SOURCES SOUGHT
70 -- DSR II SATELLITE RECEIVERS
- Notice Date
- 8/4/2014
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- 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
- EE-133E-14-RQ-0432
- Archive Date
- 8/30/2014
- Point of Contact
- Joel Perlroth, Phone: 301-713-9204, Michelle A. Goad, Phone: 757-824-7368
- E-Mail Address
-
joel.l.perlroth@noaa.gov, michelle.a.goad@noaa.gov
(joel.l.perlroth@noaa.gov, michelle.a.goad@noaa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- This Sources Sought/Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the US Department of Commerce (DOC)/National Oceanic and Atmospheric Administration (NOAA)/National Environmental Satellite Data and Information Service (NESDIS). The purpose of this RFI is to help the NESDIS understand the industry best practices, technical solutions, and sources capable of providing the full range of requirements described in this RFI. Also, the purpose of this RFI is to determine the availability and capability of qualified small businesses that can provide a BRAND NAME OR EQUAL for 4 SciSys DSR II Receivers. The NAICS Code is 517410. The small business size standard is 500 employees. Interested small business must provide a capability statement demonstrating their experience, skills and capability to fulfill the Government requirement that is stated above. However, be advised that generic capability statements are not sufficient to evaluate your capability statement effectively. Information submitted must be in sufficient detail to permit the government to determine whether your organization meets the government requirement. The capability statements must identify the business status of the organization. STATEMENT OF NEED: The GOES LRIT monitoring system uses DSR II satellite receivers to recover data. These units provide signal reception for the GOES East and West downlinks at Wallops and at the Wallops Backup (WBU), located at the Goddard Space Flight Center. The DSR II receives the LRIT satellite downlink and digitizes the data for transfer to a rack-mounted pc. The pc hosts a software suite of applications that decodes the data, presents it for display and archives it. Technicians uses the LRIT receive systems for the real-time monitoring of the LRIT uplink transmissions and to troubleshoot system problems, through a review of the receive systems archives. REQUIREMENTS: A quote and specifications for the required, quantity (4) DSR II Receiver Units is attached to the procurement package. Requirements include: 3.1. 2met! DSR II Receiver Units: Quantity (4) 2met! DSR II Receiver Units. Units shall support 71 MHz Intermediate Frequency input and maintain backward compatibility with existing 2met! applications. Units shall be compatible with United States power system (120V 60 Hz). 3.2. Warranty: 12 month warranty for all units 3.3. License/Application Consideration: Wallops holds 2met! application licenses for the existing (4) 2met LRIT receive systems. It is reasonable to assume, and thus a requirement, that the (4) DSR II Receiver Units be compatible with the existing 2met! icensed systems. 3.4. General Hardware Requirements: The hardware shall be IPv6 capable and capable of being configured to utilize PIV-compliant smart card authentication in accordance with HSPD-12. Specifically, in order to comply with FIPS PUB 201, agencies are required to purchase only approved personal identity verification products and services. Approved products and services may be acquired from the GSA, Federal Supply Schedule 70, Special Item Number (SIN) 132-62, HSPD-12 Product and Service Components, in accordance with ordering procedures outlined in FAR Subpart 8.4. In addition, Internet Protocol Version 6 (IPv6) requirements from FAR part 11.002 (g) are hereby incorporated, specifically: This requirements specification document requires compliance with the technical capabilities defined in the USGv6 Profile (NIST Special Publication 800-119) and the corresponding declarations of conformance defined in the USGv6 Test Program (see also OMB Memorandum M-05-22 dated August 2, 2005). RESPONSES: Responses to this notice shall be limited to ten (10) pages (excluding marketing literature and/or technical data sheets) and must include: 1. Organization name. 2. Telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 3. Name, title, telephone number and e-mail addresses of individuals who can verify the demonstrated technical capabilities identified in the responses. 4. Commercial pricing list or other pricing information. 5. Customary practices, including warranty, discounts, contract type under which commercial sales of the products or services are made. 6. To ascertain if the system is commercially available, deployed and proven; a listing of other organizations that have implemented the interested party's system. 7. Appropriate NAICS code. 8. DUNS number, CAGE code, Tax Identification Number and company structure (corporation, LLC, partnership, joint venture, etc.). 9. Proof of active registration in the Central Contractor Registry (CCR). 10. Identification of the available contract vehicles, such as: GSA Federal Supply Schedules (schedule/contract number and appropriate Special Item Numbers) or other GWAC vehicles by Agency and contract number. 11. Please provide documentation of the size of your business. If you are classified as a small business, HubZone small business, Service Disabled Veteran Owned Small Business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the requirements. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. This notice is for planning purposes only, and does not constitute a Request for Proposal. This request is not to be construed as a commitment on the part of the Government to award a purchase order or contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. Interested small business organizations that believe they possess the capabilities necessary to undertake this project should submit, via email, copies of their capability statement addressing the areas above. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the NESDIS' review of the information received. Additionally, the NESDIS does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation, if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Respondents must submit a capability statement via e-mail to Michelle A. Goad at Michelle.A.Goad@noaa.gov no later than 11AM, August 6, 2014 for consideration. NO COLLECT CALLS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/EE-133E-14-RQ-0432/listing.html)
- Place of Performance
- Address: NOAA CDA Station, 35663 Chincoteague Road, Wallops Island, Virginia, 23337, United States
- Zip Code: 23337
- Zip Code: 23337
- Record
- SN03448639-W 20140806/140804234757-98980b4a48cab5f179ef60a17b5802d4 (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 |