Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2009 FBO #2832
SOURCES SOUGHT

70 -- Direct DownLink Capability

Notice Date
8/24/2009
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
U.S. Army Strategic Command, XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
 
ZIP Code
80914-4914
 
Solicitation Number
W91260-09-RFI04
 
Response Due
9/11/2009
 
Archive Date
11/10/2009
 
Point of Contact
George P Knowlton IV, 719-554-1967
 
E-Mail Address
U.S. Army Strategic Command
(george.knowlton@smdc-cs.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Request for Information (RFI) from U.S. Army Space and Missile Defense Command (USASMDC) and Army Forces Strategic Command (ARSTRAT). USASMDC/ARSTRAT is seeking information on commercial products available for direct downlinking of data from WorldView-1, WorldView-2, IKONOS and GeoEye-1. The Commercial Data Providers (CDPs) listed above will accept all orders placed by NGA on behalf of USASMDC/ARSTRAT, using the terms of the existing NGA NextView contract. The CDPs will process the order for delivery upon acceptance of the NGA order. USASMDC/ARSTRAT may desire the capability to receive all Service Level Agreement (SLA)-licensed imagery data from the CDPs for a bounded area of interest as it is collected. This imagery requirement likewise will be submitted through NGA. The DDL system will provide receipt, ingest, and processing functions required to process raw, compressed Commercial Imagery data delivered from the WorldView-1, WorldView-2, IKONOS and GeoEye-1 sensors. The DDL antenna will be capable of receiving imagery downloads from WorldView-1, WorldView-2, IKONOS, GeoEye-1 and GeoEye-2 sensors within a 2,200km radius of the DDL location. The DDL antenna will be capable of receiving a 750 Mbps X-band downlink stream, which requires a dual-polarization antenna configuration. The DDL control system will enable the collection of imagery from WorldView-1, WorldView-2, IKONOS, GeoEye-1, and GeoEye-2 sensors in the most efficient manner. Based on information provided by the vendor the control system will develop and execute an imagery acquisition download plan. The vendor will need to integrate the DDL system with existing Virtual Ground Terminals (VGT) processors from DigitalGlobe & GeoEye. These processors will be capable of ingesting imagery from WorldView-1, WorldView-2, IKONOS, GeoEye-1, and GeoEye-2 sensors. The processors will be able to process a set of products in the DDL system, using the Commercial Imagery Vendor/Provider Image Plan, from acquired Level 0 imagery data to one or more pre-defined processing levels for the Commercial Imagery Satellite. The processor will have the capability to support the creation of imagery products from the CDPs in the following formats: GeoTiff, NITF 2.0/2.1 and JPEG 2000. The DDL system will include an intuitive Windows-based user interface application with which to manage the processing engine and end to end workflow. The DDL system will include a technical support package, including a PLL recommendation for consideration, from the contractor. On demand technical support can be proposed at the 8 hour by 5 day (during regular business hours) for tracking and correction of software defects, software patches and updates (as required), and hardware support. The DDL system will not exceed four standard equipment racks. This is inclusive of any workstation computers, the primary Antenna Control Unit (ACU) and all associated ground station equipment needed to operate the DDL. Please provide a technical description of your companys product(s) to include current demonstrable features. Also discuss in detail inherent capabilities which enhance system accuracy, speed performance, and operator ease of use. Identify which features are included with the basic system capability as opposed to those features which may be optionally offered. In your response please address whether the following desired features and capabilities are currently supported: Responses should clearly state terms and conditions of sale to include required end user licensing and/or applicable service agreements. Describe available options for training, maintenance, and contractor logistics support along with the specific terms and conditions associated with each. Indicate whether resulting support agreements allow for operations or maintenance by a third party. Rough Order of Magnitude (ROM) price estimates are requested for the basic system(s) capability, along with individually priced estimates associated with any of the optional capabilities described. Also provide delivery schedule information for the basic and optional capabilities offered. Please provide ROM estimates for each support option offered. Finally, indicate the provisions of any warranty offered as well as, the costs associated with extending such warranty. Proprietary information is not being solicited, however, if it is submitted it should be appropriately marked. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend pay for the information requested. Point of contact is George Knowlton, Contracting Officer, ATTN: SMDC-RDC-W. Capability responses and inquiries will only be accepted electronically by email at: george.knowlton@smdc-cs.army.mil. All interested parties must submit thier responses to: george.knowlton@smdc-cs.army.mil by 4:00 PM (Mountain Standard Time) on September 11, 2009. Capability responses sent to any other email address will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-09-RFI04/listing.html)
 
Place of Performance
Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO
Zip Code: 80914-4914
 
Record
SN01924028-W 20090826/090825002152-ce23002a0f2af8fa900c481004d904a6 (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.