MODIFICATION
R -- Commercial Satellite Imaging and Derived Products - Amendment 1 - Amendment 2
- Notice Date
- 8/12/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Department of the Navy, Office of Naval Research, Naval Research Laboratory, 4555 Overlook Ave. S.W., Washington, District of Columbia, 20375
- ZIP Code
- 20375
- Solicitation Number
- NRL-13-R-GA01
- Archive Date
- 8/15/2016
- Point of Contact
- Grace A. Pennington, Phone: 2027670682
- E-Mail Address
-
grace.pennington@nrl.navy.mil
(grace.pennington@nrl.navy.mil)
- Small Business Set-Aside
- N/A
- Description
- DRAFT Personnel Qualifications for proposed modification. DRAFT Performance Work Statement for proposed modification. Sources Sought Notice - Revised for Proposed Modification - August 2015 This is neither a formal request for proposal (RFP) nor a formal request for quote (RFQ). The Government will not reimburse any costs associated with the development and submission of materials in response to this request. No solicitation is available at this time; however, should such a requirement materialize, no basis for claims against the Naval Research Laboratory (NRL) shall arise as a result of a response to this Sources Sought notice or NRL's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Background NRL is developing the Coalition Tactical Awareness and Response system to request and receive commercial satellite imagery and provide derived products from satellite imagery for large area open ocean surveillance. This RFI is being used to gather market research for proposed modifications to the Coalition Tactical Awareness and Response (CTAR) contract N00173-14-C-2003. The original Sources Sought Notice for contract N00173-14-C-2003 is found on the FedBizOpps website at www.fbo.gov under NRL-13-R-GA01. Contract N00173-14-C-2003 was awarded as a sole source by authority of FAR 6.302-1 to MDA Information Systems LLC, Gaithersburg MD. The Government does not intend to use FAR Part 12, Acquisition of Commercial Items. Resources In order to aid industry in evaluating their ability to perform the requirement, the following documents have been attached and are provided herein for this RFI: 1. Draft Performance Work Statement with proposed addition of Section 3.5 2. Draft Personnel Qualifications with no modifications Proposed Performance Work Statement Section 3.5 Engineering Support is as follows: 3.5.1 The Contractor shall support integration and check out of second antenna purchased by NRL 3.5.2 The Contractor shall provide engineering onsite support for contractor system upgrades and process improvement. No more than three (3) one (1) week trips. 3.5.3 The Contractor shall provide engineering off site support for contractor system upgrades and process improvement. Capability Statement Organizations responding to this RFI must be capable of tasking RADARSAT2; licensing the sale of only derived products from the data downlinked from the RADARSAT; optionally, allow purchase of selected full image frames; and provide system engineering/software development to design and implement modifications to the CTAR system software. RFI Technical Questions NRL is requesting responses to the following technical questions: 1. DERIVED PRODUCTS - Is purchasing only derived products possible from a transportable ground terminal? What will be the cost savings for purchasing only derived products compared to purchasing the full imagery? 2. TASKING - How will the service provider support the tasking of the RADARSAT satellite? 3. UNIVERSAL IMAGE PROCESSOR - How will the image processor meet the time requirement for creation of the full imagery? 4. OTHER - Are there any other derived products from SAR imagery that would be applicable to maritime domain awareness? Contractor Response Format Please transmit responses by e-mail to Grace Pennington, Contract Specialist, grace.pennington@nrl.navy.mil, in either Microsoft Office or compatible software or in.pdf formats. NRL asks that interested parties, at a minimum, supply the following information: 1. CONTACT INFORMATION a. Name of company and point of contact (POC) b. Telephone number, fax number, address, and e-mail address of POC c. Business size and number of employees d. DUNS number e. Proposed NAICS code f. Proposed PSC code 2. CAPABILITY STATEMENT AND RESPONSE TO TECHNICAL QUESTIONS a. Capability Statement and information about offered products or services that meet the requirements listed in this RFI. b. Response to the technical questions listed above. 3. PRICING, SCHEDULE, AND COMMERCIALITY INFORMATION Catalog prices, rough order of magnitude costs, and delivery schedule. 4. PAST PERFORMANCE INFORMATION A list of Navy, Department of Defense, federal, or commercial contracts supported during the past 36 months, with a brief description of the supply or service provided per each contract. List only contracts that provided products or services similar to those currently being sought by the Government in this RFI. 5. ASSUMPTIONS A list of assumptions, if any, which were considered in formulating the response. Disclosure of Information NRL will not publicly disclose proprietary information obtained as a result of this RFI. To the full extent that it is protected by law and regulations, information identified by a respondent as Proprietary or Confidential will be kept confidential. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/ONR/N00173/NRL-13-R-GA01/listing.html)
- Place of Performance
- Address: The Contractors primary place of performance is on site at the Naval Research Laboratory., Washington, District of Columbia, 20375, United States
- Zip Code: 20375
- Zip Code: 20375
- Record
- SN03836401-W 20150814/150813000528-3bb9bcdb29eaa3d6b566eeb931f948a2 (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 |