Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2002 FBO #0258
MODIFICATION

59 -- GOES Receive Antenna Systems for NESDIS/NSOF

Notice Date
8/15/2002
 
Notice Type
Modification
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
52-DGNE-2-90012
 
Response Due
8/26/2002
 
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
This synopsis advertises the Government's need for four (4) Azimuth/Elevation (Az/El) remotely controllable paraboloidal receive antenna systems for the new NOAA Satellite Operations Facility (NSOF) in Suitland, MD. The NSOF will house the antennas on its roof and is planned for early 2004. This advertisement is to conduct market research to define the approach for acquiring these systems, which are believed to be commercial items as defined in FAR 2.101, and to advertise the intent to release a solicitation. Each antenna system shall consist of: (a) the paraboloidal antenna; (b) a dual band - L/X feed sub-system; (c) dual redundant LNA paths for each feed; (d) an antenna local, operations area remote monitor/control, and external PC interface; (e) interconnecting cabling between the roof antenna and an operation control area, (f) dual redundant L-Band Downconverters, (g) 70 MHz Intermediate Frequency (IF) Distribution amplifiers, and (h) an L-Band receiver. The X-Band receiver may be acquired separately. The system operational frequencies are L-Band: 1675 - 1710 MHz; X-Band 7450 - 8400 MHz. The following figures of merit are estimated, and potential interested Offerors are welcome to propose an alternate link budget: planned G/T: L-Band: 18.1 dB/K; X-Band: 31 dB/K (10 deg. Elev.). End-to-end amplitude is 1dB peak-to-peak. VSWR is at 1.2:1 over applicable operating frequency band. Control is in step-track, maintaining signal strength at +/- .25 dB, program track, and manual positioning. Drive system is required to provide pointing accuracy of +/- 10% of 3dB bandwidth at max. operating frequency in low wind (two-axis RMS Pointing error .020 deg.); +/- 20% of 3 dB, medium wind (two-axis RMS Pointing error .040 deg.); +/- 40% in high winds wind (two-axis RMS Pointing error .080 deg.). Max. velocity is .25 deg./sec/ AZ; .25 deg./sec. EL. Max. Accel. @ .25 deg./sec.2. The system must include a remote Control, Monitor, and Test sub-system (CMTs) operated by personal computer NIC interface, allowing remote position control, status assessment, or test of any of the four antenna systems. System hardware and CMT's must be based on off-the-shelf designs, equipment, and components with an extensively tested and stable operational heritage. Some customization of the CMT is likely. The future system will operate 24x7 with a 99.9 percent availability rate over its systems life cycle. Also highly desirable is that the hardware systems be upgrade-able to accommodate technology refreshment as needed, without requiring substantive software re-programming, or causing a major disruption to the structure or other interfaced components, the antenna hardware/firmware, or the CMT system. The antennas will be installed, tested, and integrated on the roof of the NSOF (a web site is being constructed). The government will provide access to the new building's electrical power, signal and power grounding system, lightning protection, and signal conduits from the roof to the operations area. The CMTs shall be installed in a designated NSOF operations area. This solicitation is being conducted in accordance with Public Law 103-355 (41 U.S.C. 264 note), and the information herein is expressed as both a market survey and a presumed statement of need for a commercial item, as outlined in FAR 12.202, barring any information to the contrary. The intent of this synopsis is to describe the required commercial items through the process described in FAR subpart 11.002 and also to identify any appropriate commercial practices. NOAA plans to tailor the provisions of FAR 52.212-1 and 52.212-4 to include addenda to the terms, estimated to include: financing provisions, if applicable; progress reporting requirements; standard Government test, inspection and acceptance procedures; and extended warranty-if applicable to commercial practices. Respondents to this notice are requested to provide any necessary feedback on commercial terms and conditions, tracking and feed designs, and other performance traits such as pointing accuracy, surface tolerances, the gain distribution system, and a link budget for the performance capabilities contemplated that are common in this industry. The Government intends to streamline this acquisition using simplified acquisition procedures to the extent practicable. The Market Survey responses are due at the location specified below (five paper copies and one electronic copy) by July 9, 2002. Designate those sections that are business proprietary and subject to exclusion from release under the FOIA. An RFP is anticipated for release o/a July 12, 2002. IMPORTANT!! Those interested in this requirement should contact Mr. Jay W. Moore, NPOESS/Integrated Program Office, 8455 Colesville Road, Suite 1450, Silver Spring, MD 20910; Tel. 301-427-2079, ext. 112, and provide full contact information. No additional pre-RFP release notice is planned. A draft of the full specification is also planned for advance release to any interested potential offerors. Requests for further information must be made by e-mail. See Note #25.
 
Place of Performance
Address: NOAA/NESDIS, NOAA Satellite Operations Facility, 4401 Silver Hill Road, Suitland, MD
Zip Code: 20746
Country: USA
 
Record
SN00141368-W 20020817/020815213246 (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.