Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 21, 2014 FBO #4561
SOURCES SOUGHT

R -- Services to Construct, Operate and Repair Continuously Operating Reference Stations (CORS) for NOAA's National Geodetic Survey Office

Notice Date
5/19/2014
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
 
ZIP Code
23510
 
Solicitation Number
NCNL0000-14-00423
 
Archive Date
6/12/2014
 
Point of Contact
Robin Resweber, Phone: 757-441-3182, Katie Carter, Phone: 7574416880
 
E-Mail Address
robin.resweber@noaa.gov, katie.carter@noaa.gov
(robin.resweber@noaa.gov, katie.carter@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A SOLICITATION. This is a Sources Sought Notice for a commercial acquisition. The Government does not intend to award a contract on the basis of this Notice or reimburse the costs incurred by potential offerors in providing the information requested herein. In preparation for an upcoming procurement, the National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS) and Eastern Region Acquisition Division are conducting market research to determine potential sources to acquire services to construct, operate and repair Continuously Operating Reference Station (CORS) that are owned and operated by NGS. The North American Industrial Classification System (NAICS) code is 541990. The small business standard for this NAICS code is $14.0 million. This is not a request for technical or cost proposals. All types of business concerns, both large and small, are encouraged to submit a brief, typed Capability Statement in response to this sources sought announcement demonstrating their capability to construct and maintain CORS installations services, corporate experience providing same or similar services, references, and your business size using the above size standard. Overview of Potential Requirement: A COR consists of a Global Navigation Satellite System (GNSS) antenna that is directly coupled to the ground via monument and this antenna is connected via cable to a receiver that collects the observed signals. The receiver in turn is connected to a power source and telecommunications device. NGS currently owns and operates 43 CORS. These stations are located within the United States and its territories, plus one station in Brazil and one in Bermuda. NGS anticipates the need to expand this network by between 2 - 5 stations a year adding up to a total of about 20 new CORS over a five year period. The bulk of the new sites will be located in the United States and its territories. Less than 5 may be located in neighboring countries around North and Central America. Repair of Existing Stations: For existing NGS CORS sites, the contractor will repair/upgrade equipment once informed by NGS. Quality control of the data from the sites will remain an NGS responsibility along with retrieving, processing, distributing, and archiving the GNSS data from the receivers. The contractor will repair the station to return it to a normal operating status, namely: Antenna, receiver, antenna cable, power supply (primary/alternate), grounding equipment and associated telecommunications equipment are in good working order and that the quality of the data obtained by NGS is satisfactory. If an upgrade is needed the contractor will test equipment before it is sent out. The contractor will be expected to provide 0900h-1700h Eastern Time support with resolution of most problems within 24hrs of regular business hours Monday-Friday, List of stations and access type: 9 telephone modem sites (IL, OH, MI, NY) 31 Internet sites with Internet ready receivers 2 Cellular modem sites with Internet ready receivers NGS requires that the contractor be able to document their ability and experience to troubleshoot and configure antennas, receivers, associated telecommunication devices, and power supply and inline protection from power surges/lightning protection needed to successfully retrieve GNSS data from the devices listed below: The GNSS equipment, receivers, antennas, cables, include, but are not limited to: - Trimble 5700, NETRS, NETR5, NETR9 - Leica 1200PRO, 1200PROGG - Topcon Odessy - Septentrio PolaRx - Ashtech Micro Z, Ashtech Z-12 - Javad Delta - Chokering and non-chokering antennas - Antenna cables, LMR, Heliax, etc. Communication devices/types include, but are not limited to: - VSAT - INMARSAT (BGAN, or RBGAN) - Cellular modem (CDMA, GSM, CDPD) - Broadband Internet - Radio modem Power source primary/alternate and surge/lightning protection: - Alternating current - Direct current from batteries - Solar panels - Inline antenna cable lightning protection - Grounding of communication devices Installation of New Stations: Most of the new stations need to be built to significantly exceed the standard of many of NGS current monuments, as they will form the core of a new network of sites (Foundation CORS Network) to directly support the most fundamental level of the National Spatial Reference System (NSRS), namely NGS's contribution toward the International Terrestrial Reference Frame (ITRF). NGS requires that the contractor be able to document their ability and experience in constructing sites for each of the following 5 types: 1.Deep-drilled braced monuments: specifications are available at http://facility.unavco.org/project_support/permanent/monumentation/deepdrilled.html 2.Shallow-drilled monuments: specifications are available at http://www.scign.org/arch/sdb_monument.htm 3.Pillar monuments: a variety of types are possible with the basic design consisting of a cement/concrete pillar that partially extends below ground and partially extends above ground, with an appropriate device, embedded in the top part, which allows for the antenna to be leveled and oriented. The excavated part of the pillar must be augured. 4.Rooftop monuments: a variety of types are possible, generally these consist of a metal mast that is attached to the side of a building/roof parapet. The top of the mast has an appropriate device that allow for an antenna to be leveled and oriented. 5.Ground monuments: a variety of types are possible, generally these consist of a metal mast that is attached to an existing masonry structure. The top of the mast has an appropriate device that allow for an antenna to be leveled and oriented. How to Respond: Vendors are invited to submit a capability statement outlining qualifications and experience. Responses should demonstrate the vendor's capability to perform CORS installation and repair services; experience will be reviewed on the basis relevant to scope and complexity related to the above services. Submitted Capability Statements shall include the following: (1) Company name and address (2) DUNS number (3) Type of business (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business) as validated via the Central Contractor Registration (CCR) (4) Company point of contact - name, phone and Email address (5) Point of contact, phone and email address of individuals who can corroborate the demonstrated capabilities identified in the responses (6) Demonstration of the capabilities possessed for meeting the requirements, including knowledge of and experience with constructing and maintaining CORS installations (7) Three (3) references whereby same or similar services were provided to any entity to include federal, state, local, private or non-profit. Businesses shall submit an electronic copy (not to exceed 10 pages; including appendices, diagrams, and examples using one inch margins, and pages numbered consecutively). Submit responses electronically (using PDF or Microsoft Word) to Courtney Woodley, Contract Specialist, via email at Courtney.Woodley@Noaa.Gov, no later than 2:00 p.m. Eastern Daylight Time (EDT) May 28, 2014. Responses will not be returned. Any questions or responses to this Sources Sought announcement shall be directed to Courtney Woodley via the email address provided. No feedback will be provided regarding individual Capability Statements. Information received will be considered solely to make informed decisions regarding a potential procurement. Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract. No reimbursement for costs will be made associated with providing information in response to this sources sought announcement or follow-up information requests, if applicable.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNL0000-14-00423/listing.html)
 
Place of Performance
Address: 1315 East West Highway, Silver Spring, Maryland, 20910, United States
Zip Code: 20910
 
Record
SN03370096-W 20140521/140519234641-544e1c82dfe61fe91cdbce7e703f117f (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.