Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 27, 2002 FBO #0087
SOLICITATION NOTICE

A -- Increase Ceiling of NOAA/Aerospace Corp. Contract

Notice Date
2/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AG/Acquisition Management Division, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
50-SPNA-0-00012
 
Response Due
4/12/2002
 
Archive Date
4/27/2002
 
Point of Contact
Jay Moore, Contracting Officer, Phone 301-427-2126, ext. 112, Fax 301-427-2164,
 
E-Mail Address
jay.moore@noaa.gov
 
Description
In accordance with 41 USC 253(c)(1), this pre-solicitation announcement hereby advertises the Government's intention to modify its contract with The Aerospace Corp., El Segundo, CA, Number 50-SPNA-0-00012 to increase the Contractor's ceiling for the current Option Year 1 and all succeeding options by the equivalent of 20 FTE staff plus a 150 percent ceiling, per year. The Aerospace Corporation is the single most experienced capable source that is qualified to support NOAA with the required independent space systems engineering analyses. The Aerospace personnel, who have supported the NOAA since 1994 and the NPOESS/IPO for the past 8 years, also have a 42-year heritage with civilian and military polar-orbiting and geostationary space system. They can apply first-hand knowledge of the engineering design of delivery systems, and the spacecraft platforms of military and civilian polar-orbiting and geosynchronous spacecraft. Their experience includes the integration of military, civilian and foreign meteorological sensors, the impact of command, control and communications links between the ground control stations and the platforms/systems, and the analysis of satellite instrument data. The Aerospace Corporation provides non-advocacy assessments of program implementation, design approach, advanced pre-development planning, developmental and operational risks, integration and test data analysis, launch readiness assessment, on-orbit performance assessment, ongoing analyses of associated technologies, and support to failure analysis inquiries. The Contractor will provide technical assistance and advice in the preparation and resulting evaluation of complex technical specifications. The Aerospace Corporation maintains the unique competence and diverse expertise through its long-term design support and engineering review of civilian and military meteorological satellite platforms. Its corporate and business practices protect Government and industry's interests and objectives by safeguarding proprietary and privileged information from misuse, and reducing the Government's costs due to duplication, delay and other general programmatic risks. The NOAA/NESDIS Line Office requires independent R&D studies of GOES-R instrument trades, satellite constellation studies, ground system studies, and various spacecraft and payload configuration analyses to assess the optimal design for the succeeding generation of GOES satellites following the current N- series. This additional category of GOES space systems and aeronautical, independent engineering studies, requires an incremental magnitude of support under the current contract. This is an IDIQ task order contract. This is an expansion of the cost ceiling to accommodate this increased level of effort. The contract's SOW scope already covers these services. The contract is currently in Option 1 of a maximum 5-year effort. The Contractor's role in NOAA/NESDIS is as an independent, objective, non-competitive Corporation whose mission under this contract is to support the NESDIS program's strategic acquisition objectives for NPOESS, GOES and related NOAA satellite systems . Aerospace's corporate resources and facilities help advance the Government objectives to promote competition, reduce the risks and costs of acquiring and operating satellite systems, inject technology infusion, help develop new technologies for meteorological instruments, and satisfy NOAA's programmatic requirements with no risk of a significant organizational conflict of interest. The Government's reliance on the Aerospace Corporation for their special competencies and the unique capability of their skills is based on longstanding experience, and validates the exception from full and open competition under 41 U.S.C 253(c)(1) for this increase to the ceiling. Other parties who desire consideration for this requirement must fully identify their business and technical capabilities, relative to this proposed requirement, in writing to the Contracting Officer within 45 days of the date of synopsis publication. Validation of this exception will preclude the need for a subsequent CBD notice. No RFP is available, and will not be provided. No future CBD notice is planned prior to award. Please call Mr. Jay W. Moore on (301) 427-2126, ext. 112 or send an e-mail to jay.moore@noaa.gov if you have other questions on this requirement. SEE NOTE NO.'s. 22, 25, and 26.
 
Place of Performance
Address: NOAA/NESDIS, 1335 E. W. Hwy., 8th Floor, Silver Spring, MD
Zip Code: 20910
Country: USA
 
Record
SN00030470-W 20020227/020225213108 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.