Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 29, 2008 FBO #2286
SOURCES SOUGHT

59 -- REQUEST FOR INFORMATION - New or Refurbishment of a 10 Meter Class X/S-Band Antenna System

Notice Date
2/27/2008
 
Notice Type
Sources Sought
 
Contracting Office
U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 205 12201 SUNRISE VALLEY DRIVE RESTON VA 20192
 
ZIP Code
20192
 
Solicitation Number
08HQ16-NoSolicitation
 
Response Due
3/14/2008
 
Archive Date
2/26/2009
 
Point of Contact
LYNDA MCCARTHY CONTRACT sPECIALIST 7036487394 ;
 
E-Mail Address
Email your questions to Point of Contact above, or if none listed, contact the IDEAS EC HELP DESK for assistance
(EC_helpdesk@NBC.GOV)
 
Small Business Set-Aside
N/A
 
Description
The Department of Interior (DOI), US Geological Survey (USGS), Earth Resources Observation and Science (EROS) Center, Sioux Falls, SD seeks information and capability statements for a "New or Refurbishment of a 10 Meter Class X/S-Band Antenna System." USGS will not accept unsolicited proposals related to the subject of this announcement. Instructions regarding submission of capabilities statements are contained herein. Those interested parties that want to be qualified as a small business must certify their qualification under the North American Industry Classification System Code (NAICS) 334220 "Antennas, Satellite, Manufacturing" in their capability statement submission. PURPOSE AND SCOPE: USGS EROS Center has a requirement for a 10 meter class X and S band capable satellite ground system for the Landsat Data Continuity Mission (LDCM) Ground Network Element (GNE). The EROS ground station will provide several services to existing (Landsat 5 and 7) and the future (LDCM) missions: 1 ) The space-to-ground interfaces for the S-Band Telemetry, Tracking, and Control (TT&C) to include reception, collection, and dissemination of telemetry and the transmission of spacecraft commands. 2) Reception, collection, and dissemination of X-Band mission data for Landsat 5, 7, and LDCM. 3) Interface to Mission Operation Center (MOC) for reporting, status, TT&C, scheduling, and monitoring of the ground stations within the Landsat Ground Network (LGN).The requirement may be met by either (1) refurbishing and upgrading the existing 10 m antenna system, or (2) the delivery, installation and integration of a new system. More detailed description of the ground system requirements (including delivery schedule) can be found in http://www.usgs.gov/contracts/acq_opp/EROS_index.html SOURCES SOUGHT: Interested parties must submit a capability statement to the Contracting Officer specified for receipt. The capability statement shall not exceed 25 pages (on 8.5 X 11 size paper, single sided print in MS Word, with a font of 10 points or higher), any pages in excess of 25 will not be evaluated. The capability statements should include information pertaining to the following: (1) Technical Capabilities. A description of your organization's technical capabilities relevant to this task. Relevant technical capabilities include: (a) requirements analysis, (b) technical design and engineering analysis, (c) system integration, and (d) expertise in physical antenna systems, data collection and reception equipment (S-band and X-band), and ground station automation; (2) Program Management. A description of your organization's program management capabilities, including: (a) budget and schedule management processes, (b) quality control processes, and (c) risk management processes; (3)Past Performance. A description of your organization's specific past experience with similar projects, including (1) specific references (including project identifier/contract number and description, period of performance, dollar amount, client name, and current telephone number) for work of this nature that your personnel or organization is currently performing or has completed within the last three (3) years. Include a description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, contracting and technical reviewing official, address, and telephone number. If you believe the Government will find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your company to address the problem; and (4) Other Information. Any additional information that would be useful to the Government in determining your capability to successfully meet the requirements of this task. ADDITIONAL INFORMATION REQUESTED: It is requested that interested parties submit Rough Order of Magnitude (ROM) cost information with the submission of capability statements. Submissions should include information addressing specifications which drive cost or could lead to excess risk to the project, as well as alternatives that can reduce cost and risk without substantial impact to requirements. This information will be used for market research purposes ONLY, and will not be used as part of the evaluation of the capabilities statement. The ROM information should be submitted as a separate document from the capabilities statement, and is not included in the 25 page limitation. Alternate delivery schedules and/or approaches to those indicated in the requirements document located at the website above that would minimize risk or cost should be outlined in responses to this RFI. Questions regarding this announcement shall be submitted via email to lmccarthy@usgs.gov no later than 1:00 p.m. Eastern Time on Tuesday, March 11, 2008. Please include with your questions your full name, reference number 08HQ16-NoSolicitation and title "New or Refurbishment of a 10 Meter Class X/S-Band Antenna System" your organization's name, complete address, phone number and email address. Questions will not be accepted after submission of capability statements. RESPONSES DUE DATE: Capability statements and ROM information are due no later than 2:00 p.m. Eastern Time, on Wednesday, March 26, 2008. These may be emailed to Lynda McCarthy, Contracting Officer, at lmccarthy@usgs.gov. Please be advised that it is the vendor's responsibility to assure the Government receives their submission on or before the specified due date at the specified location. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR)15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the USGS's confidential treatment regulations, 17 C.F.R. 200.83 (Confidential treatment procedures under the Freedom of Information Act). Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
 
Web Link
Please click here to view more details.
(http://ideasec.nbc.gov/j2ee/announcementdetail.jsp?serverId=GS1434HQ&objId=1050454)
 
Place of Performance
Address: U.S. Geological Survey EROS Data Center 47914 252nd Street Sioux Falls, SD 57198-0001
Zip Code: 571980001
Country: USA
 
Record
SN01518400-W 20080229/080228014447 (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 |
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.