SOLICITATION NOTICE
D -- RADARSAT-2 Synthetic Aperture Radar
- Notice Date
- 1/29/2010
- Notice Type
- Combined Synopsis/Solicitation
- 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
- NEEC0000-10-03867
- Archive Date
- 2/22/2010
- Point of Contact
- Jay S Parsick, Phone: 301-713-3478 ext. 173, MARILYN B. WHALEY, Phone: 301-713-3478X170
- E-Mail Address
-
jay.parsick@noaa.gov, MARILYNB.WHALEY@NOAA.GOV
(jay.parsick@noaa.gov, MARILYNB.WHALEY@NOAA.GOV)
- Small Business Set-Aside
- Total Small Business
- Description
- COMBINED SYNOPSIS/SOLICITATION FOR NOAA RADARSAT-2 Synthetic Aperture Radar This is a combined synopsis/Solicitation for commercial items prepared in accordance with Subpart 12.6 of the Federal Acquisition Regulation, 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. Solicitation number NEEC0000-10-03867 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20005-38. The associated North American Industry Classification System Code (NAICS) is 517410 and small business size standard is $13.5M. The Contractor shall provide services in accordance with the Statement of Work included as part of this synopsis. This is a 100% Small Business Set aside. The National Oceanic and Atmospheric Agency (NOAA) located in Silver Spring, MD is planning to purchase technical services to read and interpret data fromRADARSAT-2 Synthetic Aperture Radar (SAR) dual polarization level 1B or comparable. This service will provide the NIC and its affiliate access to dual polarization data in support of NOAA's commerce and transportation goal with information for safe, efficient, environmentally sound transportation during natural and man-made catastrophic events. This service requires the contractor to: 1. Ingest, processing, and submission of data acquisition requests and orders from NOAA for standard RADARSAT-2 SAR products. 2. Direct reception; processing; transcription, and staging of data 3. Scheduling, operations, and maintenance support provided by the contractor for NOAA in support of near real-time (NRT) processing of RADARSAT-2 SAR data to meet NOAA and NIC operational and forecast data requirements. a. These data requirements include, but are not limited to: (1) The Arctic Snap-shot, (2) Coverage of selected Alaskan rivers and lakes, Alaska coastal regions, and the Bering Sea, (3) Coverage of Great Lakes regions and selected waterways, (4) Coverage of Chesapeake and Delaware Bays and selected rivers and lakes, (5) Support to field operations, (6) Support of response and mitigation activities during environmental and man-made hazards, disasters and emergencies, and (7) Processing of data from the on-board recorder (OBR)/Archive. 4. The quantity of data to be furnished in NRT will be established by mutual agreement between NOAA and the contractor, and may vary with season and may change with NOAA and other agency requirements, and the health of satellites and the ground system. 5. NRT processing of RADARSAT-2 SAR data will depend on the number of images as outlined on the submitted acquisition plans; data acquired will vary per day/week/month. 6. RADARSAT-2 SAR NRT processing each week, will include at a minimum the portion of the Arctic Snap-shot of interest to the NIC and NOAA which can be received and processed in NRT and at least one other view of the ice edge between Arctic Snap-shots in the Bering, Beaufort, Chukchi Seas, Great Lakes and other regions. 7. Provide support for the acquisition and processing of RADARSAT-2 SAR Medium Resolution data (Level 1B - 75m pixel, 150m resolution) data designed for near real-time operations and possibly other satellites carrying RADARSAT-2 SAR instruments for U.S. Government emergency use. The NIC's near-real time specification is delivery of satellite level 1B data within two to six hours of acquisition. Anymore than two to six hours is unacceptable for the NIC. 8. Provide support for the near real-time data transmission. 9. Provide maintenance support and repairs of designated subsystems as required, contingent upon adequacy of budgeted funds to support equipment repairs 10. Provide notification and coordination support to NOAA/NESDIS and NIC for repairs and maintenance. 11. Provide engineering and technical support to fulfill the data/imagery requirements of SAR near real-time users. 12. Study, suggest and implement changes to operational and maintenance procedures that might be required or represent overall system improvements for the provision of near real-time data/imagery. 13. Provide the order and help desk services for near real-time image acquisition scheduling, order tracking, and scheduling of data processing. 14. The contractor shall provide all necessary personnel for completion of this delivery order. Contractor personnel shall not give any news releases or conduct media interviews concerning the work performed under this delivery order. All media inquiries will be directed to the contracting officer or technical representative. 15. Timely submission of deliverables is essential to the successful completion of this delivery order. Schedules for deliverables are specified in the Scope and Task Definition. All material and information gathered and/or developed in the performance of the tasks listed in the contract shall be the property of the U.S. Government. Data gathered during the evaluation shall not be used or distributed by the contractor without special written government permission. 16. Submit a report at the end of each fiscal year to NOAA/NESDIS/NIC summarizing the research, operational and maintenance/repairs support provided. In addition, the contractor shall submit a monthly report evaluating regular operations. 17. Facilities and Equipment. Performance of the SOW requires downloading of the RADARSAT-2 SAR data NRT. This entails having the facility and other end-to-end subsystem equipment located where the satellite has the best field of view in order to meet the RADARSAT-2 SAR NRT operational imagery/data requirements. III. CONSTRAINTS 1. Timely submission of deliverables is essential to the successful completion of this delivery order. 2. Any changes to the delivery method, procedure, or format will be agreed on an ad-hoc basis between NIC and reception facility operations staff. 3. Delivery of the data to NIC will be by full scene transfer, or using compression software as required by NIC, over the Internet. NRT applies to one image in any given pass. Proposals will be evaluated based on technical approach, past performance, and price. When combined technical and past performance are significantly more important than price. Submitted proposals will be reviewed, evaluated, and scored according to the following color rating system. The meaning of each rating level is described in detail below: Rating & Description PURPLE (Excellent) - The proposal is very comprehensive, in-depth, clear and uniformly superior in quality. Consistently high quality performance can be expected. The proposal, as written, exceeds requirements and demonstrates an exceptional understanding of goals and objectives of the acquisition. One or more major strengths exist. No significant weaknesses exist. BLUE (Very Good) - The proposal is comprehensive, in-depth, clear and uniformly very good in quality. Consistent quality performance can be expected. The proposal, as written, meets or exceeds requirements and demonstrates an excellent understanding of goals and objectives of the acquisition. At least one major strength exists. No significant weaknesses exist. GREEN (Acceptable) - The proposal meets all minimum requirements and generally is of an acceptable quality. Proposal demonstrates an acceptable understanding of goals and objectives of the acquisition. There may be both strengths and weaknesses, but the strengths outweigh the weaknesses. Deficiencies are minor and easily corrected. Proposal is acceptable as written. Satisfactory performance can be expected. YELLOW (Marginal) - The proposal fails to meet minimum requirements. Proposal demonstrates a fair understanding of the goals and objectives of the acquisition. Weaknesses outbalance any strengths that exist. Weaknesses will be difficult to correct and would require negotiations. RED (Unacceptable) - The proposal fails to meet minimum requirements. Proposal fails to meet an understanding of the goals and objectives of the acquisition. The proposal has one or more significant weaknesses that will be very difficult or impossible to correct. Major proposal revision(s) are required for minimum acceptability. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number NEEC0000-10-03867 is issued as a Request for Quote. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 20005-38. The contractor shall comply with the IT Security requirements of the Department of Commerce as outlined in Commerce Acquisition Regulation (CAR) 1352.239-73, Security Requirements For Information Technology Resources (October 2006), except that the C&A requirements of clause 73, section (i), do not apply, and a Security Accreditation Package is not required. In addition, personnel shall be screened in accordance with the requirements for Low Risk contracts as specified by CAM 1337.70; specifically, in accordance with CAR 1352.237-72, Security Processing Requirements for Contractor/Subcontractor Personnel Working on a Department of Commerce Site (Low Risk Contracts) (December 2006). The Government anticipates a Firm Fixed Price Contract with a 12 month period of performance with 2 one year option periods will be awarded. Expected award date is March 1, 2010. 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. Proposals are due at 1200 EST, February 19, 2010, via email to Jay.Parsick@noaa.gov. Offerors must cite the solicitation number in the subject line. Proposals received after this date and time will be considered non-responsive. The mailing address for the contracting officer is DOC/NOAA/NESDIS, Acquisition Division, 1315 East West Highway, Room 10100, Silver Spring, Maryland 20910.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/NEEC0000-10-03867/listing.html)
- Place of Performance
- Address: 4231 Suitland Road, Room 1430, Suitland, Maryland, 20746, United States
- Zip Code: 20746
- Record
- SN02053189-W 20100131/100129235418-e815d6228e800abaa8c78679d80294da (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 |