Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 25, 2013 FBO #4200
SPECIAL NOTICE

R -- Provide System Engineering and Architecture Independent Review support/services - (Draft)

Notice Date
5/23/2013
 
Notice Type
Special Notice
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NESDIS Acquisition Division, SSMC3 - Room 10100/OFA64, 1315 East West Highway, 10th Floor, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
EE133E-13-RQ-0403
 
Archive Date
6/19/2013
 
Point of Contact
Joel L. Perlroth, Phone: (301) 713-9204
 
E-Mail Address
joel.l.perlroth@noaa.gov
(joel.l.perlroth@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
Justification for Other than Full and Open Competition Statement of Objectives (SOO) For NESDIS Satellite Ground Services To Provide Independent Review Service 1INTRODUCTION NESDIS manages NOAA's operational geo-stationary and polar-orbiting environmental satellite programs. Their objective is to provide the spacecraft, launch services, and ground systems necessary to maintain the uninterrupted flow of remotely-sensed environmental data required to protect life, property, the environment, and to promote economic well-being. NESDIS is responsible for defining user requirements and the development of conceptual/detailed engineering design of future satellite systems to meet those requirements. The National Oceanic & Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NESDIS) mission is to provide and ensure timely access to global environmental data from satellites and other sources to promote, protect, and enhance the Nation's economy, security, environment, and quality of life. NOAA/NESDIS acquires and manages the Nation's operational environmental satellites, provides data and information services to numerous end users, and conducts related research. NESDIS is actively looking at ways to strengthen its satellite programs and better fulfill its mission. To this end NESDIS initiated internal and external review teams to analyze its organization and recommend steps to achieve more successful satellite programs. These teams issued recommendations and NESDIS has taken a number of steps to strengthen both the satellite and data management sides of the organization, specifically increasing emphasis on systems engineering and common ground services, as well as consolidating the three NESDIS data centers. One step NESDIS is taking is to create an Office of Satellite Ground Services (OSGS) which will provide a Service Catalog developed using projects end products such as the common ground Level 0 and Level 1 requirements definitions, documented "as-is" architecture, defined "to-be" architecture states (intermediary to end state), "to-be" transition plans, etc. NESDIS is also taking steps to develop a Governance framework using these same end-products. To assist NESDIS with the steps to strengthen the satellite programs, a contractor skilled with in-depth expertise in systems engineering as an independent reviewer is needed to support the strategic and transition planning to develop a NESDIS common ground services. 2TASK OBJECTIVE STATEMENT 2.1System Engineering Independent Review Service Requirements The contractor shall provide System Engineering and Architecture Independent Review support/services including but not limited to: Review Preparation •Coordinate with Strategic and architecture Transition Team (SAT) on review agenda and activities •Coordinate with SAT to support review agenda, timing, duration, and content •Coordinate with the SAT and NOAA/NESDIs/NASA organizations in identifying appropriate review team members •Support SAT Review Chair or project as ground systems experts •Support peer reviews and SAT reviews via telecom or travel as required •Review of Project-provided materials in advance (as available) Participation in and Travel to all Reviews •Conduct and/or attend reviews as scheduled (tentatively every 3 months) •Exercise recognized management and technical leadership in ground systems formulation and implementation as designated review board expert •Prepare and submit Requests for Action (RFA's) during reviews •Travel to location of reviews Post-Review Activities •Attend follow-up caucus of the review team following each review •Prepare and/or comment on sections of review report pertinent to expertise •Follow-up, evaluates, and record disposition of project responses to RFAs •Support SAT Review Chair as spaceflight expert at relevant technical and management meetings and teleconferences 3DELIVERABLES In accordance with the Contract, the Contractor shall provide the following deliverables as required: Item No.DescriptionQuantity/To WhomDelivery Schedule/Reference 1Non-Disclosure Agreement - one from each person assigned to the Task Order.Original to COTR and a copy to COWithin 10 business days of receipt of Task Objective Statement, in accordance with CAR Clause 1352.209-75 2 Scheduling and conducting independent reviews includes but not limited to the following: o Preparing and submitting Requests for Action (RFA's) during reviews o Conducting caucus of the review team following each review o Preparing and/or commenting on sections of review report pertinent to expertise o Followed-up, evaluated, and record disposition of project responses to RFAs copy to COTR/ACOTR and CO TBD 3Final Report (Guidance, Recommendation, Transition)Original to the CO and 1 copy to COTR Task Order completion, in accordance with CAR Clause 1352.237-74 4PERIOD OF PERFORMANCE The Period of Performance for this Task Order shall be one base year with one six-month option period. Base Period: June 6, 2013 to June 5, 2014 Option Period I: June 6, 2014 to December 5, 2014 5PLACE OF PERFORMANCE The Contractor shall perform the services specified within this Task Order primarily at the NOAA Silver Spring and Goddard locations but possible other locations at the Government's direction. The contractor personnel may also travel to locations external to these locations in order to participate in meetings and to perform other tasks associated with this Task Order. The hours of operation are 8 am to 5 pm, Monday through Friday, excluding Government legal holidays days. The reporting time for Contract personnel shall be mutually agreed upon. 6LEVEL OF EFFORT The level of effort is estimated as one FTE for both periods of performance. Resume may be requested for this position and is considered Key Personnel; any changes shall be in accordance with Clause 1352.237-75, Key Personnel. 7SKILL REQUIREMENT The Contractor shall provide one FTE independent reviewer support and must have expertise in Ground System Engineering with specific discipline and prior experience supporting NASA/NOAA mission Command and Control Systems, Data Processing Systems, Ground Stations, terrestrial network, network and ground system security, mission operations, ground system integration and testing, algorithm development, flight software development, ground system safety and mission assurance. 8TRAVEL The performance of this task may require local travel and is included on a not-to-exceed basis. Travel will be authorized in accordance with the Federal Acquisition Regulation (FAR) Part 31.205-46 (2) (i), Federal Travel Regulations. Travel regulations can be found at: http://www.ofa.noaa.gov/~finance/travel1.htm. All travel must be pre-approved by the COTR and shall be reimbursed in accordance with the Federal Travel Regulations. Support documentation is required when invoicing for travel. 9CONTRACTING OFFICER'S TECHNICAL REPRESENTATIVE AND TECHNICAL MONITOR DEFINED AT AWARD 10CONTRACTOR ELIGIBILITY ON FUTURE SOLICITATIONS To fulfill this statement of objectives, the contractor may be required to develop technical and/or acquisition documents that may contain sensitive procurement information. Access or knowledge of this information may limit the contractor's eligibility to propose on future solicitations issued by the Government that are directly related to this statement of objectives. As a result, the contractor may be unable to propose on future solicitations unless the contractor can clearly demonstrate and justify that it has sufficient administrative, operational and/or technical controls in place to effectively contain and firewall its employees from those that are selected to accomplish this work. This restraint is imposed to avoid any circumstance of unfair advantage or potential bias that may arise and jeopardize the procurement process for future solicitations. Contractor employees will be required to sign a Non-Disclosure Agreement. 11IT SECURITY The contractor must comply with the DOC, NOAA and NESDIS IT Security policies and procedures. The Government will supply hardware and software necessary to perform the work required by this statement of objectives. The contractor shall comply with the IT Security requirements of the Department of Commerce as outlined in Commerce Acquisition Regulation (CAR) 1352.239-72, Security Requirements For Information Technology Resources (April 2010), except that development of a Security Accreditation Package in accordance with CAR 1352.239-72, section (i) is not required. In addition, personnel shall be screened in accordance with the requirements for Moderate Risk contracts as specified by CAM 1337.70 section 2.2; specifically, in accordance with CAR 1352.237-70, Security Processing Requirements-High or Moderate Risk Contracts (April 2010). Any access by contract personnel who are Foreign Nationals shall be in accordance with the requirements of CAR 1352.237-73, Foreign National Visitor and Guest Access to Departmental Resources (April 2010).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NESMD/EE133E-13-RQ-0403/listing.html)
 
Place of Performance
Address: SILVER SPRING, MD AND GODDARD NASA GREENBELT,MD, United States
 
Record
SN03070052-W 20130525/130523234859-20ab4f2ef466523ea30f639e4fecb979 (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.