Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 01, 2013 FBO #4207
SOURCES SOUGHT

D -- THE DATA RECEPTION AND PROCESSING SYSTEMS UPGRADE OF THE POLAR HIPS STATION AT NWS sites

Notice Date
5/30/2013
 
Notice Type
Sources Sought
 
NAICS
334111 — Electronic Computer Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC2 - 11th floor /OFA61, 1325 East West Highway, 11th Floor, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
NEEK1300-13-00808
 
Archive Date
6/25/2013
 
Point of Contact
Jay S Parsick, Phone: 301-628-1409, Jean Mann, Phone: (301)628-1404
 
E-Mail Address
jay.parsick@noaa.gov, Jean.Mann@noaa.gov
(jay.parsick@noaa.gov, Jean.Mann@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
Disclaimer: This is not a solicitation. This is not a request for quote (RFQ), invitation for bid (IFB), request for proposal (RFP), request for application (RFA) or an announcement of a solicitation and does not assume the government will award a contract or proceed with any of the above solicitations in the near future. The information requested herein is for information purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued or awarded. No entitlement payment of direct or indirect cost or charges by the Government will arise as a result of the submission of information. All information considered proprietary shall be marked accordingly. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Properly identified proprietary information will be safeguarded in accordance with government regulations. The purpose of this announcement is to determine whether small businesses or other contractors in the industry can perform the requirements specified. Any responses received will not be considered an offer by the responding party and cannot be returned. No telephone inquiries will be accepted and requests for solicitation packages will not be granted, as no solicitation has been prepared at this time. Synopsis: Sources Sought This is a Sources Sought notice intended for small business only. This is not a solicitation for proposals, proposal abstracts, or quotations. The National Environmental Satellite, Data, and Information Service (NESDIS) of the National Oceanic and Atmospheric Administration (NOAA) is conducting Market Research for the purpose of identifying small business who have demonstrated capabilities in the area of Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. No solicitation of offers is made by this synopsis. Background: The U.S. Department of Commerce (DOC)/National Oceanic and Atmospheric Administration (NOAA)/National Environment Satellite, Data and Information Service (NESDIS) manages NOAA's Polar Satellite HRPT Image Processing Systems (HIPS) at the National Weather Service regional office in Monterey, CA for the continued reception and processing of NOAA HRPT and METOP HRPT (MHRPT). The existing Monterey L-Band antenna system has reached the end of its serviceable life and is in need of replacement, and upgrades along with four (4) additional HIPS stations: Guam, Miami, San Juan, Puerto Rico and the NOAA Satellite Operations Facility (NSOF). The Monterey site shall require the removal of the existing antenna. The procurement and installation of antenna mounting pads or roof top mounting anchoring hardware at sites requiring these items will be the responsibility of the Government. The National Weather Service Alaska and Pacific Regions currently operate HIPS stations for the reception and processing of Polar Orbiting Environmental Satellite (POES) data. These systems are capable of ingesting and processing Direct Broadcast (DB) data from NOAA POES and Metop satellites. The HIPS Earth Station at Monterey includes a 1.77-meter tracking antenna, integrated LNA/Feed and down converter, HRPT/MHRPT receiver, and dual channel HRPT/MHRPT bit/frame synchronizer. Both the HRPT/MHRPT receivers and the HRPT/MHRPT bit/frame synchronizer reside in an external chassis, which connects to a Hewlett Packard UNIX RISC workstation via SCSI. The HIPS systems generate geolocation files and data products in a proprietary HIPS binary, flat-file format. The SOW is only for L-Band reception and HRPT/MHRTP processing upgrades to the Monterey HIPS site. The SOW is for a new L-Band reception and processing systems. As mentioned above an option is to be quoted for X-Band reception and processing. Requirements: NESDIS requires Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing for the hardware, software, and engineering services, which are required to upgrade the L-Band data reception and processing systems at the Monterey HIPS station. The contractor shall quote the basic portion is the SOW for continued data stream reception and processing from the NOAA POES and Metop satellites (HRPT and MHRPT respectively). As an option to the SOW, the contractor shall quote the reception of X-Band data from National Polar-Orbiting Operational Environmental Satellite System (NPOESS) Preparatory Project (NPP) and Global Change Observation Mission (GCOM) W1. Also, as an option to the SOW is the upgrade to four (4) additional HIPS stations: Guam, Miami, San Juan, Puerto Rico and the NOAA Satellite Operations Facility (NSOF). As part of the SOW options, the contractor shall provide radomes for the installed antennas at the above HIPS sites for protection from the elements. The Miami and NSOF sites shall require the removal of the existing antenna and radome. The Monterey site shall require the removal of the existing antenna. The procurement and installation of antenna mounting pads or roof top mounting anchoring hardware at sites requiring these items will be the responsibility of the Government. L-Band Upgrade Basic Quotation 1. Contractor shall provide a new L-Band antenna system for tracking and receiving HRPT and MHRPT data. 2. Contractor shall provide HRPT and MHRPT receivers and bit/frame synchronizers for the reception and synchronization of HRPT and MHRPT data streams. 3. Contractor shall provide HIPS Automatic Satellite Acquisition and Processing (ASAP) Manager software to provide for the control and management of HRPT and MHRPT reception and processing. 4. Contractor shall provide software for creating HRPT and MHRPT geolocation files for real-time display. Contractor shall provide software for creating HRPT and MHRPT products. 5. Contractor shall provide the capability for storing CCSDS packets for each MHRPT instrument in an MHRPT Level 1 format file. X-Band Upgrade Option Quotation 1. Contractor shall upgrade the L-Band antenna system described above to provide X-Band capabilities for tracking and receiving X-Band NPP and GCOM W1 data streams. 2. Contractor shall upgrade the receivers and bit/frame synchronizers for the reception and synchronization of NPP and GCOM W1 data streams. 3. Contractor shall provide HIPS Automatic Satellite Acquisition and Processing (ASAP) Manager software to provide for the control and management of NPP, and GCOM W1 reception and processing. 4. Contractor shall provide software for creating NPP, and GCOM W1 geolocation files. for real-time display. 5. Contractor shall provide software for creating NPP, and GCOM W1 products. 6. Contractor shall provide the capability for storing CCSDS packets for each MHRPT, NPP, and GCOM-W1instrument in a Level 1 format file. 7. Contractor shall integrate the GFE JAXA executable to generate GCOM-W1 Level 1 products. Information Requested: Interested companies should describe their capabilities as it relates to the activities below: • Adaptability - ability to respond to emerging and exppanding needs of their sponsors and anticipate future critical issues; and • Objectivity - ability to produce thorough, independent analyses to address complex technical and analytical problems. In addition to addressing technical capabilities, responses must include the following: • Name and address of firm • Size of business (i.e., large, small, small disadvantaged business, woman owned, etc.) • Average annual revenue for the past 3 years and number of employees; • Ownership; • Number of years in business; • Affiliate information; • Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime) • List of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement) • Point of contact - address and phone number; • List of existing Government Wide Acquisition Contracts (GWACS) for which you are currently qualified Submittal Requirements: Submittals must clearly state interested and capable contractors "Shall or "Shall Not" agree to incorporating CAR1352.209-71 in any solicitations for the above described requirements. Telephone responses are NOT solicited. No solicitation exists; therefore, do not request a copy of the solicitation. This sources sought is not be construed as a commitment by the Government to award a contract nor will the Government pay for the solicited information. Please submit your submission via email to the attention of Contact Specialist (CS) Jay Parsick (Jay.Parsick@noaa.gov) no later than June 10, 2013, 11:00AM EST, Silver Spring, MD. The response shall be submitted as Microsoft Word documents, using Version 2007. The response shall be no more 15 single-sided, single-spaced pages (excluding the cover page), and use a minimum font of 12 point (Times New Roman) on 8 ½ x 11-inch paper. Each page shall be separately numbered. It is the offeror's responsibility to ensure it arrives by the required date and time. For the purpose of establishing timely receipt of a contractors capabilities, the time will be established based upon the electronic copy submission. Responses must be received in writing by e-mail no later than by the date specified in the notice.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEEK1300-13-00808/listing.html)
 
Place of Performance
Address: 5200 Auth Road, Silver Spring, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN03075038-W 20130601/130530234652-c0fe9b8190cf9f54f5b1dbf246b10a61 (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.