SOLICITATION NOTICE
J -- Ground Systems Engineering and Depot Services (GSEDS) II
- Notice Date
- 2/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, SSMC3 - Room 10100/OFA64 1315 East West Highway, 10th Floor, Silver Spring, MD, 20910, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-NEEL0000707960
- Response Due
- 3/7/2007
- Archive Date
- 3/22/2007
- Description
- The National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, intends to issue a Request for Proposal (RFP) for ground systems engineering and depot support services for the Defense Meteorological Satellite Program (DMSP) and the WindSat Coriolis satellite program on a full and open competition basis using the procedures outlined in FAR 15. The Standard Industrial Code is 541990, and the business size standard is $6.5M. The successful contractor shall provide all necessary personnel, material, equipment, services, and facilities to provide ground systems engineering and depot support services in the following five engineering areas: 1) Hardware Maintenance and Depot Support; 2) Ground Systems Engineering for Inter-Segment Interfaces; 3) Sustaining Engineering, Independent test analysis and Problem isolation; 4) Creating/Modifying Technical Documentation for DMSP C3 operations; and, 5) Integrated Program Office Polar Program Component and Operational Systems Modification. This is an on-going effort and no interruption or down time of the systems will be acceptable for any of the segments. The DMSP Command, Control, and Communications (C3) system is an earth based command, telemetry, and data processing system providing all functions for the state of health maintenance, communications, sensor payload data retrieval and dissemination, and launch and early orbit support for the DMSP constellation. The C3 system consists of, but is not limited to: the Suitland Operations Control Center (SOCC), Suitland, MD; Environmental Satellite Operations Center (ESOC), Schriever AFB, CO; the Payload Integration Test Facility (PITF), Vandenberg AFB, CA; Air Force Satellite Control Network (AFSCN) ground stations at Hawaii, Thule Greenland, New Boston, NH; NOAA ground stations in Fairbanks, AK; user sites at Air Force Weather Agency (AFWA), Omaha, NE, and Fleet Numerical Meteorological Operations Center (FNMOC), at Monterey, CA. Other operational support nodes include Onizuka AFB, CA and the DMSP SPO at Los Angeles AFB, CA. The Coriolis Mission Data Recovery and Distribution (MDRD) system consists of X-band receive equipment at the NOAA ground station in Fairbanks, AK and SvalSat Ground Station in Svalbard Norway, ground and satellite-based communication links between these ground stations and CONUS, and a ground based CONUS distribution network with nodes at SOCC, FNMOC, and the Air Force Research Laboratory at Hanscom AFB, MA. The Government anticipates award of a cost-plus-fixed-fee type contract. The resultant contract shall be for a period of one year commencing on or no later than June 1, 2007 and will include four successive 12-month option periods. Contractor personnel working on hardware and software components of the DMSP system are required to have a DoD Secret clearance as a minimum on the date of award of the contract. In addition, the contractor must be able to begin work on June 1, 2007 with appropriate levels of skill and knowledge and personnel with security clearances to preclude any gaps in ground system support services. For informational purposes only, the Government estimates an annual level of effort of approximately 24,435 labor hours to perform these services. The solicitation for this acquisition will be posted to the Federal Business Opportunities website, www.fedbizopps.gov, on or about 15 days from the date of this notice. All future information regarding this acquisition, including amendments, will be distributed solely through this website. Hard copies of the solicitation will not be available. Interested firms are responsible for downloading their own copy of the solicitation and amendment (if any) and monitoring the website to ensure that they have the most up-to-date information regarding this acquisition. All evaluation factors will be outlined in the solicitation. Technical evaluation factors (i.e., technical approach, past performance, and staffing plan/personnel) are significantly more important than price. All responsible sources registered with the Central Contractor's Registration (CCR) at http://www.ccr.gov) may submit a proposal which shall be considered by the agency. Proposals/offers shall be submitted in accordance with the guidelines outlined in the solicitation document.
- Record
- SN01234953-W 20070222/070220220150 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |