Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2018 FBO #6172
MODIFICATION

K -- DSCOVR Antenna Improvement

Notice Date
10/15/2018
 
Notice Type
Modification/Amendment
 
NAICS
517919 — All Other Telecommunications
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition & Grants Office, SSMC2 11th Floor, 1325 East West Highway, Silver Spring, Maryland, 20910, United States
 
ZIP Code
20910
 
Solicitation Number
DSCOVR_RFI_4SEP18
 
Point of Contact
Scott DeLoera, Phone: 206-526-6714
 
E-Mail Address
scott.deloera@noaa.gov
(scott.deloera@noaa.gov)
 
Small Business Set-Aside
N/A
 
Description
DSCOVR Antenna Improvement (DAI) Hurricane Rated (HR) Feed Upgrade REQUEST FOR INFORMATION INTRODUCTION This is a Request for Information (RFI). In preparation for upcoming anticipated procurements, the National Oceanic and Atmospheric Administration (NOAA), Satellite and Information Acquisition Division (SIAD), on behalf of the National Environmental Satellite, Data, and Information Service (NESDIS), is conducting market research to gather feedback from industry and to assess the marketplace. The National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NESDIS) Office of Satellite Ground Services' (OSGS) mission is to sustain current NESDIS capabilities, to enable future capabilities, and to create an integrated ground enterprise. Satellite data acquisition from the Deep Space Climate Observatory (DSCOVR) is a crucial current NESDIS capability. DSCOVR monitors the magnetic plasma emanating from the Sun and provides this data as a real-time data stream to the NESDIS National Weather Service (NWS) customer, the Space Weather Prediction Center (SWPC). The data is used by SWPC to produce space weather forecasts, watches, warnings, and alerts. DSCOVR is NESDIS' primary real-time solar storm warning system at LaGrange point 1 (L1). NESDIS Wallops Command and Data Acquisition Station (WCDAS) is the primary facility for commanding DSCOVR and downlinking DSCOVR telemetry. Currently, the backup system resides in Fairbanks, AK at the Fairbanks Command and Data Acquisition Station (FCDAS). NOAA recently conducted the DSCOVR Antenna Improvement (DAI) study to determine the most promising antenna(s) located at WCDAS to modify and serve year-round as the DSCOVR main or backup antenna. One of the driving factors in performing the study was to alleviate the burden of relying on the backup system in Fairbanks which does not provide coverage during the winter months. Additionally, some of the WCDAS antennas need feed and/or horn improvements to achieve the required performance and also need maintenance repairs to be able to support DSCOVR effectively for years to come. The DAI study recommended upgrading the legacy 16.4M Hurricane Rated (HR) antenna, specifically HR2, to transmit and receive DSCOVR telemetry at the WCDAS facility. The existing HR2 antenna will require either feed modifications or a complete redesign and replacement to enable optimal support to the DSCOVR mission for the long term while retaining coverage of the legacy GOES NOP mission. This upgrade effort will entail design, photogrammetry, and development of the antenna feed hardware and software (if needed) as well as its installation and acceptance testing at WCDAS to demonstrate the specified requirements are met. The project shall modify or replace a Hurricane Rated antenna system, HR2 at Wallops Command and Data Acquisition Station (WCDAS), Wallops Island, VA. The contractor shall conduct an onsite assessment survey of the RF Feed and associated assemblies, and perform any modifications, replacements or upgrades necessary to optimize HR2 to support all DSCOVR mission requirements: data downlink, command uplink, ranging and tracking for the long term (5 - 20 years) in service as the primary antenna, as well as to fulfil all existing GOES legacy ‘NOP' mission requirements. BACKGROUND NOAA intends to issue an RFP for this initiative but given the scope, complexity and variety of design options possible for fulfilling the stated requirements, is issuing this RFI in advance to allow industry Subject Matter Experts (SMEs) and prospective bidders the opportunity to conduct a firsthand site visit assessment of the HR2 antenna so as to better inspect its overall condition along with environmental factors, evaluate the current functional architecture and formulate responses to the questions posed in this RFI. These in turn will assist NOAA in refining RFP requirements. The Government anticipates awarding a single, Firm Fixed Price award. INFORMATION REQUESTED If your organization has the potential capacity to perform these contract services, please provide a detailed response to the following: Part 1. Administrative Information Responses are requested to include: a.Contact Information. Provide company name, mailing address, phone number, fax number, company website, CAGE code, DUNS number, and contact information for designated points of contact. b.Business Type. Identify your business type and any socioeconomic categories such as Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Business, Woman-owned Small Business, HUBZone Small Business, and 8(a) companies. c.Alternative NAICS Code Recommendation, if applicable. The anticipated North American Industry Classification System (NAICS) Code for this procurement is 517919 All Other Telecommunications. The Government may consider recommendations for an alternative NAICS code. If an alternative is recommended, please provide rationale for why the code is more appropriate and applicable to the planned acquisition. Part 2. Corporate Capabilities and Experience Responses are requested to include a summary of your business' capability to perform the requirements (reference the attached Draft SOW) and any relevant experience in providing the same or similar services offered to the general public, non-government entities, or Government agencies. The Government is not requesting generic capability statements, but specific responses tailored to this requirement. Capability statements should address all of the relevant services as detailed in the attached Draft SOW. Capability statements should include objectives that your company can and cannot fulfill. Respondents are requested to respond whether they are capable of fulfilling the entirety of the scope or only a portion therein. If significant subcontracting or teaming is anticipated in order to perform, please include that in response as well. Experience statements should include relevant details including scope, period of performance, dollar value, client and point of contact information, and any other information relevant to the requirement. Part 3. SOW Response Please provide a detailed response to the SOW describing the methodology for either designing a new feed assembly or retrofitting the existing assembly. A cost benefit analysis for the chosen approach should be included as well. Additionally, please provide any suggested changes or modifications to the SOW. Part 4. Test Description Please provide factory test description, site integration description, and test plan to meet the requirements of the SOW. Part 5. Installation and Integration Please provide a detailed installation and integration plan and procedures for the installation and integration of the provided components. Part 6. Questions, Comments, Concerns Please provide responses to the following questions posed to industry: 1.When NOAA initially conducted a study for this work, a photogrammetry analysis of the present antenna geometrics was advised. Is this the most effective path to take or can the work be performed without a full analysis of the present antenna's geometrical characteristics? 2.One of the study's recommendations was a complete replacement of the HR2 RF electronics. However, would it be more cost effective to consider reuse of some the existing RF components versus a full replacement and/or upgrade to meet the performance requirements? 3.A requirement for this project will be to selectively support two NOAA missions, GOES ‘NOP' or DSCOVR, with the HR2 antenna. GOES ‘NOP' presently uses an L-Band co-linear polarization while DSCOVR uses an S-Band circular polarization. While NESDIS had looked at a switchable arrangement could there be an alternate but more cost effective solution i.e. diversity combining circularly polarized signals for L-Band and changing the data receiver for GOES 'NOP' support? 4.Predicated upon the results of your site survey, review of stated requirements and industry experience, would it be more cost effective to re-fashion and modify existing components of the antenna feed, or perform a wholesale re-design and replacement of the feed? 5.Predicated upon the results of your site survey, review of stated requirements and industry experience, how long do you estimate it would take to complete this project? 6.Based upon the results of your site survey, review of stated requirements and industry experience, what possible risks will the execution of this project entail? 7.Does the general and/or explicit physical location of the antenna offer any logistical and/or technical challenges to execution of the project? After reviewing the attached draft SOW and this RFI, please include any questions, comments, or concerns that should be addressed. All questions received will be gathered, reviewed, and may be answered in a future posting or amendment to this RFI. SUBMISSION INSTRUCTIONS Responses are limited to 30 pages and are due no later than 5:00pm EST, 17 October 2018 via email to scott.deloera@noaa.gov and lori.smith@noaa.gov. The points of contact for this action are Scott DeLoera (phone: 206-526-6714) and Lori Smith (phone: 301-628-1302). SITE VISIT The Government will be hosting a site visit for interested parties at the Wallops Command Data Acquisition Station (WCDAS), located on the NASA Wallops Flight Facility at Wallops, VA on October 3rd and 4th, 2018. The anticipated duration of the site visit is expected to last approximately 2 hours. Time slots have been set aside for 9:00 - 11:00am and 1:00 - 3:00pm each day. Interested parties requesting to attend the site visit must submit their request via email to Scott DeLoera (scott.deloera@noaa.gov) and Lori Smith (lori.smith@noaa.gov) no later than 3:00pm EST, 25 September 2018. Requests should include the company name, how many people plan on attending and which date/time (OCT 3rd or 4th) they plan on attending. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Information contained herein is subject to change. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by SIAD to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Any information that a vendor considers proprietary should be clearly marked as such. Failure to submit a response to this RFI in no way precludes a vendor from participating in any competitive solicitation that SIAD may issue in the future. Information received will be considered solely to make an informed decision regarding a potential procurement.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/1333/DSCOVR_RFI_4SEP18/listing.html)
 
Place of Performance
Address: Wallops Command and Data Acquisition Station (WCDAS), Wallops Island, VA, Wallops Island, Virginia, 23303, United States
Zip Code: 23303
 
Record
SN05123895-W 20181017/181015230741-3db8ded484099f5a4059102ca63aa63e (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.