Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 10, 2015 FBO #4977
SOURCES SOUGHT

N -- Repair and Installation of Continuously Operating Reference Stations (CORS)

Notice Date
7/8/2015
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NCNL2000-15-00634
 
Point of Contact
COURTNEY T. WOODLEY, Phone: 757-441-3442
 
E-Mail Address
courtney.woodley@noaa.gov
(courtney.woodley@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought Notice for a commercial acquisition. The Government does not intend to award a contract on the basis of this Notice or reimburse the costs incurred by potential offerors in providing the information requested herein. GENERAL In preparation for an upcoming procurement, the National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS), and Eastern Region Acquisition Division are conducting market research to locate potential sources to acquire services to repair and install new Continuously Operating Reference Stations (CORS) that are owned and operated by NGS. The applicable North American Industrial Classification System (NAICS) code is 541990, All Other Professional, Scientific, and Technical Services. The small business size standard for this NAICS code is $14.0 million. This is not a request for technical or cost proposals. All types of business concerns, both large and small, are encouraged to submit a brief, typed Capability Statement, in response to this sources sought announcement. It shall demonstrate your business' capability to provide the CORs services, as detailed below corporate experience providing same or similar services,, and business size applicable to NAICS 541990. BACKGROUND NGS manages a network of Continuously Operating Reference Stations (CORS) that provide Global Navigation Satellite System (GNSS) data consisting of carrier phase and code range measurements in support of three dimensional positioning, meteorology, space weather, and geophysical applications throughout the United States, its territories, and a few foreign countries. Surveyors, GIS users, engineers, scientists, and the public at large that collect GPS data can use CORS data to improve the precision of their positions. CORS enhanced post-processed coordinates approach a few centimeters relative to the National Spatial Reference System, both horizontally and vertically. The CORS network is a multi-purpose cooperative endeavor involving government, academic, and private organizations. The sites are independently owned and operated. Each agency shares their data with NGS, and NGS in turn analyzes and distributes the data free of charge. CORs SERVICES OVERVIEW AND REQUIREMENTS A COR consists of a Global Navigation Satellite System (GNSS) antenna that is directly coupled to the ground via a monument, and this antenna is connected via cable to a receiver that collects the observed signals. The receiver, in turn, is connected to a power source and telecommunications device. NGS currently owns and operates 40 CORS. These stations are located within the United States and its territories, plus one station in each of the following countries Brazil, Barbados, and Bermuda. NGS anticipates the need to expand this network by between two-five (2-5) stations a year adding up to a total of about 20 new CORS. NGS is seeking to contract for services associated with repairing existing stations and installing new stations. The bulk of the new sites will be located in the United States and its territories. Less than five (5) may be located in neighboring countries around North and Central America. Repair of Existing Stations: NGS will inform the vendor when a station is malfunctioning, or in need of an upgrade, and the vendor will repair/upgrade equipment. Quality control of the data from the sites will remain an NGS responsibility along with retrieving, processing, distributing, and archiving the collected GNSS data. The vendor will repair the station to return it to a normal operating status, namely: antenna, receiver, antenna cable, external clock source (not always available), power supply (primary/alternate), grounding equipment, and ensure associated telecommunications equipment are in good working order and that the quality and timeliness of the data is satisfactory. Any replacement equipment will be tested by the vendor before it is sent out. The vendor will be expected to provide support between 0900hours-1700hours Eastern Time, Monday-Friday with resolution of most problems within 48 hours. NGS requires that the vendor be able to document their ability and experience to troubleshoot and configure antennas, receivers, associated telecommunication devices, and power supply and inline protection from power surges/lightning protection needed to successfully retrieve GNSS data from the devices listed below: The GNSS equipment, receivers, antennas, cable types include, but are not limited to: Trimble 5700, NETRS, NETR5, NETR9 Leica 1200PRO, 1200PROGG Topcon Odessy Septentrio PolaRx Ashtech Micro Z, Ashtech Z-12 Javad Delta Choke ring and non-choke ring antennas Antenna cables: LMR-400, LMR-600, Heliax Communication devices/types include, but are not limited to: VSAT INMARSAT (BGAN, or RBGAN) Cellular modem (CDMA, GSM, CDPD) Broadband Internet Radio modem Telephone modem Power source primary/alternate and surge/lightning protection: AC voltage DC voltage from batteries DC voltage from solar panels Inline antenna cable lightning protection Grounding of communication devices Surge protectors Connection to an external frequency source: Hydrogen Maser Cesium Clock A. Installation of New Stations: Most of the new stations to be installed will need to significantly exceed the standard of many of NGS's current monuments, as they will form the core of a new network of sites (Foundation CORS Sites) to support the most fundamental level of the National Spatial Reference System (NSRS), namely NGS's contribution toward the International Terrestrial Reference Frame (ITRF). I. HOW TO RESPOND Vendors are invited to submit a capability statement demonstrating the vendor's capability and experience to perform CORS installation and repair services. ;. Submitted Capability Statements shall include the following: (1) Company name and address (2) DUNS number (3) Type of business (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women-owned small business) as validated via the System for Award Management (SAM) (4) Company point of contact - name, phone, and e-mail address (5) Demonstration of the capabilities possessed for meeting the requirements, including knowledge of and experience installing and maintaining the following five (5) types of CORS installations: a. Deep-drilled braced monuments: specifications are available at http://facility.unavco.org/project_support/permanent/monumentation/deepdrilled.html b. Shallow-drilled monuments: specifications are available at http://www.scign.org/arch/sdb_monument.htm c. Pillar monuments: a variety of types are possible with the basic design consisting of a cement/concrete pillar that partially extends below ground and partially extends above ground, with an appropriate device, embedded in the top part, which allows for the antenna to be leveled and oriented. The excavated part of the pillar must be augured. d. Rooftop monuments: a variety of types are possible, generally these consist of a metal mast that is attached to the side of a building/roof parapet. The top of the mast has an appropriate device that allow for an antenna to be leveled and oriented. e. Ground monuments: a variety of types are possible, generally these consist of a metal mast that is attached to an existing masonry structure. The top of the mast has an appropriate device that allow for an antenna to be leveled and oriented. Businesses shall submit an electronic copy (not to exceed 10 pages; including appendices, diagrams, and examples using one inch margins, and pages numbered consecutively). Submit responses electronically (using PDF or Microsoft Word) to Courtney Woodley, Contract Specialist, via e-mail at Courtney.Woodley@noaa.gov. with a copy to Melissa R. Sampson at Melissa.R.Sampson@noaa.gov, no later than 2:00pm Eastern Daylight Time (EDT) July 23, 2015. Responses will not be returned. Any questions or responses to this Sources Sought announcement shall be directed to Courtney Woodley via the e-mail address provided. No feedback will be provided regarding individual Capability Statements. Information received will be considered solely to make informed decisions regarding a potential procurement. Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract. No reimbursement for costs will be made associated with providing information in response to this sources sought announcement or follow-up information requests, if applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNL2000-15-00634/listing.html)
 
Record
SN03789092-W 20150710/150708234956-7500b4817a46f2e209c8e3fd71b423cf (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.