SPECIAL NOTICE
D -- HR U2 ACS Assessment
- Notice Date
- 8/9/2017
- Notice Type
- Special Notice
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Satellite & Information Acquisition Division, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
- ZIP Code
- 20910
- Solicitation Number
- SP-133E-17-RQ-0696
- Archive Date
- 8/26/2017
- Point of Contact
- Edith Baz, Phone: 206-526-6712
- E-Mail Address
-
Edith.Baz@noaa.gov
(Edith.Baz@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- ***NOAA'S Acquisition & Grants Office, Satellite and Information Acquisition Division, National Environmental Satellite Data and Information Service (NESDIS) and the Office of Satellite Ground Services (OSGS) intends to negotiate a Sole Source Basis, under FAR 13.106-1(b)(1), with General Dynamics Mission Systems located in Richardson, TX. ***The Sole Source determination is based on the National Oceanic and Atmospheric Administration's (NOAA) requirement that General Dynamics Mission Systems is uniquely qualified to conduct this assessment of WCDAS-based HR antenna assets based upon the following: The mission critical nature of the GOES satellite systems requires that the replacement Antenna Control Systems (ACS) provide the same specific functionality that the current ACS provides. Any proposed upgrade to the currently utilized system must be standard production items in that they are interchangeable with the Model 133 equivalents. The U2ACS shall be a COTS based solution based upon an off the shelf proven design that is capable of interfacing and integrating seamlessly with the existing components of the ground system. The current ACS system is comprised of multiple units to include an Antenna Control Unit (ACU), a Tracking Control Unit (TCU) and a Power Control Unit (PDU), whose integration as a whole into the overall system relies on a well-established and well-defined set of requirements whose interdependencies are documented and understood by the original OEM. The Non-Recurring Engineering (NRE) needed to perform this project shall be kept to a minimum using in the field proven design replacements for each subsystem with similar if not identical configuration to the Model 133 equivalents. Currently half of the HR antennas use the GD Model 133 ACS as purchased to conform to specific government performance specifications. The government purchased the product and not the Intellectual Property or design rights to such or components thereof and we only have ACS use rights. As such, another vendor could not provide a replacement solution without extensive NRE to replicate the present GD Model 133 ACS capabilities. Utilization of the OEM will therefore limit costs to the Government as well as minimize design and integration risks as well as system downtime at installation. The present Model 133 ACS provides Hurricane Rated antenna pointing to a 120MPH wind field with survivability to 180MPH and any proposed ACS must provide the same or equivalent performance. The original OEM (GD) is currently best suited to meet this mission critical requirement essential to performance at WCDAS based on known coastal weather patterns that predominate there. Given the technical complexity of the proposed install and the potential risk posed to GOES and GOES-R missions, it is imperative that the assessment and subsequent installation are provided by a vender with a successful track record and history of providing assessment, design, testing and integration of ACS' to in-the-field, operational systems. NOAA's previous experience with GD as a provider of the Model 133 ACS were all favorable, with fourteen successful installations serving to instill confidence in their ability to meet these requirements and their company therefore presents the most promising combination of attributes needed to proceed with this procurement action. Period of Performance will be Date of Award through December 31, 2017. ***This Notice of Intent is not a request for competitive proposals and no solicitation package is available. However, firms that believe they can fully meet the Government's requirements may submit substantiating documentation in writing to the identified Point of Contact within 15 days after publication of this synopsis. Such documentation will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to conduct a competitive procurement, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/b7682c64151466598ea8b459eed4f226)
- Place of Performance
- Address: Wallops Command and Data Acquisition Station, Wallops, Virginia, United States
- Record
- SN04621049-W 20170811/170809233013-b7682c64151466598ea8b459eed4f226 (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 |