Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 19, 2020 SAM #6807
SPECIAL NOTICE

J -- GOES-R DCS Direct Readout Ground System (DRGS) for NTIA

Notice Date
7/17/2020 7:17:38 AM
 
Notice Type
Special Notice
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
DEPT OF COMMERCE ESO WASHINGTON DC 20230 USA
 
ZIP Code
20230
 
Response Due
8/3/2020 9:00:00 AM
 
Archive Date
08/18/2020
 
Point of Contact
Courtney Palmer, Phone: 2024978825
 
E-Mail Address
cpalmer@doc.gov
(cpalmer@doc.gov)
 
Description
Pursuant to FAR 13.501, the Department of Commerce (DOC)/Enterprise Services intends to negotiate a sole source, firm fixed price contract with MicroCom Design Inc. to develop a turn-key delivery and installation of a GOES-R DCS Direct Readout Ground System (DRGS) in order to complete it�s testing activities at the estimated price of $198K. The National Telecommunication and Information Administration (NTIA), Institute for Telecommunication Sciences (ITS) is currently engaged in a spectrum sharing analysis effort supporting the National Oceanic and Atmospheric Administration (NOAA)/ National Environmental Satellite, Data, and Information Service (NESDIS). This effort includes NOAA�s Geosynchronous Operational Environmental Satellite (GOES) technology and as part of this effort, requires ITS to replicate a GOES-R Data Collection System (DCS) receive capability. This procurement will provide the National Telecommunication and Information Administration (NTIA), Institute for Telecommunication Sciences (ITS) with the following supplies and services: DCS DRGS Receive System The contractor shall provide all the necessary equipment to complete a fully-functioning, end-to-end DCS DRGS for ITS. This includes, but is not limited to, the following: �������� 3.8m prime-focus dish antenna with high-wind kit and hydrophobic coating �������� Prime-focus scaler feed and LNB �������� 16-channel cage �������� DCS demodulator �������� DCS processing software �������� GPS antenna �������� 240ft of LMR-240 cabling �������� Client software �������� Server management software �������� Redundant power supply rackmount workstation �������� Other ancillary supplies Concrete Pad Preparation The contractor shall use an existing foundation/antenna pad provided by the government. The contractor shall provide all necessary services for installing the DCS antenna on the existing pad. Installation Services The contractor shall install the antenna on the existing pad at the NTIA Table Mountain facility building I-10C. Installation shall include all assembly and testing of antenna components, running of feed and data lines, installation and testing of the demodulator and any applicable data ingest and viewing software. Installation shall include all associated hardware required that is not already in place and available at the installation site. At the completion of installation, the government will conduct a Site Acceptance Test (SAT), ensuring functionality of all major components of the system and ensure that the system has met requirements within this SOW. The contractor must pass the SAT before any final invoicing would be approved. Training The contractor shall provide on-site training for up to five (5) government employees. Training shall include end-to-end operation of the system, including but not limited to: �������� Antenna positioning/repositioning �������� Demodulator operation �������� Data ingest system operation �������� System troubleshooting MicroCom Design in the only source for this work because MicroCom is the selected vendor by the National Oceanic Atmospheric Administration (NOAA) to develop the earth-station/DRGS for the GOES-R DCS system, thus MicroCom the only responsible source for this requirement. The intent of this notice is not to request competitive proposals, and any information received from interested parties will only be considered solely for determining whether a competitive procurement should be conducted. However, interested parties may submit a description of their firm's capabilities for satisfying this requirement, which demonstrates they possess the ability to successfully perform this effort. The responses must be received no later than August 3, 2020 at 12pm EST. All questions concerning this matter should be addressed directly to Courtney Palmer via email at cpalmer@doc.gov. �
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/393de316c0544a5591e1b70d00d19738/view)
 
Place of Performance
Address: Boulder, CO 80305, USA
Zip Code: 80305
Country: USA
 
Record
SN05724523-F 20200719/200717230135 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.