Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2010 FBO #3114
SOURCES SOUGHT

58 -- PLEIADES TECHNICAL REFRESH FOR EAGLE VISION PROGRAM - REQUEST FOR INFORMATION (RFI)

Notice Date
6/2/2010
 
Notice Type
Sources Sought
 
Contracting Office
950 ELSG/PK, 11 Barksdale St. Bldg. 1614, Hanscom AFB, MA
 
ZIP Code
00000
 
Solicitation Number
FA8707-10-N-00XY
 
Response Due
6/23/2010
 
Archive Date
7/23/2010
 
Point of Contact
Diane O'Neil, Contracting Officer, (781) 266-1050; Kiel Anderson, Contract Specialist, (781) 266-0502.
 
E-Mail Address
Click Here to E-mail the POC
(kiel.anderson@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 631st Electronic Systems Squadron Eagle Vision Program is requesting information only for the enhancement of the Eagle Vision system through the addition of the Pleiades satellite capability using existing commercial-off-the-shelf products (COTS). Eagle Vision is a system that collects and processes data transmitted from commercial satellites including SPOT 2, 4, & 5, IKONOS, Radarsat 1/2, and TerraSar-X. Eagle Vision includes an antenna, and shelterized and transit-cased processing equipment that collects and processes imagery into standard commercial formats. Pleiades will provide two identical sub-meter satellites, the only capability to provide the time-critical revisit at this resolution. Pleiades imaging will satisfy military Warfighter tactical objectives for geospatial intelligence, homeland security, humanitarian missions, and disaster relief. Pleiades provides high accuracy, in-orbit pointing agility, minimal programming conflicts, daily worldwide access, and fast revisit frequency. Pleiades can collect same-orbit broad-area imagery and stereo-imaging to support detailed mapping. Pleiades HR-1 and HR-2 satellites will launch early 2011 and late 2011 respectively. This is a Request for Information (RFI) on the COTS capability to order, downlink and process Pleiades mission data to produce Level-1 scenes in formats certified by SPOT Image. All Pleiades formats and collection modes will be supported. The upgrade will be compatible with the existing Eagle Vision ground station processing architecture and will be seamlessly integrated into the existing Eagle Vision systems. Interested parties are invited to provide technical information, cost of capability, and describe customer base and experience providing such products. Completion of all work is required no later than 12 months after award of contract. The earliest anticipated award date is January 2011. Please provide the name of your firm, address, point of contact, phone/fax, and an electronic mail address if available. Interested parties should provide product information meeting the above stated requirements no later than 20 days from the date of this notice. All responders are requested to indicate if they are a large business, small business, small disadvantaged business, 8(a) concern or woman-owned small business. In addition, contractors will indicate whether or not their equipment and services are offered through the GSA schedule or any other government-wide acquisition contract. Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting (CCR) System. The government may solicit firms meeting the screening criteria in this RFI. Please submit responses via e-mail to diane.oneil@hanscom.af.mil, kiel.anderson@hanscom.af.mil, and jason.moll@hanscom.af.mil no later than 2:00 PM EDT, 23 June 2010. Please direct any question regarding this RFI to Diane O'Neil, Contracting Officer, (781) 266-1050; Kiel Anderson, Contract Specialist, (781) 266-0502; or Captain Jason Moll, Program Manager, (781) 266-0548. This RFI is for planning purposes only, and does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP). Nor does its issuance restrict the Government as to the ultimate acquisition approach. The information you provide will be evaluated to identify qualified potential offers. ESC will not release to any firm, agency, or individual outside the Government, any information marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this RFI, nor will the Government compensate a respondent for any costs incurred in developing the information provided to ESC. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman; Bldg 1606, 9 Eglin Street, Hanscom AFB MA 01731; Telephone #: 781-377-5106; Facsimile #: 781-377-4659; E-Mail: ESC.Ombudsman@hanscom.af.mil. See Note 26.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8707-10-N-00XY/listing.html)
 
Place of Performance
Address: N/A
Zip Code: N/A
 
Record
SN02166202-W 20100604/100602235203-d56ebe77aadbf90b5701a42ad1ce3c60 (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.