SOURCES SOUGHT
D -- MEOLUT Operations and Maintenance - MEOLUT sources sought notice
- Notice Date
- 11/5/2015
- Notice Type
- Sources Sought
- NAICS
- 517410
— Satellite Telecommunications
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Western Region Acquisition Division, 7600 Sand Point Way, Northeast, Seattle, Washington, 98115-6349
- ZIP Code
- 98115-6349
- Solicitation Number
- MEOLUT-SSN-0001
- Archive Date
- 12/1/2015
- Point of Contact
- Sarah Waugh, Phone: 206-526-6544
- E-Mail Address
-
sarah.waugh@noaa.gov
(sarah.waugh@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- MEOLUT sources sought notice THIS IS A REQUEST FOR INFORMATION (RFI) ONLY This is not a solicitation for a contract or a grant award. This sources sought notice is for information purposes only. It is not a request for proposal, and does not obligate the Government in any way. The Government will not reimburse anyone for any costs associated with responding to this request. Purpose The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office is seeking to exchange information with industry in order to understand industry's capabilities in performance of operational maintenance, engineering support, and spare part management services for the Florida & Hawaii Medium Earth Orbiting Local User Terminals (MEOLUTs) which was originally built by Techno-Sciences, Inc., under DOC contracts DG133E08CN0210 and DG133E12CN0119. The intent of the RFI is to allow potential vendors to determine whether or how they can satisfy these requirements and to permit NOAA to obtain the best value for such services. Overview The purpose of the NOAA Medium Earth Orbiting Search and Rescue (MEOSAR) system is to provide distress alert and location data, using spacecraft and ground facilities, to Search and Rescue Coordination Centers (RCCs) operated by the US Air Force and US Coast Guard, in near real-time. The contractor must provide engineering services, as requested, to support the modernization and evolution of the two (2) NOAA Medium-Earth Orbiting Local User Terminals (MEOLUTs) while the International Cospas-Sarsat Demonstration and Evaluation (D&E) testing is being completed and the effort to establish an Initial Operating Capability is undertaken. The contractor must provide on-call 24/7/365 operations and maintenance (O&M) support for the NOAA Search and Rescue Satellite-Aided Tracking (SARSAT) program's MEOLUT ground stations, one, located in Miami, Florida and the other in Honolulu, Hawaii. This vendor's O&M support shall insure that the MEOLUTs accurately tracks operational Global Navigation Satellite System (GNSS) satellites, receives, processes and relays beacon distress messages, in coordination with the NOAA managed United States Mission Control Center (USMCC), to the appropriate RCCs via US Government provided communication links. The Contractor shall provide engineering support services, as an option, on a per year basis for up to 5 years (1 base year and 4 additional option years) as directed by NOAA to support efforts in the evolution of the system as it becomes operational, world-wide, within the International Cospas-Sarsat program. Changes in DOC, NOAA, NESDIS and Cospas-Sarsat IT policies, the MEOSAR space segment constellations, the modernization of the communication infrastructure and changing protocols shall be evaluated and implemented, by the vendor, at the direction of the US SARSAT program, without jeopardizing the existing operational capabilities of the MEOSAR system and the HI and FLA MEOLUTs. The contractor shall maintain a spare parts inventory which requires auditing the existing spare parts inventory on-site in HI and FLA, and restocking used inventory, as required, on a yearly basis, in order to facilitate the timely replacement of failed hardware and restoring operational capability. The beacon simulator, UPS batteries and air conditioning (HVAC) units at both sites are considered integral parts of the MEOLUTs operation at both sites. The hardware components of these systems are from the original build and also have limited spare parts kits on-site at both locations. O&M support requires having a contractor with the proper knowledge and expertise to monitor, diagnose and replace failed components, in an expedited manner in order to maintain the national critical, life-saving capabilities of the system. The software that manages the data processing, location processing and delivery of alerts to the U. S. Mission Control Center is proprietary property of the original vendor(s). NOAA seeks information relating to the capabilities of potential vendors related to providing O&M support for these existing systems, including the upgrade of hardware and the existing proprietary software, and the installing of spare parts or other components as required. Information Requested All potential sources are invited and encouraged to submit a response to this notice. The vendor's response should reflect an understanding of the NOAA requirements and the mission of the Agency without divulging proprietary information, if possible. If proprietary information is provided in a response, it should be clearly identified. All proprietary information submitted by respondents will be safeguarded and protected from unauthorized disclosure. The Government reserves the right to conduct additional one-to-one communications with respondents in order to fully understand their recommendations/feedback. Additional Information The response should include addressing the above questions/comments as well as a description of their capabilities and experience O&M support for Medium Earth Orbiting Local User Terminals. Vendors shall include an explanation of their specific ability to support the existing proprietary software systems, including any teaming or subcontract relationships necessary to meet the requirements. Please include information regarding the type of business, (i.e. large, small, Woman-owned, Veteran or Disadvantaged business concern). The North American Industry Classification system (NAICS) code for this notice is 517410: Satellite Telecommunications. However, the final request for proposal and resultant contract(s) may be assigned a different NAICS code. All firms responding should state their status for the appropriate NAICS codes. The NAICS codes cited in the RFI are for internal business size stratification purposes only. Vendor responses should identify a point of contact including the representative's name, company, email address, mailing address and telephone number both in an email and within the body of the submitted document. Please limit your response to this RFI to three (3) pages or less. Submission Submission of Response should be directed to the following email address not later than November 16th at 2:00 PM Pacific Time to Sarah Waugh, Contract Specialist, via email at sarah.waugh@noaa.gov. ALL INFORMATION PROVIDED IN RESPONSE TO THIS RFI WILL BE USED FOR INFORMATIONAL AND PLANNING PURPOSES ONLY. ALL INFORMATION SUBMITTED IS RESPONSE TO THIS ANNOUNCEMENT IS VOLUNTARY. THE UNITED STATES GOVERNMENT WILL NOT PAY FOR INFORMATION REQUESTED NOR WILL IT COMPENSATE ANY RESPONDENT FOR ANY COST INCURRED IN DEVELOPING INFORMATION PROVIDED TO THE UNITED STATES GOVERNMENT. For Additional Information For additional information please contact: Sarah Waugh, Contract Specialist Sarah.waugh@noaa.gov U.S. Department of Commerce/National Oceanic and Atmospheric Administration Western Acquisition Division 7600 Sandpoint Way NE SOU6 Bldg. 1 Seattle, WA 98115
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/WASC/MEOLUT-SSN-0001/listing.html)
- Record
- SN03939407-W 20151107/151105234618-eefca007672388e0b139ef551001d0c2 (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 |