Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 15, 2019 SAM #6590
SOURCES SOUGHT

A -- Sources Sought for Remote Ground Terminal (RGT), USACE Army Geospatial Center

Notice Date
12/13/2019 5:49:42 AM
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
W6RN USA GEOSPATIAL CTR ALEXANDRIA VA 22315-3864 USA
 
ZIP Code
22315-3864
 
Solicitation Number
W5J9CQ20R0003
 
Response Due
12/28/2019 10:00:00 AM
 
Archive Date
01/12/2020
 
Point of Contact
Lauren L. Secor, Phone: 7034283664, Erica Taylor
 
E-Mail Address
lauren.l.secor@usace.army.mil, erica.j.taylor@usace.army.mil
(lauren.l.secor@usace.army.mil, erica.j.taylor@usace.army.mil)
 
Description
****SOURCES SOUGHT FOR FAR PART 10, MARKET RESEARCH PURPOSES ONLY****Sources Sought for Remote Ground Terminal for USACE Army Geospatial CenterThe Government is contemplating a Justification and Approval for this requirement. The purpose of this sources sought is to determine if sources capable of satisfying the agency’s requirements exist. As a part of our Market Research, we are requesting information from industry on solutions that meet or exceed the Functional Capabilities listed within this announcement. This announcement seeks information from industry which will be used for planning purposes. No proposals are being requested or accepted with this announcement. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME.1. AGENCY: United States Army Corps of Engineers (USACE) Army Geospatial Center (AGC)2. NAICS: 541519, Other Computer Related Services3. PLACES OF PERFORMANCE: The Government expects that the majority of work will be in the United States, however the Contractor shall be capable of performance OCONUS.4. ACQUISITION INFORMATION: USACE AGC anticipates soliciting and awarding ONE Research and Development (R&D)/Prototype Single Award Indefinite Delivery/Indefinite Quantity (IDIQ) contract. No reimbursement will be made for any costs associated with providing information in response to this sources sought or any follow up information requests.Total Value of Contract: The contract shall not exceed $49,000,000.00 across the base and all option periods. Task Orders will be negotiated and may be awarded as Firm Fixed Price (FFP) and/or Cost Plus Fixed Fee (CPFF). Ordering Period: The contract will include a base period, not-to-exceed (NTE) three (3) years; two (2) two-year option periods and one final option period for one year. The total ordering period shall not exceed eight (8) years.5. GENERAL PROJECT DESCRIPTION: The requirement is to provide a Remote Ground Terminal (RGT) system, as well as systems engineering and software development services to develop, deploy, maintain, and enhance the Remote Ground Terminal (RGT) system and software. An RGT is a system that provides the capability for the direct satellite downlink of commercial imagery. This acquisition is a non-personal service and is not for performance of Inherently Government Functions. Feedback is sought addressing the clarity and feasibility of the requirement, as well as potential alternative means of meeting the Government's requirement.6. SOURCES SOUGHT: . Prior Government contract work is not required for submitting a response under this sources sought announcement.This sources sought is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing- expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation.7. FUNCTIONAL CAPABILITIES: RGT shall be capable of near real time Direct DownLink (DDL) and processing of commercial imagery in Disconnected, Intermittent, and Limited bandwidth (DIL) environments from the following commercial sensors. WorldView 1 WorldView 2 Radarsat-2 Deimos-2 BlackSky RGT shall be scalable such that additional emerging sensors can be added without increasing the footprint of the RGT. Future sensors include but are not limited to: R2 Space Capella Space Army organic RGT shall be capable of X-band receive only DDL RGT shall be scalable such that S-Band uplink can be provided in future instantiations. RGT shall be capable of operating on a Virtual Machine (VM) based architecture. RGT shall be designed such that the implementation of software containers (executable package of software that includes everything needed to run an application) can be easily integrated. RGT shall be capable of archive and new imagery ordering. RGT shall be capable of catalog search to be visually displayed RGT shall be capable of providing collection feasibility tool RGT shall be capable of approval option by supervisor prior to image ordering RGT shall be capable of providing common image processor to take raw imagery from satellite and process into standard formats. RGT shall process Electro-Optical imagery into NITF 2.1 RGT shall process SAR imagery into NITF and SICD for complex data products RGT shall complete product generation for imagery in under 15 minutes RGT shall be able to integrate the processing of HSI imagery into NITF 2.1 when available RGT shall be capable of electronic delivery of products RGT shall be capable of archiving of raw and finished products RGT shall be capable of cataloging imagery Catalog consists of browse image and metadata RGT shall be capable of providing interface to monitor RGT applications RGT shall be capable of user login via operator and maintenance laptops RGT shall be capable of Common Access Card (CAC) login RGT shall be capable of small transit cased equipment footprint Shall be Indoor equipment capable of being housed in transit cases and/or rack mounted (transit case option should be 10U or less) Antenna shall be capable of being housed in transit cases RGT shall be capable of utilizing 2.4m tracking antenna RGT shall be capable of being Risk Management Framework (RMF) Certified and Accredited8. SUBMISSIONS: Responses to this Sources Sought shall be limited to 10 pages and shall include the following information: Offeror’s Name, address(es), Point of Contact, phone number and e-mail address Offeror’s interest in proposing on the solicitation when it is issued Offeror’s Cage Code and DUNS number. Offeror’s capability to perform a contract of this magnitude, complexity, and ability to meet all requirements listed in Section 7, Functional Capabilities. Offerors are urged to demonstrate the ability to meet all Functional Capabilities Offeror’s Joint Venture information or Teaming Arrangements Include Cage Code or System for Award Management (SAM) information/registration, if available 11. PROPRIETARY & CLASSIFIED INFORMATION: No classified information is allowed. Proprietary information shall be marked as such. Proprietary information received in response to this sources sought will be safeguarded and handled in accordance with applicable Government regulations. By responding to this market research you provide the Government permission to share your submitted capabilities and contract information with other Government organizations in relationship to similar requirements for market research purposes. Respondents are solely responsible for properly marking and clearly identifying any proprietary information or trade secrets contained within their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly marked and clearly identified.12. RESPONSES DUE: All interested contractors should submit responses via email by 13:00 hours Eastern Standard Time on 28 December 2019. Submit responses and information to the Points of Contact listed below. No hard copies will be accepted. All submissions will become Government property and will not be returned.13. QUESTIONS: Verbal questions will not be accepted. Questions shall not contain Proprietary or classified information.14. POINTS OF CONTACT: Submission and questions regarding this Sources Sought shall be directed to Contract Specialist Lauren Secor at lauren.l.secor@usace.army.mil AND Contracting Officer Erica Taylor at Erica.j.taylor@usace.army.mil.****SOURCES SOUGHT FOR FAR PART 10, MARKET RESEARCH PURPOSES ONLY****
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5b9ed692704a4e9aa547674320ba4bbe/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05516817-F 20191215/191213230300 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.