Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 26, 2009 FBO #2677
SOLICITATION NOTICE

B -- Feasability Studies for Commercial Services for Space-Based and Space Weather Observations

Notice Date
3/24/2009
 
Notice Type
Modification/Amendment
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61, 1305 East West Highway, 7th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E-09-RQ-0400
 
Archive Date
4/29/2009
 
Point of Contact
Jay S Parsick,, Phone: 301-713-3478 ext. 173, Jay S Parsick,, Phone: 301-713-3478 ext. 173
 
E-Mail Address
jay.parsick@noaa.gov, jay.parsick@noaa.gov
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR NOAA FEASIBILITY STUDIES DG133E-09-RQ-0400 The National Oceanic and Atmospheric Agency (NOAA) located in Silver Spring, MD is planning to purchase several feasibility studies of space-based earth and space weather observation satellites that may be commercially available. This requirement is in three parts. Part A was solicited under DG133E-08-RQ-0883, with several studies awarded in 2008. This RFP is Part B and consists of four study topics described herein. Several study contracts are planned; each contract will be firm-fixed price. Each study contract will not exceed $25,000.00, contractors may be selected for one or more of these studies. The anticipated award date is April 2009. This action is a full and open competition and is unrestricted as to business size. The NAICS code for this action is 517410. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This action is issued as a request for proposal. The solicitation number is DG133E-09-RQ-0400. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-31. This process is being conducted under the test procedures for the procurement of commercial items under the authority of FAR 13.5. The following topics are the feasibility studies that require the contractor to provide their technical concept and commercial alternatives. Each study must contain an estimated cost for the technical approach outlined in the study. The estimated cost is a critical part of the study. The required topics for the feasibility studies(Part B) that are to be priced by contractors: APPENDIX C: TOTAL AND CLEAR SKY RADIATIVE FLUX Requirements Earth Radiation Budget Parameters. All requirements for Earth Radiation Budget apply only under both clear and cloudy conditions except for Surface Albedo. Albedo (Surface). Measurement of the ratio of the amount of spectrum electromagnetic radiation reflected in the 0.4 - 4.0 micron band reflected by the Earth to the amount incident upon it for daytime only Threshold Requirements a. Horizontal Cell Size: 4 km b. Mapping Uncertainty: 4 km c. Measurement Range: 0 to 1.0 d. Measurement Accuracy.03 (albedo units) e. Latency 150 minutes f. Refresh 24 hours g. Long Term Stability.02 (albedo units) Downward Longwave Radiation (DLR) (Surface). DLR at the surface is defined as radiation from 5.0 to 100 m. This is an instantaneous, not a time-averaged, measurement. Threshold Requirements a. Horizontal Cell Size 25 km at nadir b. Mapping Uncertainty 5 km at nadir c. Measurement Range 0 to 500 W / m2 d. Measurement Accuracy 10 W / m2 e. Latency 150 minutes f. Refresh 24 hours g. Long Term Stability 0.5 W / m2 Downward Shortwave Radiation (Surface). Downward shortwave radiation (surface) is defined as the irradiance at wavelengths less than 4 μm incident downward at the surface of the earth. This is an instantaneous, not a time-averaged, measurement. Systems Capabilities Thresholds a. Horizontal Cell Size 25 km at nadir b. Mapping Uncertainty 5 km at nadir c. Measurement Range 0 to 1400 W m-2 d. Measurement Precision 20 W m-2 e. Measurement Accuracy 10 W m-2 f. Latency 150 minutes g. Refresh 24 hours h. Long Term Stability 0.5 W/ m2 Net Solar Radiation at the top of the Atmosphere Incident minus reflected solar radiation (Top of the atmosphere). This is an instantaneous, not a time-averaged, measurement. Systems Capabilities Thresholds a. Horizontal Cell Size 25 km at nadir b. Mapping Uncertainty 5 km at nadir c. Measurement Range 0 to 1400 W m-2 d. Measurement Precision 15 W m-2 e. Measurement Accuracy 3 W m-2 f. Latency 150 minutes g. Refresh 24 hours h. Long Term Stability 0.2 W m-2 Outgoing Longwave Radiation (Top of Atmosphere (TOA)). Outgoing longwave radiation (5.0 to 100 m). This is an instantaneous, not a time-averaged, measurement. Systems Capabilities Thresholds a. Horizontal Cell Size 25 km at nadir b. Mapping Uncertainty 5 km at nadir c. Measurement Range 0 to 500 W m-2 d. Measurement Precision 12 W m-2 e. Measurement Accuracy 5 W m-2 f. Latency 150 minutes g. Refresh 12 hours (once/daytime & once/nighttime) h. Long Term Stability 0.2 W m-2 Conceptual Sensor Characteristics Cloud and Earth Radiant Energy System CERES Measures Earth's Radiant Energy Balance -. CERES consists of three broadband radiometers that scan the earth from limb to limb. The three spectral channels cover the spectral regions of 0.3 to > 50 μm (total radiation channel), 8 μm to 12 μm (atmospheric window channel) and 0.3 μm to 5 μm (shortwave channel). Mass 57 kg Average Power 50 W Average Data Rate 10.5 kbps Satellite Characteristics - Polar orbit - sun synchronous, prefer 700 - 1000km - Attitude stability of 1 degree - all axes (TBD) APPENDIX G: SEA SURFACE HEIGHT/TOPOGRAPHY REQUIREMENT Sea surface height (topography) is the longwave horizontal variations in the height of the sea surface with respect to the geoid. Requirements Horizontal Resolution 4 km Mapping Accuracy 2 km Measurement Range +/-50 m Measurement Precision 3 cm Measurement Accuracy +/- 5 cm Refresh 72 hours Conceptual Sensor Characteristics: Sensor Designs - Dual frequency (C and Ku-band) altimeter and single-frequency (Ku-band) solid-state altimeter Microwave radiometer GPS receiver Retroreflector array Doppler tracking antenna APPENDIX H: GEOSTATIONARY HIGH SPECTRAL ATMOSPHERIC PROFILES (Temperature, Pressure, and Vapor): Requirements Geographic Coverage 62 degree LZA; CONUS, Mesoscale Vertical (related to Spectral Resolution) Surface - 500hPa: 500 m, 500 - 300 hPa: 2 km, 300 - 100hPa: 3 km Spatial (Horizontal) Resolution - 62 degree LZA and CONUS 10 km Spatial (Horizontal) Resolution - Mesoscale 5 km Measurement Accuracy 1 K Refresh Rate 60 min (H, C); 5 min (M) Conceptual Sensor Characteristics Mass 210 kg. Power 285 watts Volume 1.5x1.0x1.5 meters Ground sample distance (GSD) 10 km Data rate 9 Mbps "Mega" CONUS covered in 70 minutes. DOEE 70%High spectral sounder Geo satellite measurements for valid for NOAA high spectral sounder data use would extend out to a LZA of about 65 degrees to the side APPENDIX I: OCEAN COLOR Requirements Spatial Resolution 300 m Refresh Rate at same earth point 3h (over 100% of area and during daylight hours) Spectral Coverage 0.4 - 1.0 microns Geographic Coverage US navigable waters through EEZ Measurement Accuracy <30% error for Chlorophyll a Measurement Range Water Leaving Radiance: 0.01 - 1 mW cm-2 μm-1 sr-1; Chlorophyll: 10-2 - 102 μg/liter; Turbidity: 10-4 - 0.15 sr-1; Reflectance: 10-4 - 0.15 sr-1 Conceptual Sensor Characteristics Volume 72,000 cc (30 x 40 x 60 cm) Mass 25 Kg Power 60 Watts Data Rate 1 mbps Delivery of interim and final report(s) shall be made to the NOAA COR and contracting officer that will be identified at time of award. Timely proposals will be evaluated in accordance with FAR 52.212-2, Evaluation - Commercial Items. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Contracting Officer shall make a best value award decision based on the following evaluation factors: Proposals will be evaluated against the requirements of the RFP and in accordance with the evaluation criteria set forth below to determine the Offeror's demonstrated ability to perform the services required. General statements such as "the vast resources of our nationwide company will be used to perform the services required by the Statement of Work" are not sufficient. The Offeror shall clearly address each element of the proposal. Any proposal failing to address all of the elements may be considered indicative of the Offeror's lack of understanding in response to the Government's requirements and may be considered unacceptable. Factor I - Technical Concept- the Technical Concept meets the requirement utilizing commercially available products and services to the maximum extent possible. The technical concept is clear, concise and complete. Factor II - Organizational Resources -The Offeror demonstrates an ability to provide the proposed service through one or more of the following subfactors: documented ownership of necessary assets; documented investor interest; and maturity of business case including independent review or valuation. Factor III Past Performance - Past performance will be evaluated based on information provided by the offeror as to actual sales of similar studies or services to industry or government agencies (contractor format for past performance data is desired). Past performance will consider the reviews/ratings of other users who presently use or used offerors services. Offerors must include records of at least three recent sales, within the last 5 years, and identify a point of contact for each by providing a name and telephone number. Failure to submit past performance information (or to address past performance) with your proposal will result in your proposal being made non responsive. Factor IV - Price. The government is not responsible for locating or securing any information that is not identified in the proposal. To ensure sufficient information is available, vendors must furnish as part of their proposal all descriptive material necessary for the Government to determine whether the services/study meets technical requirements. Technical capability combined with past performance is significantly more important than price, and the contracting officer may make award to other than the lowest priced offeror. The Government reserves the right to make an award without discussions. Offerors shall complete their annual representations and certification at http://orca.bpn.gov and complete para. (b) of 52.212-3 or, if annual certifications not completed, complete and sign para (c) through (m) of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (FEB 2009) with its offer. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (OCT 2008), applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive orders - Commercial Items, applies to this acquisition. The following additional FAR clauses cited in this clause are applicable: FAR 52.203-6, Restriction on Subcontractor Sales to the Government (SEPT 2006); FAR 52.219.8, Utilization of Small Business Concerns (MAY 2004); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007); FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (SEPT 2006); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998); FAR 52.222-19, Child Labor-Cooperation with Authorities (FEB 2008); FAR 52.232-33, Payment by Electronic Funds Transfer (OCT 2003), Clauses and provisions are incorporated by reference and apply to this acquisition. Clauses and provisions can be obtained at http://www.arnet.gov. The following Commerce Acquisition Regulation apply to the Acquisition: CAR 1352.201-70 Contracting Officer's Authority (MAR 2000), CAR 1352.201-71 Contracting Officer's Technical Representative (COTR) (FEB 2005), CAR 1352.208-70 Print (MAR 2000), CAR 1352.209-72 Restrictions Against Disclosure (MAR 2000), 1352.209-73 Compliance with the Laws (MAR 2000), CAR 1352.233-70 Harmless from Liability (MAR 2000), 1352.252-70 Regulatory Notice (MAR 2000). Commerce Acquisition Clauses provisions can be obtained at http://oamweb.osec.doc.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=751d75c1c90cb3f9a3eb7512d22b20a4&tab=core&_cview=1)
 
Place of Performance
Address: 1315 East West Highway, Room 10100, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN01775959-W 20090326/090324215529-751d75c1c90cb3f9a3eb7512d22b20a4 (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.