostationary Littoral Imaging and Monitoring Radiometer (GLIMR) Instrument Mission Access to Space (ATS).   The Government reserves the right to consider a Small, 8(a), Women-owned (WOSB), Service Disabled Veteran (SD-VOSB), Economically Disadvantaged Women-owned Small Business (EDWOSB) or HUBZone business set-aside based on responses received. The anticipated NAICS code for this effort is 336414 and the Product Service Code (PSC) is AR15.

Interested firms having the required capabilities necessary to meet the GLIMR ATS requirement (provide spacecraft; integration and test; launch vehicle and launch; command uplink from the industry-provided MOC; downlink of GLIMR engineering and science telemetry to the industry-allocated Ground Station(s); delivery of error-checked GLIMR data to various mission partners; and all related tasks and support needed during the planned GLIMR Mission (e.g., pre-launch planning, launch support, in-orbit check-out, and operations)) should submit a capability statement of no more than 15 pages indicating the ability to perform all aspects of the effort. The capability statement shall include the following:

1. Organization’s capability to provide spacecraft; integration and test; launch vehicle and launch; command uplink from the industry-provided Mission Operations Center (MOC); downlink of GLIMR engineering and science telemetry to the industry-allocated Ground Station(s); delivery of error-checked GLIMR data to various mission partners; and all related tasks and support needed during the planned GLIMR Mission (e.g., pre-launch planning, launch support, in-orbit check-out, and operations). Please provide the following information and include any other pertinent capabilities.

If your firm can only meet some of the capabilities listed, respond to the requirements that your firm can complete with the information below and specifically identify the ATS requirements that your firm cannot complete.

a. Describe your company’s capabilities to meet the ATS requirements for the GLIMR Instrument’s parameters identified within the attached GLIMR Mission Background document.

b. Provide any performance history for similar missions or instruments.

2. Provide a rough order of magnitude (ROM) estimate to meet the GLIMR ATS requirements. If applicable, provide an off the shelf solution, including baseline cost. If off the shelf solution cannot meet all GLIMR ATS requirements, provide the delta cost of fulfilling each additional requirement and a description of how the requirements will be met. Provide the ROM estimate to breakout the costs by the following elements:

a. Spacecraft Access (bus or host cost);

b. Integration and Test;

c. Launch Vehicle and Launch;

d. Ground Operations, including the following:

i. Command Uplink from the Industry-Provided Mission Operations Center (MOC);

ii. Downlink of GLIMR Engineering and Science Telemetry to the Industry-Allocated Ground Station(s);

iii. Delivery of Error-Checked GLIMR Data to Various Mission Partners;

e. Identify any additional related Tasks and Support needed during the planned GLIMR Mission (e.g., pre-launch planning, launch support, in-orbit check-out, and operations).

3. Identify the largest cost drivers to perform the GLIMR ATS requirements. Are any specific requirements/parameters of the GLIMR instrument driving up the cost of this requirement? Provide any potential solutions to mitigate or lessen the cost of these items.

4. Provide a high-level schedule that highlights major milestones (number of months to achieve) from contract award through launch and operations (e.g., needed contract award date; spacecraft selection timeframe; instrument delivery date required relative to launch date).

5. Provide the proposed spacecraft or host translational accelerations for each axis at the GLIMR interface, via power spectral density (PSD) curve.

6. Provide the proposed spacecraft or host rotational accelerations for each axis at the GLIMR interface, via power spectral density (PSD) curve.

7. Describe your company’s ability and the likelihood to support the possibility of extended operations of two or more years beyond the current baseline requirement of two years, while still meeting all of the stated GLIMR instrument’s performance requirements. Although extended operations are not a guarantee, nor are they planned at this time, NASA is interested in knowing what, if anything, might preclude such extended operations (e.g., orbit change after 2 years, etc.). Additionally, please include the maximum amount of time the GLIMR instrument can be accommodated on your identified platform while still meeting all of the stated GLIMR instrument’s performance requirements.

8. The anticipated NAICS code for this effort is 336414 and the Product Service Code (PSC) is AR15. Please provide any feedback or recommendations you have regarding the anticipated NAICS code and PSC for the GLIMR ATS requirement.

9. Provide your oganization’s CAGE code and DUNS number for NASA to use in the market research report.

No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized on SAM.gov.  Interested firms are responsible for monitoring this website for the release of any solicitation or synopsis.               

All responses shall be submitted electronically via NASA’s Enterprise File Sharing and Sync Box (EFSS Box), a FedRAMP Moderate certified platform no later than Friday, September 2, 2022. Electronic submissions shall not contain hidden formulas, tables, be locked, be password protected, or contain links to data not included in the electronic copy. Please reference the synopsis number and “GLIMR Access to Space RFI” in any response. All responses shall be submited to: https://nasagov.app.box.com/f/f7b915ae9fb84d2c83ead31a3cad4c13. If you have any trouble submitting your response via EFSS Box, please reach out to Zachary Wright at [email protected].

This synopsis is for information and planning purposes only 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. 

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Huntsville Alabama 30 Apr 2024 at 5 PM
South carolina 08 May 2024 at 3 PM
Milwaukee city hall Wisconsin 08 May 2024 at 4 AM
Berkeley California 06 May 2024 at 10 PM
Berkeley California 06 May 2024 at 10 PM