Joint Polar Satellite System Cross-Track Infrared Sounder - Special Engineering Task Order Pool Increase
ID: JPSS-CrIS-SE-Task-Order-Pool-IncreaseType: Sources Sought
Overview

Buyer

NATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNATIONAL AERONAUTICS AND SPACE ADMINISTRATIONNASA GODDARD SPACE FLIGHT CENTERGREENBELT, MD, 20771, USA

PSC

SPACE VEHICLE COMPONENTS (1675)
Timeline
    Description

    Sources Sought NATIONAL AERONAUTICS AND SPACE ADMINISTRATION Joint Polar Satellite System Cross-Track Infrared Sounder - Special Engineering Task Order Pool Increase: NASA Goddard Space Flight Center (GSFC) intends to issue a sole source new work modification to increase the special engineering/launch support Task Order Pool to the Cross-Track Infrared Sounder (CrIS) contract, NNG10XA06C with L3Harris Technologies, Inc. CrIS is a key instrument currently flying on the Suomi NPP, NOAA-20, and JPSS-2 satellites. CrIS gathers information on greenhouse gases, primarily in the middle and upper atmosphere. Both CrIS along with ATMS provide essential atmospheric sounder information for weather forecasting. This modification will allow special engineering/launch support to continue for JPSS-2, JPSS-3 & and JPSS-4 and will increase the special engineering/launch support task order pool by 23,000 hours.

    Point(s) of Contact
    Files
    No associated files provided.
    Similar Opportunities
    Notice of Intent: Sole Source Acquisition Space Data Association Membership
    Buyer not available
    The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole source contract to Space Data Association Limited for the renewal of NOAA’s Space Data Association Membership. This membership is critical for accessing unique services such as operational ephemerides quality checks, conjunction data analysis, and facilitating communications between satellite operators, all aimed at reducing collision risks for NOAA assets in space. The estimated value of this acquisition is $25,000, and interested vendors who believe they can meet the requirements are encouraged to submit documentation to Lillie Joseph at lillie.joseph@noaa.gov or Mario Gray at mario.gray@noaa.gov by the specified response deadline.
    Draft RFP - Near Earth Orbit Network Program's Sounder for Microwave-Based Applications
    Buyer not available
    NASA's Goddard Space Flight Center is seeking responses to a Draft Request for Proposal (DRFP) for the Sounder for Microwave-Based Applications (SMBA) under the Near Earth Orbit Network (NEON) program. The primary objective is to design, develop, and support the SMBA instruments, which are crucial for enhancing Earth observation capabilities, particularly in atmospheric and weather forecasting. This initiative emphasizes collaboration between NASA and NOAA to leverage small satellite platforms for critical environmental data collection. Interested parties must submit comments or questions by May 9, 2025, to Bruce Tsai at Bruce.B.Tsai@nasa.gov, and the final RFP is anticipated to be released by July 2025, with contract awards expected around August 2026.
    Hyperspectral Imaging System Purchase
    Buyer not available
    The Department of Defense, specifically the Engineer Research and Development Center (ERDC) Cold Regions Research and Engineering Laboratory (CRREL), is seeking quotes for the purchase of a hyperspectral imaging system with shortwave-infrared capabilities, to be delivered to Hanover, New Hampshire. This procurement aims to acquire a single system essential for conducting sub-surface soil studies in extreme environmental conditions, requiring specifications such as a shortwave infrared range of 1.0 – 2.5 micrometers and an operating temperature range of -20 to +40 degrees Celsius. The selected vendor will be awarded a purchase order based on the lowest priced, technically acceptable offer, with all submissions due electronically by May 7, 2025. Interested small businesses must be registered in the System for Award Management (SAM) and can direct inquiries to William Rawe or Kim Roberson via their provided email addresses.
    Hyperspectral Imager System (HSIS)
    Buyer not available
    The Bureau of Engraving and Printing (BEP) intends to award a sole source contract to Headwall Photonics, Inc. for the procurement of calibration targets and lenses for the Hyperspectral Imager System (HSIS) utilized at the Eastern Currency Facility. The replacement parts are proprietary and can only be sourced from Headwall Photonics, necessitating this sole source determination in accordance with FAR regulations. The HSIS is critical for the Bureau's operations, emphasizing the importance of maintaining specialized equipment for accurate imaging and analysis. Interested parties must submit any comments or questions via email to Kendra Napper by April 23, 2025, and must be registered in the System for Award Management (SAM) to be eligible for consideration.
    B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
    Buyer not available
    The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
    Raman Spectroscopic Instrument Testing and Field Test Logistics
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA) is seeking to procure Raman Spectroscopic Instrument Testing and Field Test Logistics, with the intention of issuing a sole source contract to Southwest Research Institute. The primary objective of this procurement is to facilitate the testing and logistical support necessary for the Raman spectroscopic instruments, which are critical for scientific research and analysis in various applications, including Mars-analog studies. Interested organizations are invited to submit their capabilities and qualifications by 3:00 p.m. Central Standard Time on April 24, 2025, to the primary contact, Kacey Hickman, at kacey.l.hickman@nasa.gov, as the government will evaluate submissions to determine the potential for competitive procurement.
    SOLE SOURCE – Engineering Support and Sustainment Supplies/Services for the AN/AAQ-30 series of Target Sight Systems (TSS)
    Buyer not available
    The Department of Defense, through the Naval Surface Warfare Center (NSWC) Crane Division, is seeking to establish a Basic Ordering Agreement (BOA) for engineering support and sustainment services related to the AN/AAQ-30 series of Target Sight Systems (TSS). The procurement aims to secure Contractor Support Services (CSS), Interim Sustainment Support (ISS), system upgrades, and Foreign Military Sales (FMS) support, with Lockheed Martin Corporation identified as the sole source due to its unique expertise and resources. The maximum order value for the BOA is anticipated to be $85 million, with an initial job order value of $3.5 million, and the anticipated award date is July 30, 2025. Interested parties can direct inquiries to Charlene Warren at charlene.r.warren.civ@us.navy.mil or by phone at 812-381-7139.
    TECHNOLOGY TRANSFER OPPORTUNITY: Cryogenic Selective Surfaces (KSC-TOPS-59)
    Buyer not available
    Special Notice: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION is seeking inquiries from companies interested in obtaining license rights to commercialize, manufacture, and market cryogenic selective surfaces. These surfaces, developed as thermal control coatings, have the potential to reflect essentially all solar radiation in the space environment. They can be used to keep cryogenic fuel and oxidizers cold enough for long-term storage in space and support the operation of low-temperature devices and systems on spacecraft. Interested parties can submit a license application through NASA's Automated Technology Licensing Application System (ATLAS). For more information, visit the NASA Technology Transfer Portal. No follow-on procurement is expected from this notice.
    Operations Mission Support to the Hinode (Solar-B) Program
    Buyer not available
    NASA's Marshall Space Flight Center is seeking to extend operations mission support for the Hinode (Solar-B) Program through a sole source contract modification. The objective is to ensure continued support for the mission's science operations, which focus on investigating the Sun's magnetic activity, a critical area of solar science. This program is a collaborative effort involving NASA, the Japan Aerospace Exploration Agency (JAXA), and the U.K. Science and Technology Facilities Council, with NASA managing the on-board instruments and overseeing three prime contractors. Interested organizations are invited to submit their capabilities and qualifications by May 1, 2025, to Brandon Pitts and Iris Walter via email, as the government evaluates whether to conduct a competitive acquisition process.
    NbTES bolometer installation
    Buyer not available
    NASA's National Aeronautics and Space Administration (NASA/NSSC) is seeking a contractor for the installation of a NbTES bolometer, aimed at upgrading an existing bolometric detector system to enhance its capabilities. The project involves adding a second detector that operates at frequencies up to 10 THz, which is critical for advancing NASA's research and operational capabilities in high-frequency detection. The work will be performed at the vendor's facility, with a warranty period of two years from the date of receipt, and the procurement is set aside for small businesses under FAR 19.5. Interested organizations must submit their qualifications to Dorothy Baskin at dorothy.s.baskin@nasa.gov by 11:59 a.m. Central Standard Time on April 29, 2025, to be considered for this sole source contract.