Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 08, 2010 FBO #3057
SOLICITATION NOTICE

D -- RADARSAT-2 Synthetic Aperture Radar - DG133E-10-RQ-0447

Notice Date
4/6/2010
 
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
DG133E-10-RQ-0447
 
Archive Date
5/6/2010
 
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
N/A
 
Description
Solicitation Combine Synopsis Solicitation MDA Systems LTD. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite Data Information Service (NESDIS), Acquisition Division, SSMC3, Room 10100/OFA64 1315 East West Highway, 10th Floor, Silver Spring, Maryland 20910 Description: This is a combined synopsis/solicitation under which the US Department of Commerce/National Oceanic and Atmospheric Administration, Satellite Program Acquisition Division plans to procure on a firm-fixed price and sole source basis from MDA Systems, Ltd. Technical services to read and interpret data from RADARSAT-2 Synthetic Aperture Radar (SAR) dual polarization level 1B or comparable under FAR Parts 12 and 13.5. The projected period of performance for any order awarded as a result of this notice is a base year with three one-year options. This notice incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-40. The NAICS code is 517410 with a size standard of $15M. Interested parties who believe that they can meet the Government's requirement are requested to submit in writing an affirmative response; all responses must include detailed technical information and other technical literature demonstration the ability to meet the above requirements outlined in this notice. In your response, you must address each of the items listed in sufficient detail to permit agency analysis to establish a bona fide capability to meet the requirements. Failure to submit adequate documentation will result in the Government proceeding as stated above. A determination by the Government not to open competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written response must be received no later than fifteen days after publication of this synopsis. Background The NOAA, National Ice Center (NIC), located in Suitland, Maryland, requires RADARSAT-2 Synthetic Aperture Radar (SAR) dual polarization level 1B or comparable, to be delivered 24x7x365 in electronic format within 3-6 hours of acquisition by the satellite. Scope 1. This statement of objective (SOO) is for a commercial data buy of RADARSAT-2 SAR data. These SAR data/imageries will enhance and expand the ice/ocean/land monitoring and forecasting capabilities and services of the NOAA, NESDIS, and NIC. 2. The contractor shall provide: Near real-time RADARSAT-2 Synthetic Aperture Radar (SAR) data; SAR data/imagery of ice, ocean and land from the spaceborne RADARSAT-2 spacecraft. The signal data from RADARSAT-2 shall be received and processed at the contractor facilities and transmitted via a dedicated communications link from the contractor to NOAA/ NESDIS and the NIC in Suitland, Maryland. 3. The contractor shall deliver RADARSAT-2 Synthetic Aperture Radar (SAR) single/dual polarization level 1B data, 24/7/365, in electronic format in near-real time to NOAA. The delivery in excess of near-real time specification is delivery of satellite level 1B data within two to six hours of satellite acquisition. Six hours is unacceptable. 4. As required, the contractor shall provide RADARSAT-2 data to NOAA and the NIC designed for near real-time operations or emergency use for the U.S. Government. This data will provide NOAA, NIC, partners, and affiliates access to RADARSAT-2 data in support of NOAA's commerce and transportation goal with information for safe, efficient, environmentally sound transportation and also during natural and man-made catastrophic events. 5. The contractor shall deliver RADARSAT-2 satellite data to NOAA which includes: a. Direct reception; processing; transcription and/or staging of data. b. Acquisition scheduling, operations, and maintenance support of RADARSAT-2 SAR data for NOAA to meet NOAA and NIC's operational and forecast data requirements. c. The areas of interests for this data buy 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. 6. The contractor shall provide RADARSAT-2 data, which may vary in quantity with season and may change due to NOAA, other agency requirements, and the health of satellites/ground systems. 7. The contractor shall acquire, process, and deliver RADARSAT-2 SAR data to NOAA depending on the number of images submitted in the monthly acquisition plans. Acquisition plans will vary per day, week, and month. 8. The contractor shall provide notification and coordination support to NOAA/NESDIS and NIC for repairs and maintenance as needed. 9. The contractor shall provide engineering and technical support related to the fulfillment of this data buy requirements for NOAA and NIC in the event of software or system upgrades and changes, software incompatibilities, and other issues which may prevent the NIC in creating operational products. 10. As needed, the contractor shall 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 which include acquisition and planning software and when necessary, image conversions. 11. The contractor shall provide NOAA and NIC status on ordered imagery, acquisition scheduling, and order tracking which include delays in data processing, cancellations, and satellite anomalies. 12. The contractor shall provide a list of its key personnel in fulfilling this data buy requirements. The Contractor personnel shall not give any news releases or conduct media interviews concerning the work performed under this delivery. All media inquiries will be directed to the contracting officer or technical representatives. 13. The contractor shall submit all deliverables within the time frames set forth in the Statement of Objectives (SOO). Timely submission of deliverables is essential to the successful completion of this contract requirement. 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. 14. The contractor shall submit a monthly report evaluating regular operations. 15. The contractor shall submit a report at the end of each fiscal year to NOAA/NESDIS/NIC summarizing the research, operational and maintenance/repairs support provided. 16. Facilities and Equipment. Performance of the SOO requires the contractor to download the RADARSAT-2 SAR data in Near-Real Time (NRT). The contractor shall have a facility and other end-to-end subsystem equipment located where the satellite has the best field of view and control of the satellite to include all mission control, planning, and tasking activities on a 24-hours per day, 7-days per week basis in order to meet the RADARSAT-2 SAR NRT operational imagery/data requirements. Constraints: 1. Any changes to the delivery method, procedure, or format will be agreed on an ad-hoc basis By the Contracting Officer NOAA (NESDIS, NIC). 2. Delivery of the data to NIC will be by full scene transfer, or using compression software as required by NOAA/NIC, over the Internet. Near-Real Time (NRT) applies to one image in any given pass. IT Security Requirements The contractor shall comply with the IT Security requirements of the Department of Commerce as outlined in Commerce Acquisition Regulation (CAR) 1352.239-73, except that section (c) of the clause does not apply. Specifically, the C&A requirements of clause 73 do not apply, and that a Security Accreditation Package is not required. In addition, personnel shall be screened in accordance with CAR 1352.239-74 for Moderate Risk contracts. These clauses are provided below and incorporated herein in their entirety. CAR 1352.239-73- SECURITY REQUIREMENTS FOR INFORMATION TECHNOLOGY RESOURCES (a) This clause is applicable to all contracts that include information technology resources or services in which the Contractor must have physical or electronic access to DOC's sensitive or classified information, which is contained in systems that directly support the mission of the Agency. For purposes of this clause the term "Sensitive" is defined by the guidance set forth in: (1) The DOC IT Security Program Policy and Minimum Implementation Standards (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html); (2) The Office of Management and Budget (OMB) Circular A-130, Appendix III, Security of Federal Automated Information Resources, (http://csrc.nist.gov/secplcy/a130app3.txt) which states that there is a "presumption that all [general support systems] contain some sensitive information."; and (3) The Computer Security Act of 1987 (P.L. 100-235) (http://www.epic.org/crypto/csa/csa.html), including the following definition of the term sensitive information "... any information, the loss, misuse, or unauthorized access, to or modification of which could adversely affect the national interest or the, conduct of federal programs, or the privacy to which individuals are entitled under section 552 a of title 5, Unites States Code (The Privacy Act), but which has not been specifically authorized under criteria established by an Executive Order or an Act of Congress to be kept secret in the interest of national defense or foreign policy." For purposes of this clause, the term "Classified" is defined by the guidance set forth in: (1) The DOC IT Security Program Policy and Minimum Implementation Standards, Section 3.3.1.4 (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html). (2) The DOC Security Manual, Chapter 18 (http://www.osec.doc.gov/osy/). (3) Executive Order 12958, as amended, Classified National Security Information. Classified or national security information is information that has been specifically authorized to be protected from unauthorized disclosure in the interest of national defense or foreign policy under an Executive Order or Act of Congress. Information technology resources include, but are not limited to, hardware, application software, system software, and information (data). Information technology services include, but are not limited to, the management, operation (including input, processing, transmission, and output), maintenance, programming, and system administration of computer systems, networks, and telecommunications systems. The Contractor shall be responsible for implementing sufficient Information Technology security, to reasonably prevent the compromise of DOC IT resources for all of the contractor's systems that are interconnected with a DOC network or DOC systems that are operated by the Contractor. (b) All Contractor personnel performing under this contract and Contractor equipment used to process or store DOC data, or to connect to DOC networks, must comply with the requirements contained in the DOC Information Technology Management Handbook (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html), or equivalent/more specific agency or bureau guidance as specified immediately hereafter [insert agency or bureau specific guidance, if applicable]. (c) For all Contractor-owned systems for which performance of the contract requires interconnection with a DOC network or that DOC data be stored or processed on them, the Contractor Shall: (1) Provide, implement, and maintain an IT Security Plan. This plan shall describe the processes and procedures that will be followed to ensure appropriate security of IT resources that are developed, processed, or used under this contract. The plan shall describe those parts of the contract to which this clause applies. The Contractor's IT Security Plan shall comply with federal laws that include, but are not limited to, the Computer Security Act of 1987 (40 U.S.C. 1441 et seq.) and the Federal Information Security Management Act of 2002, Pub. L. No.107-347, 116 Stat. 2899, 2946-2961 (2002); Pub. L. No. 107-296, 116 Stat. 2135, 2259-2273 (2002). 38 WEEKLY COMP. PRES. DOC. 51, 2174 (Dec. 23, 2002) (providing statement by President George W. Bush regarding Federal Information Security Management Act of 2002). The plan shall meet IT security requirements in accordance with Federal and DOC policies and procedures that include, but are not limited to: (a) OMB Circular A-130, Management of Federal Information Resources, Appendix III, Security of Federal Automated Information Resources (http://csrc.nist.gov/secplcy/a130app3.txt); (b) National Institute of Standards and Technology Special Publication 800-18, Guide for Developing Security Plans for Information Technology Systems (http://csrc.nist.gov/publications/nistpubs/800-18/Planguide.PDF) ; and (c) DOC Procedures and Guidelines in the Information Technology Management Handbook (http://www.osec.doc.gov/cio/itmhweb/itmhweb1.html).. (d) National Industrial Security Program Operating Manual (NISPOM) for classified systems (http://www.dss.mil/isec/nispom.htm); and (e) NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION IT SECURITY MANUAL 212-1301, March 31, 2008. (2) Within 14 days after contract award, the contractor shall submit for DOC approval a System Certification and Accreditation project plan following the process outlined in the DOC IT Security Program Policy, Sections 3.4 and 3.5 (http://home.osec.doc.gov/DOC-IT-Security-Program-Policy.htm). The Certification and Accreditation Package must be consistent with and provide further detail for the security approach contained in the offeror's proposal or sealed bid that resulted in the award of this contract and in compliance with the requirements stated in this clause. The Certification and Accreditation Package, as approved by the Contracting Officer, in consultation with the DOC IT Security Manager, or Agency/Bureau IT Security Manager/Officer, shall be incorporated as part of the contract. DOC will use the incorporated IT Security Plan as the basis for certification and accreditation of the contractor system that will process DOC data or connect to DOC networks. Failure to submit and receive approval of the Certification and Accreditation Package, as outlined in DOC IT Security Program Policy, Sections 3.4 and 3.5 (http://home.osec.doc.gov/DOC-ITSecurity-Program-Policy.htm) may result in termination of the contract. (d) The Contractor shall incorporate this clause in all subcontracts that meet the conditions in paragraph (a) of this clause. CAR 1352.239-74 SECURITY PROCESSING REQUIREMENTS FOR CONTRACTORS/SUBCONTRACTOR PERSONNEL FOR ACCESSING DOC INFORMATION TECHNOLOGY SYSTEMS (a) Contractor personnel requiring any access to systems operated by the Contractor for DOC or interconnected to a DOC network to perform contract services shall be screened at an appropriate level in accordance with Commerce Acquisition Manual 1337.70, Security Processing Requirements for Service Contracts. DOC shall provide screening using standard personnel screening forms, which the Contractor shall submit to the DOC Contracting Officer's Technical Representative (COTR) based on the following guidance: 1) Contract personnel performing work designated Contract High Risk and personnel performing work designated Contract Moderate Risk in the information technology (IT) occupations and those with "global access" to an automated information system require a favorable pre-employment check before the start of work on the contract, regardless of the expected duration of the contract. After a favorable pre-employment check has been obtained, the Background Investigation (BI) for Contract High Risk and the Minimum Background Investigation (MBI) for Contract IT Moderate Risk positions must be initiated within three working days of the start of work. 2) Contract personnel performing work designated Contract Moderate Risk who are not performing IT-related contract work do not require a favorable pre-employment check prior to their employment; however, the Minimum Background Investigation (MBI) must be initiated within three working days of the subject's start of work on the contract, regardless of the expected duration of the contract. 3) Contract personnel performing work designated Contract Low Risk will require a National Agency Check and Inquiries (NACI) upon the subject's start of work on the contract if the expected duration of the contract exceeds 365 calendar days. The NACI must be initiated within three working days of the subject's start of work on the contract. 4) Contract personnel performing work designated Contract Low Risk will require a Special Agreement Check (SAC) upon the subject's start of work on the contract if the expected duration of the contract (including options) exceeds 180 calendar days but is less than 365 calendar days. The SAC must be initiated within three working days of the subject's start of work on the contract. 5) Contract personnel performing work on contracts requiring access to classified information must undergo investigative processing according to the Department of Defense National Industrial Security Program Operating Manual (NISPOM), (http://www.dss.mil/isec/nispom.htm) and be granted eligibility for access to classified information prior to beginning work on the contract. The security forms may be obtained from the cognizant DOC security office servicing your bureau, operating unit, or Departmental office. At the option of the government, interim access to DOC IT systems may be granted pending favorable completion of a pre-employment check. Final access may be granted only on completion of an appropriate investigation based upon the risk level assigned to the contract by the Contracting Officer. (b) Within 5 days after contract award, the Contractor shall certify in writing to the COTR that its employees, in performance of the contract, have completed annual IT security awareness training in DOC IT Security policies, procedures, computer ethics, and best practices, in accordance with DOC IT Security Program Policy, section 3.13 (http://home.osec.doc.gov/DOC-IT-Security-Program-Policy.htm). The COTR will inform the Contractor of any other available DOC training resources. (c) Within 5 days of contract award, the Contractor shall provide the COTR with signed Nondisclosure Agreements as specified in Commerce Acquisition Regulation (CAR), 1352.209-72, Restrictions Against Disclosures. (d) The Contractor shall afford DOC, including the Office of Inspector General, access to the Contractor's and subcontractor's facilities, installations, operations, documentation, databases, and personnel used in performance of the contract. Access shall be provided to the extent required to carry out a program of IT inspection, investigation, and audit to safeguard against threats and hazards to the integrity, availability, and confidentiality of DOC data or to the function of computer systems operated on behalf of DOC, and to preserve evidence of computer crime. (e) The Contractor shall incorporate this clause in all subcontracts that meet the conditions in paragraph (a) of this clause. Place(s) of Delivery and acceptance Suitland, MD and FOB point Destination. The following FAR provisions/clauses apply to this acquisition: 52.212-1 Instructions to Offerors-Commercial Items (June 2008), by reference. 52.212-2 Evaluation-Commercial Items. EVALUATION-COMMERCIAL ITEMS (JAN 1999) (a) The Government will award an order 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. The following factors shall be used to evaluate offers: Technical Capability, Price, and Past Performance. Technical, price and past performance, when combined, are significantly important. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009), (by reference). 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. As prescribed in 12.301(b)(4), insert the following clause: CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS-COMMERCIAL ITEMS (FEB 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: _XX__ COMBATING TRAFFICKING IN PERSONS (FEB 2009) 52.222-50 (22 U.S.C. 7104(G)). XX__ (12) 52.219-14, LIMITATIONS ON SUBCONTRACTING (DEC 1996) (15 U.S.C. 637(A)(14)). _XX_ (19) 52.222-3, CONVICT LABOR (JUNE 2003) (E.O. 11755). _XX_ (20) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (E.O. 13126). _XX_ (21) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _XX_ (22) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). XX__ (33) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). _XX_ (38) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _XX_ (41) 52.239-1, Privacy or Security Safeguards (Aug 1996) (5 U.S.C. 552a). 52.217-5 Evaluation of Options, (July 1990), (by reference). 52.217-8 Option to Extend Services. (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 60 days of the order expiration date. (End of clause) 52.217-9 Option to Extend the Term of the Contract. (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor within 60 days; provided that the Government gives the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. (b) If the Government exercises this option, the extended contract shall be considered to include this option clause. (c) The total duration of this contract, including the exercise of any options under this clause, shall not exceed 36 months or 3 years. (End of clause) 52.203-6 Restrictions on Subcontractor Sales to the Government. RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (SEPT 2006) (a) Except as provided in (b) of this clause, the Contractor shall not enter into any agreement with an actual or prospective subcontractor, nor otherwise act in any manner, which has or may have the effect of restricting sales by such subcontractors directly to the Government of any item or process (including computer software) made or furnished by the subcontractor under this contract or under any follow-on production contract. (b) The prohibition in (a) of this clause does not preclude the Contractor from asserting rights that are otherwise authorized by law or regulation. (c) The Contractor agrees to incorporate the substance of this clause, including this paragraph (c), in all subcontracts under this contract which exceed the simplified acquisition threshold. (End of clause) Alternate I (Oct 1995). As prescribed in 3.503-2, substitute the following paragraph in place of paragraph (b) of the basic clause: (b) The prohibition in paragraph (a) of this clause does not preclude the Contractor from asserting rights that are otherwise authorized by law or regulation. For acquisitions of commercial items, the prohibition in paragraph (a) applies only to the extent that any agreement restricting sales by subcontractors results in the Federal Government being treated differently from any other prospective purchaser for the sale of the commercial item(s). Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror representations and Certifications-Commercial Items, with offer. Quotes are due within 15 days of this notice, via email to Jay.Parsick@noaa.gov. Offerors must cite the solicitation number in the subject line. quotes received after this date and time will be considered non-responsive. Responses Point of Contact Jay Parsick, Contract Specialist, Phone (301)713-3478 x 173, Fax (301)713-4155 Email Jay.Parsick@noaa.gov - Marilyn Whaley, Director, NESDIS Acquisition Division, Phone (301)713-3478 x 170, Fax (301)713-4155, Email: marilyn.whaley@noaa.gov Place of Performance Address: U.S. Department of Commerce (DOC)/National Oceanic and Atmospheric Administration (NOAA)/ National Environmental Satellite Information Service (NESDIA)/ Office of Satellite Data Processing & Distribution, 4231 Suitland Road, Room 1430, Suitland, Maryland 20746-4304 Postal Code: 20746-4304 Country: USA
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/AGAMD/DG133E-10-RQ-0447/listing.html)
 
Place of Performance
Address: 4231 Suitland Road, Room 1430, Suitland, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN02113620-W 20100408/100406234808-01004200a920c6a3b2c56a944f9b5bda (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.