SOURCES SOUGHT
99 -- National Oceanic and Atmospheric Administration (NOAA) Low Earth Orbit (LEO) Ground Sustainment Services (LGSS)
- Notice Date
- 2/5/2021 12:06:21 PM
- Notice Type
- Sources Sought
- NAICS
- 517919
— All Other Telecommunications
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- NOAA-JPSS-LGSS
- Response Due
- 3/5/2021 2:00:00 PM
- Archive Date
- 03/20/2021
- Point of Contact
- Joshua Burgess
- E-Mail Address
-
joshua.w.burgess@nasa.gov
(joshua.w.burgess@nasa.gov)
- Description
- INTRODUCTION SOURCES SOUGHT NOTICE (SSN) ONLY This SSN is issued for information and market research planning purposes; it does not constitute a solicitation or a promise to issue a solicitation. Requests for a solicitation will not receive a response. Furthermore, those who respond to this SSN should not anticipate feedback with regards to its submission. NOAA is not seeking proposals at this time, but strictly the information requested, herein. Not responding to this SSN does not preclude participation in any future solicitation. The information provided in this SSN is subject to change and does not bind the Government to any future obligations. All submissions become the property of the Government and will not be returned. Any information that a respondent considers proprietary and/or copyright should be clearly marked as such. The NOAA seeks a contractor to support Joint Polar Satellite System (JPSS) Ground Project requirements for LEO Ground Sustainment Services (LGSS).� SUMMARY OF SCOPE The JPSS Program intends to contract with industry to provide Common Ground System (CGS) sustainment, minor development, and limited modernization via the LGSS contract.� The goal of the LGSS contract is to manage ongoing sustainment of the CGS and to address obsolescence of existing hardware and software as needed, through the provision of any necessary hardware and software updates.� It is expected the LGSS contract may evolve portions of the CGS baseline to be hosted within a cloud-based environment and/or include new mission support. Any improvements or new Information Technology (IT) security requirements may need to be addressed.� Engineering support to the JPSS CGS to support JPSS mission readiness activities will be required. LGSS will include science algorithm support of polar missions; telemetry, tracking and command (TT&C) and data ingest sustainment services for current and future LEO and/or Polar satellites; and conducting Tier 3 hardware and software sustainment using agile practices where applicable. �LGSS also requires developing and sustaining interfaces with international partners for data exchanges. LGSS Ground System Overview � NOAA�s JPSS CGS has been previously developed and deployed under the CGS contract, with several increments of re-architecting and refreshes since its inception.� The CGS is a multi-mission ground infrastructure with an extensive Wide Area Network (WAN) providing various services for JPSS and other supported inter-agency and international missions. The CGS consists of the Command, Control, and Communication Segment (C3S) and the Interface Data Processing Segment (IDPS), which together transports commands, telemetry, and mission data between the satellites, ground control, processing facilities and customer locations.� These capabilities enable mission planning, asset management, data generation and delivery of the mission products and provide a centralized system that manages and communicates with all missions supported by JPSS. ��The NOAA Satellite Operations Facility (NSOF), located in Suitland, MD houses the JPSS mission operations, and a backup capability at the NOAA facility in Fairmont, West Virginia ensures continuity of operations in the event of an outage at NSOF.� �A more detailed description of the CGS is provided in the JPSS LGSS Scope of Work attached to this SSN. KEY ASSUMPTIONS AND RESPONSE INFORMATION Locations: LGSS work is expected to primarily occur at contractor facilities.� Deployment and refresh activities will occur at the following locations: NOAA Satellite Operations Facility (Suitland, MD) Consolidated Backup Facility (Fairmont, WV) McMurdo Station, Antarctica NASA White Sands Complex (Las Cruces, NM) NASA Goddard Space Flight Center (Greenbelt, MD) European Organization for the Exploitation of Meteorological Satellites (Darmstadt, Germany) (TBR) Svalbard Satellite Station (SvalSat) located in Svalbard, Norway (TBR) NAICS and Size Standard: The Government contemplates the use of the North American Industry Classification System (NAICS) code: 517919� All Other Telecommunications, with the corresponding small business size standard of $35 million. Required Response Information: Interested Contractors are required to provide the following information in response to this SSN announcement: Company Name/Division, mailing address, e-mail address, telephone number, and website URL (if available). A single Point-of-Contact name, title, telephone number, and e-mail address. Data Universal Numbering System (DUNS), Commercial and Government Entity (CAGE) Code, Tax Identification Number (TIN), and company structure (Corporation, LLC, partnership, joint venture, etc.). Please note that companies must be registered in the System for Award Management (SAM) to be considered potential sources (beta.SAM.gov). Business Size (regardless of company size) and any socio-economic status, especially those qualified as one or more of the following: Small Business. 8(a) firm (must be certified by the U.S. Small Business Administration (SBA) Small Disadvantaged Business (must be certified by the SBA). Woman-Owned Small Business. Economically Disadvantaged Woman-Owned Small Business. HUBZone firm (must be certified by the (SBA). Service-Disabled Veteran-Owned Small Business (must be listed in the VetBiz Vendor Information pages). A Capability Statement outlining why the respondent believes its firm has the capability to meet all these requirements outlined within the Scope of Work. Past Performance Experience related to this requirement. Conflict of Interest: Please detail the extent to which the respondent is aware of any potential organizational conflict of interest issues related to this requirement. Confirm Federal Information Security Management Act (FISMA) compliance - both the respondent�s systems and data can be protected from security threats and vulnerabilities at �High� FISMA level of security categorization. Confirm registration with the Software Engineering Institute (SEI) at Capability Maturity Model Integration (CMMI) Maturity Level 3 (or higher). Response Format: In order to better assist in the review of responses to this SSN, respondents are encouraged to prepare a capabilities statement that closely adheres to the following format: The document format shall be either Microsoft Word (.doc or .docx) format, or Adobe Acrobat (.pdf) format that is searchable. Responses shall be prepared using 12point font, 1-inch margins, and 8.5-inch by 11-inch paper and shall not exceed fifteen (15) pages in length, including images, data displays, charts, graphs, and tables. SUBMISSION DEADLINE AND ADDITIONAL INFORMATION: The responses received will assist the Government with identifying the number and nature of the entities that consider themselves feasible technical solution providers. Respondents are encouraged to ensure that their responses are complete and address all items outlined within this SSN. This SSN does not constitute a commitment, implied or otherwise, that a procurement action will be issued. The Government will not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The Government is not obligated to respond to any submissions. The Government is not obligated to review responses to this Sources Sought Notice received after the deadline. Each respondent, by submitting a response, agrees that any cost incurred by it in responding to this SSN, or in support of activities associated with this SSN, shall be the sole responsibility of the respondent. The Government will incur no obligations or liabilities whatsoever, to anyone, for any costs or expenses incurred by the respondent in responding to this SSN. This SSN is not a solicitation for a contract or grants award. Response Submission Requirements and Deadline:� �� Responses to this SSN should be submitted via e-mail attachments, received no later than 05:00 PM, EST, 05 March 2021 to:��� Contracting Officer:��� Joshua Burgess at joshua.w.burgess@nasa.gov This is not a solicitation for a contract or grant award, however, interested parties are advised to check Beta.SAM.gov for additional requests for information and updates.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/607fcd808c5f421185b9a153410e3fed/view)
- Record
- SN05910094-F 20210207/210205230105 (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 |