COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 5, 2001 PSA #2781
SOLICITATIONS
58 -- SATELLITE DATA ACQUISITION SYSTEM -- RECEIVE SUBSYSTEM
- Notice Date
- February 1, 2001
- Contracting Office
- NOAA/Systems Acquisition Office (SAO), 1315 E. W. Highway, Mail Code SAOX2, Silver Spring, MD 20910
- ZIP Code
- 20910
- Solicitation Number
- 52-SPNA-1-00014
- Response Due
- March 6, 2001
- Point of Contact
- Michael Knowles, (301) 713-3478 x111
- E-Mail Address
- Mike Knowles (mike.knowles@noaa.gov)
- Description
- NACIS Description: 334290 Other Communication Equipment Manufacturing, Size Standard 750 DESC: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation of the requirements, with the exception of background material contained in the SDAS Project Web Pages, available on the public Internet at http://www.cira.colostate.edu/RAMM/MitchProject. Proposals are hereby requested and a written solicitation will not be issued. If there are any inconsistencies between this synopsis/solicitation and the SDAS Project Web Pages cited, this solicitation shall take precedence. This is a Request For Proposal Number 52-SPNA-1-00014. This combined synopsis/solicitation incorporates provisions and clauses that are in effect through the Federal Acquisition Regulation Circular 97-09. This solicitation set-aside for small business concerns, with a single award of a Firm-Fixed-Price commercial item contract at fair market prices. The National Oceanic and Atmospheric Administration requests that Offerors submit proposals for the following items: ITEM 1, GOES I-M satellite direct broadcast data (GVAR) receiving system to acquire (directly from the GOES satellite), process, store, and distribute GOES-East full-resolution digital data; ITEM 2, radio frequency interference (RFI) survey at the receive site to assess potential RFI in the GOES downlink frequency; ITEM 3, GOES I-M satellite receive-only antenna subsystem capable of receiving the GOES GVAR data; ITEM 4, on-call system maintenance support for Item 1 for three additional years after expiration of the warranty; ITEM 5, list of recommended spare parts, including prices, to maintain system performance for five years. Items 3 thru 5 are Option Items and the Government reserves the right to exercise these options in whole or in part, if at all. Items 3 and 5, if exercised, shall be no later than the end of the warranty period. Item 4, if exercised, shall be on an annual renewal basis The following provisions and clauses are applicable to this acquisition: FAR 52.212-1, Instructions to Offerors -- Commercial Items; FAR 52.212-2 Evaluation -- Commercial Items; FAR 52.212-3 Representations and Certifications -- Commercial Items; FAR 52.212-4 Contract Terms and Conditions -- Commercial Items; and FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items. The full text clauses can be obtained at the web site (FAR) http://www.arnet.gov/. Provision FAR 52.212-2 Evaluation -- Commercial Items is amended to read as follows, "(a) ...The following factors shall be used to evaluate offers: Technical, Schedule, Past Performance and Price. A contract will be awarded to the technically acceptable lowest price offer." The following are appropriate under FAR 52.212-5: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I; FAR 52.203-10 Price or Fee Adjustment for Illegal or Improper Activity; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52. 219-8 Utilization of Small Business Concerns and Small Disadvantaged Business Concerns; FAR 52.219-9 Small, Small Disadvantaged and Women-Owned Small Business Subcontracting Plan; FAR 52.219-16 Liquidated Damages -- SubContracting Plan; FAR 52.222.26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans; FAR 52.222-36 Affirmative Action for Handicapped Workers; and FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era. Offerors shall provide a completed copy of the provision at FAR 52.212-3 with their offer. Requirements: ITEM 1: The Offeror shall provide an integrated system of hardware and software components, with associated installation, training, and documentation, to receive direct broadcast GVAR data from the GOES East satellite, ingest, record, process, and distribute processed full-resolution GOES GVAR data at the Instituto Meteorologico Nacional (IMN) in San Jose, Costa Rica. This system shall be capable of distributing data products in McIDAS format to RAMSDIS workstation(s) situated locally in San Jose, Costa Rica, and remotely in San Salvador, El Salvador; Tagucigalpa, Honduras; Managua, Nicaragua; Guatemala City, Guatemala; Belize City, Belize; and Panama City, Panama. To perform this function, the Offeror's proposed system shall stage the data products on a data server at the IMN and connect this server to an existing LAN at the IMN which will provide Internet connectivity. The Offeror's system shall provide access for up to twenty simultaneous data clients (RAMSDIS workstations) with an expansion capability of up to 40 potential simultaneous clients. The Offeror shall provide the capability to control, monitor, process data, and communicate with each system component as it operates in the IMN network environment. The Offeror shall provide a system capability configured for networking. Network connectivity shall be provided for remote operation of the system from other locations on the IMN's ethernet-based 10BaseT 10/100 MB/sec network. The network protocol shall be TCP/IP. The Offeror shall provide a user interface or operator console to the system that allows the IMN operator to perform at a minimum the following functions via local or remote consoles on the IMN network: schedule data acquisition, monitor real-time data ingest, control data storage operations, manage data storage, monitor system data processing operation, and maintain system operations using diagnostic/debug software adequate for system trouble-shooting. The system shall have the capability to successfully operate unattended for up to 72 hours. Unattended operations shall include scheduled data acquisitions, data ingest, data recording on on-line storage, product processing, and data storage management (including removal of old/unneeded data). The Offeror shall provide a data server to provide data access by RAMSDIS workstations. The data server shall include the current version of the McIDAS development software ADDE running in a UNIX variant operating system, such as, SUN Solaris or LINUX. The required McIDAS ADDE server and McIDAS workstation client software shall be obtained from the University of Wisconsin Space Science and Engineering Center (SSEC), Madison, Wisconsin to be installed and configured on the data server by the Offeror. Information on McIdas products is available at http://www.ssec.wisc.edu/. The data server must also have the capability to run algorithms supplied by NOAA that make use of GOES satellite data in McIDAS format. The Offeror shall provide the current version of the McIDAS development environment, including C and FORTRAN compilers required to run the NOAA algorithms. The data server shall have adequate processing capacity so that data products are available for distribution within 10 minutes from the time of data receipt. Separate workstations may be proposed for the data server and product generation capabilities. ITEM 2: The Offeror shall perform a radio frequency interference (RFI) survey at the antenna site of the IMN facility in San Jose, Costa Rica to assess potential RFI in the GOES downlink frequency. The Offeror shall provide the Government with a complete link budget analysis, showing sufficient margin to receive GVAR data and maintain a bit-error-rate of less than 10-6 in heavy rain characteristic of Costa Rica. ITEM 3: The Offeror shall provide, as an option, a GOES antenna subsystem, with associated cabling, installation, training, and documentation, capable of providing a figure of merit (G/T) for the receive system of at least 15.2 dB/K at the GVAR receive frequency of 1685.7 MHz. The proposal shall include the alternative of reusing the existing GOES antenna located on the roof of the IMN facility in Costa Rica. A 4.5m Paraclipse mesh antenna is located approximately 34m (110 ft.) from the proposed equipment room. The antenna is part of a System West model 5380 series Weather Satellite Information System. ITEM 4: The Offeror shall include, as an annually renewable option, on-call system maintenance support for the system in Item 1 for three additional years after expiration of the warranty. The proposal shall recommend the level of on-call maintenance to be provided by the Offeror, and/or the Offeror's agents, to maintain reliable system operations. ITEM 5: The proposal shall include a list of the Offeror's recommended spare parts, including prices and quantities, necessary to maintain the system in operational condition for at least a period of five years. Data Input and Output Specifications: A complete GOES I-M GVAR data format specification can be found at http://rsd.gsfc.nasa.gov/goes/text/goestechnotes.html. Information on the McIDAS format specification is available upon request from the University of Wisconsin Space Science and Engineering Center (SSEC), Madison, Wisconsin or at http://www.ssec.wisc.edu/ . Additional information is available from the McIDAS User's Group at the email address: mug@ssec.wisc.edu or by telephone: 608-262-2455. Output Products: The proposed system shall receive and process calibrated, Earth-located full and reduced resolution digital GOES GVAR data in McIDAS format. The system shall be capable of processing any selected channel of the digital data ingested, to its full resolution. The delivered system shall have the capability of storing and providing on-line access for up to three days of GVAR data from normal GOES operations (assuming the equivalent of one fully operational GOES is available). The system shall have the capability of off-line storage of satellite data on standard, computer-compatible media. The delivered system shall have the capability of supporting the GOES images and products provided in the SDAS Project Web Pages listed above. Factory and On-site Acceptance Testing: Functionality of the system shall be demonstrated by a Factory Acceptance Test (FAT), at the Offeror's facility prior to shipment. At a minimum, the Offeror shall demonstrate during the FAT that the system in Item 1 has the capability of receiving data directly from a GOES satellite and can provide data in valid McIDAS format through an Internet connection to a Government furnished RAMSDIS workstation. The vendor shall demonstrate, during factory and on-site acceptance testing, that the delivered system has the performance capability to successfully ingest and store GOES data, while serving data to up to twenty (20) simultaneous clients, assuming 10/100 MB/sec bandwidth Internet communications will be provided by IMN. Delivery and Installation: The Offeror shall install the system in Item 1 at the IMN facility, with coordination and oversight by the local IMN staff. (POC: Guillermo Vega, Tel. (506) 222-5616, ext. 105, Fax: (506) 223-1837, e-mail: gvega@meteoro.imn.ac.cr.) Arrangements for IMN or other local assistance in Costa Rica is the Offeror's responsibility. The Offeror shall provide all interconnecting cabling to make the system in Item 1 fully functional at the IMN facility. Interior equipment shall be mounted in cabinets or in desktop units. The Offeror shall provide adequate circuit protection for all installed system electronic components, according to local and national electrical codes. The Offeror shall provide an uninterruptible power supply (UPS) supporting 110 volts 60 Hz that will allow up to 20 minutes of continued operations to complete GOES image data download and gracefully power off equipment in the case of a facility power outage. Documentation and Training: The Offeror shall provide operations and maintenance (O&M) documentation for all delivered system components. The Offeror shall provide a minimum of one week of on-site system training, after acceptance testing at the IMN. The Offeror shall submit for Government approval an installation, documentation, and training plan within 30 days of contract award. Warranty and Maintenance: The standard one year commercial warranty is required. The Offeror shall provide hardware and software maintenance on-call during the first year after acceptance under the warranty. The Offeror shall recommend the level of maintenance to performed on-site by IMN personnel. Proposal Requirements: An acceptable response to this RFP shall include separate technical and financial proposal sections. The Technical Proposal shall not exceed ten (10) pages, plus publicly available vendor materials, if deemed applicable and appropriate by the Offeror. System hardware and operating system software proposed by the Offeror shall be identified in the technical proposal. The Schedule shall include activities for development, site RFI survey, factory acceptance testing, shipping, delivery on-site, installation, and acceptance testing, and shall not exceed ten (10) pages. The factory acceptance testing shall be conducted at the Offeror's facility prior to delivery at the IMN. Offerors shall provide a Past Performance survey of current and/or previous customers, including for each contract: the total contract value, proposed and actual schedule, contract status (identify any claims), and the name, current address and telephone number of a point of contact. The Offeror's past performance surveys shall not exceed three (3) pages each contract. The Offeror shall submit past performance for at least three but not more that five contracts, which may be either U.S. Government, commercial, or non-U.S., that have received the same products or equivalent, during the past 3 years. The Offeror's Price Proposal shall include a price breakdown for each Item 1 thru 5 described above. For Item 4 the Offeror shall provide a separate breakout of the proposed prices for applicable labor categories, direct rates and labor hour quantities, labor overheads, direct material costs and material overheads, other direct costs, general and administrative overheads, Facilities Capital Cost of Money and profit. It is the Government's intent to make award based upon initial offers without entering into discussions or negotiations. The Government plans to award a Firm-Fixed Price contract. Award will be made to the responsible Offeror whose offer represents that proposal which is technically acceptable, lowest cost. While it is the Government's intent to make award based upon initial offers, the Government may, nevertheless, determine during the evaluation period that it is necessary to conduct discussion. In that case, the Contracting Officer (CO) will proceed to establish a competitive range and conduct negotiations with the firms in that range. An original and five copies of each proposal section shall be submitted on CD/ROM for government evaluation. Delivery, installation, and training shall be on or before July 31, 2001, FOB destination, [Apartodo: 7-3350 1000, San Jose, Costa Rica]. Offers shall be submitted to Department of Commerce, NOAA, Systems Acquisition Office, 1315 East West Highway, Room 10122, Attn: Michael Knowles, Silver Spring, MD 20910-3282, by 1:00 p.m. (EST), [Friday, March 2, 2001]. Proposals shall be submitted on the Standard Form 1449 with an original and five copies on CD/ROM, with separable financial and technical sections as specified. The point of contact is Michael Knowles. It is the responsibility of the Offeror to ensure that its proposal is received at or prior to the noted date/time in this announcement.
- Web Link
- NOAA SDAS for Central America (http://www.cira.colostate.edu/RAMM/MitchProject)
- Record
- Loren Data Corp. 20010205/58SOL007.HTM (W-032 SN50C4Z1)
| 58 - Communication, Detection and Coherent Radiation Equipment Index
|
Issue Index |
Created on February 1, 1988 by Loren Data Corp. --
info@ld.com
|
|
|
|