SOURCES SOUGHT
58 -- SATELLITE UPGRADE FOR EAGLE VISION PROGRAM SOURCES SOUGHT SYNOPSIS- REQUEST FOR INFORMATION (RFI)
- Notice Date
- 2/15/2012
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA8707-12-R-0012
- Point of Contact
- Heidi Bosinger-Waldron, Phone: 781-225-0603
- E-Mail Address
-
heidi.bosinger-waldron@hanscom.af.mil
(heidi.bosinger-waldron@hanscom.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Force Materiel Command, Headquarters Electronic Systems Center, C2ISR Directorate, Intelligence and Special Programs Division, Intelligence Systems Branch, Eagle Vision Program is issuing a Sources Sought Synopsis for the upgrade of the Eagle Vision system through the addition of a satellite capable of direct down link, direct tasking, and downlink of on-board recorder for world-wide collection using existing commercial-off-the-shelf products (COTS). The satellite must provide sub-meter resolution panchromatic imagery and at least eight (8) bands of multi-spectral imagery. Revisit time to image any location must typically be better than 2 days. The imagery will provide timely, very high resolution imagery to satisfy many warfighter objectives for geospatial intelligence, homeland security, humanitarian missions, and disaster relief. The upgrade will be compatible with the existing Eagle Vision ground station processing architecture and will be seamlessly integrated into the existing Eagle Vision systems. Eagle Vision is a system that collects and processes data transmitted from commercial satellites including SPOT 4, & 5, IKONOS, Radarsat -1/-2, TerraSAR-X, and Cartosat -1/-2. Eagle Vision includes an antenna, shelterized and transit-cased processing equipment that collects and processes imagery into standard commercial formats. Interested parties are invited to provide technical information, cost of capability, and describe customer base and experience providing such products. Completion of all work is required no later than 12 months after award of contract. The earliest anticipated award date is June 2012. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees supporting the Intelligence Systems Branch, ESC/HSJI, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees supporting the Eagle Vision Program in a cover letter accompanying your capabilities package. The North American Industrial Classification System Code is: 517410 - Satellite Telecommunications for the overall program, with a size standard of $15M. We are seeking and are open to all types of small business participation. Please provide the name of your firm, DUNS Number and CAGE Code, address, point of contact, phone/fax number for a Point of Contact, an electronic mail address if available, and Company Size relative to NAICS Code 517410. Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the above stated requirements. The capabilities package shall clearly present evidence the interested party is fully capable of providing the aforementioned capabilities, and as such may contain any information that the interested party feels is relevant. Responses shall not exceed five (5) single-spaced pages, 12 point font typed with at least 1" margins. All responders are requested to indicate if they are a large business, small business, small disadvantaged business, 8(a) concern or woman-owned small business. In addition, contractors will indicate whether or not their equipment and services are offered through the GSA schedule or any other government-wide acquisition contract. Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting (CCR) System. The government may solicit firms meeting the screening criteria in this RFI. Please submit responses via e-mail to Jeffery.Emmons@hanscom.af.mil, Heidi.Bosinger-Waldron@hanscom.af.mil, and Connor.Benedict@hanscom.af.mil no later than 2:00 PM EST, 24 February 2012. Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not delivered to the intended recipients. Please direct any question regarding this RFI to Jeffery Emmons, Contracting Officer, (781) 225-1050; Heidi Bosinger-Waldron, Contract Specialist, (781) 225-0603; or Captain Connor Benedict, Program Manager, (781) 225-0581. This RFI is for planning purposes only, and does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP). Nor does its issuance restrict the Government as to the ultimate acquisition approach. The information you provide will be evaluated to identify qualified potential offers. ESC will not release to any firm, agency, or individual outside the Government, any information marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this RFI, nor will the Government compensate a respondent for any costs incurred in developing the information provided to ESC. An ESC Ombudsman has been appointed to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Before consulting the Ombudsman concerned parties should first address their concerns, issues, disagreements, and/or recommendation to the Contracting Officer for resolution. In addition, AFFARS 5352.201-9101, Ombudsman, will be included in this acquisition's solicitation and contract. The ESC Ombudsman can be contacted at: ESC Ombudsman; ESC/CS, Bldg 1606, 9 Eglin Street, Hanscom AFB MA 01731; Telephone #: 781-225-1628; Facsimile #: 781-225-2250; E-Mail: ESC.Ombudsman@hanscom.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8707-12-R-0012/listing.html)
- Record
- SN02676052-W 20120217/120215234637-45e2e6f42aecc19039cfc32054e2c88c (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 |