SOURCES SOUGHT
A -- Radio Frequency Interference Monitoring System Technical Consulting Services
- Notice Date
- 5/2/2022 12:56:03 PM
- Notice Type
- Sources Sought
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- SS_RFIMS_TCS_2022
- Response Due
- 5/5/2022 1:00:00 PM
- Point of Contact
- Jane Bu, Gion Lalican
- E-Mail Address
-
jane.bu@noaa.gov, Gion.Lalican@noaa.gov
(jane.bu@noaa.gov, Gion.Lalican@noaa.gov)
- Description
- ***Amended on May 2, 2022 to correct the day responses are due from ""Wednesday, May 5, 2022"" to read as ""Thursday, May 5, 2022."" In preparation for an upcoming anticipated procurement, the Satellite and Information Acquisition Division (SIAD) of the Acquisitions and Grants Office (AGO) is conducting market research to identify potential sources and determine the optimal procurement strategy for acquiring unbiased technical expertise, guidance, and recommendations in support of the Radio Frequency Interference Monitoring System (RFIMS) Program Management Office�s (PMO) continued development of RFIMS, including unbiased assessments of programmatic, acquisition and technical processes and methods, validation and verification of the system, and� objective technical analysis of the fifth generation (5G) radio frequency interference detection capabilities use cases. In 2017, SIAD competitively selected and awarded a research and development (R&D) contract on behalf of NOAA�s National Environmental Satellite, Data, and Information Service (NESDIS), Office of Satellite and Ground Services (OSGS), RFIMS PMO to develop and deploy Radio Frequency Interference Monitoring System (RFIMS) units to certain NOAA Earth Stations; and provide associated operations, maintenance and sustainment services. The RFIMS is a highly specialized system based on new radio frequency interference and spectrum sharing technology that captures over the air communications of radio frequency signal energy between cellular telephones and commercial wireless carrier transmission/receiver towers. Further, as part of adaptive maintenance included in the requirement, the RFIMS is currently being upgraded to include 5G monitoring capabilities to ensure adequate monitoring for interference from a radiofrequency spectrum that NOAA monitors for its meteorological services.� 5G is the fifth generation technology standard for broadband cellular networks and cellular phone companies began deployment of 5G services in 2019.�� NOAA is seeking capable sources to perform as an objective, independent, and trusted strategic advisor to support the RFIMS development including (a) providing an unbiased assessment of the business case for procurement of additional RMS units based on a market analysis and engagement with the wireless carrier; (b) performing an objective technical analysis of the 5G use cases to inform the Government�s decision regarding implementation; (c) providing support to the RFIMS PMO in performing validation and verification (V&V) of the RFIMS; and (d) serve as an independent and disinterested entity for coordination with the wireless carrier, DISH Network and the current RFIMS development contractor, L3Harris Technologies, Inc.� Capable sources must demonstrate extensive subject matter expertise in radio frequency interference and spectrum sharing technology, cellular phone and wireless carrier transmission technology, and 5G radio frequency monitoring.� This requirement requires the demonstrated ability to perform as objective, independent, and trusted advisors to the Government and industry, including the ability to handle sensitive and proprietary materials in a completely confidential and conflict free manner.� The proposed contract will have a one (1) year period of performance. INFORMATION REQUESTED: Interested companies should provide a tailored capability statement limited to no more than 5 pages demonstrating their ability to satisfy the above mentioned requirements. Capability statements should also clearly demonstrate a minimum of five (5) years of related experience as it relates to the above mentioned requirements. In addition to addressing technical capabilities, responses must include the following: Name and address of firm CAGE Code Unique Entity Identifier Number Size and status of business (i.e., small, small disadvantaged business, woman-owned,etc.) Point of contact (address, email, and phone number) Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor) List of customers covering the past six (5) years (highlighting relevant work performed, contract numbers, and contract type). Identify the customer, contract number, and points of contact for any experience listed. [Note: In order to be deemed capable, interested companies must be able to perform 50% of the work themselves and demonstrate how they will successfully perform all of the requirements stated in this notice]. Provide information of any government-wide contract vehicles which your company owns that covers the scope as described in this notice. Companies are also requested to describe their strategies for mitigating any organizational conflicts of interests consistent with FAR Subpart 9.5. SUBMITTAL REQUIREMENTS: Telephone responses are NOT solicited and will not be accepted. Responses are due no later than 4:00 PM EST on Thursday, May 5, 2022 via email to jane.bu@noaa.gov and gion.lalican@noaa.gov.� DISCLAIMER: This notice is not a request for competitive quotes or proposals. No solicitation exists; therefore, do not request a copy of the solicitation. This synopsis is not to be construed as a commitment by the Government to award a contract, nor will the Government pay for the solicited information. Information contained herein is subject to change. 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 Sources Sought notice. Responses to this notice 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 notice in no way precludes a vendor from participating in any competitive solicitation the SIAD may issue in the future. Information received will be considered solely to make an informed decision regarding a potential procurement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3f4aa39d3ab1434799315ca154ae62ee/view)
- Place of Performance
- Address: Silver Spring, MD 20910, USA
- Zip Code: 20910
- Country: USA
- Zip Code: 20910
- Record
- SN06314529-F 20220504/220502230059 (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 |