Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 05, 2002 FBO #0154
SOURCES SOUGHT

99 -- ACCESS TO COMMERCIAL SYNTHETIC APERTURE RADAR (SAR) SATELLITE IMAGERY FOR OPERATIONS SUPPORT

Notice Date
5/3/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), AG/Acquisition Management Division, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-NE-AJF100-2-10042
 
Response Due
5/30/2002
 
Archive Date
6/14/2002
 
Point of Contact
Michael Knowles, Contracting Officer, Phone 301-457-5185x142, Fax 301-457-5722, - Edith Jones, Contract Specialist, Phone (301) 713-3478, Fax (301) 713-4155,
 
E-Mail Address
mike.knowles@noaa.gov, Edith.L.Jones@noaa.gov
 
Description
DESC: THIS IS A REQUEST FOR INFORMATION (RFI). The National Environmental Satellite, Data and Information Services (NESDIS) of the National Oceanic and Atmospheric Administration (NOAA) is seeking potential sources to provide the Office of Satellite Data Processing and Distribution (OSDPD) with Synthetic Aperture Radar (SAR) satellite imagery. The information received will be used by the National Oceanic and Atmospheric Administration (NOAA) and its affiliated U.S. Government (USG) agencies, such as the U.S. Navy, to assess the availability of sources for commercial Synthetic Aperture Radar (SAR) satellite imagery for the remainder of 2002 and beyond. All responsible sources are invited to submit a description of their capabilities and experience. State whether large, small or disadvantaged business concern. The North American Industry Classification System (NAICS) code 514199 applies. This synopsis is for information and planning purposes only and does not constitute a solicitation for bids or proposals and is not to be construed as a commitment by the Government to issue a request for proposal or award a contract as a result of this request. This announcement is not a Request for Proposals (RFP). The Government will not reimburse the respondent for any cost associated with information submitted in response to this request. NOAA and the U.S. Navy conduct numerous operational programs for which SAR data provides mission critical information. These data are required for monitoring environmental conditions in oceans, coastal regions, lakes and rivers, and for other areas of interest worldwide, including the monitoring of natural and human-induced hazards. The requirements for these data are documented in the Integrated Operational Requirements Document (IORD) II (dated 9/12/01) for the National Polar-orbiting Operational Environmental Satellite System (NPOESS) available in the Latest News section at http://npoesslib.ipo.noaa.gov. NOAA is seeking information on the (1) readiness and performance, (2) licensing and distribution, (3) schedule and cost, (4) volume and area of interest for missions, and (5) statement of capabilities and other comments to provide commercial SAR satellite imagery as described below. 1. Please provide a description of your technical capabilities to provide commercial SAR satellite imagery. At a minimum, address the following: - Sensor(s) and satellite(s) - Frequency of coverage (repeatability) - High level formats (e.g. CEOS, GeoTIFF, other) - Low level data formats (e.g. Level 0 data) - Data content (sigma-naught, beta-naught, or other value, calibrated) - Data representation (8-bit vs 16-bit) - Applications look-up tables (e.g. ice LUT) - Data compression (MrSid, other) - Ordering processes and required lead times - Anticipated file sizes, delivery mechanisms and time lines. 2. NOAA is seeking limited data rights to broadcast and distribute SAR satellite imagery for environmental monitoring, education, non-commercial, and other governmental purposes. Data and data products or value-added products containing commercial SAR satellite imagery will not be distributed to other commercial entities. Please describe your current copyright and license agreements. Address distribution to academic institutions, scientific organizations, or contractors who are acting on behalf of the U.S. government for non-commercial applications. Discuss the possibility for data sharing with other governments worldwide in areas of common operations, e.g., among foreign national ice centers. 3. Please provide a schedule and rough order-of-magnitude (ROM) for the costs to the U.S. government to acquire commercial SAR satellite imagery. Discuss pricing options based on volume, multi-year contracts and redistribution tiers. As an option, NOAA would like to use its Fairbanks, Alaska Command and Data Acquisition Station to acquire and process SAR satellite imagery. Discuss licensing and distribution costs for data captured at this facility. For this option, please also provide information about the orbital parameters of your spacecraft and the uplink and downlink frequencies used for data transmission. 4. Please describe your capability to provide SAR satellite imagery for the volume and area of interest for the missions below. Include suggestions for optimizing the operational configuration to receive this imagery in the timeliest manner, from user request to delivery. Mission 1: Ice Monitoring Area of Interest: Arctic and marginal seas, Alaska, Great Lakes, Yellow Sea, Sea of Japan, Sea of Okhotsk, Chesapeake Bay, and Delaware Bay, Baltic Sea, and the Antarctic. Expected Volume (images per year) and Beam Mode: 4,000 images for ScanSAR-Wide Acquisition Timeliness (days from request to acquisition): Routine Operations: 7- 21 days. Emergency: 24 hours. Delivery Timeliness: Threshold: < 6 hrs after acquisition. Objective: < 2 hours after acquisition. Mission 2: Ocean Monitoring Area of Interest: Coastal regions in Alaska & Continental U.S. (Including Great Lakes), and selected coastal areas globally. Selected ocean areas globally. Expected Volume (images per year) and Beam Mode: 6,000 images for ScanSAR (50 to 150m resolution). 4,000 images for Standard or Wide (20 to 40 m resolution). 1,000 images for Multipolarization or Alternating Polarization Acquisition Timeliness (days from request to acquisition): Routine Operations: 7- 21 days. Emergency: 24 hours. Delivery Timeliness: Threshold: < 5 hrs after acquisition. Objective: < 2 hours after acquisition. Mission 3: Hazards Monitoring Area of Interest: Areas of interest to NOAA or other cooperating agencies worldwide, especially related to natural hazards. Expected Volume (images per year) and Beam Mode: 300 images for Fine (3 to 15 m resolution). 400 images for ScanSAR (50 to 150m resolution). 500 images for Standard or Wide (20 to 40 m resolution). 500 images for Multipolarization or alternating polarization. Acquisition Timeliness (days from request to acquisition): Routine Operations: 7- 21 days. Emergency: 24 hours. Delivery Timeliness: Threshold: < 5 days after acquisition. Objective: 6-12 hours after acquisition. 5. Please provide a statement of capabilities and other areas of coverage provided by your firm, and any other comments you may have related to this requirement. Describe any special conditions that NOAA should consider regarding the access to commercial SAR satellite imagery. In addition to the above items, respondents are requested to submit a statement of capabilities identifying relevant experience, familiarity with the enabling technology, experienced personnel, and facilities/equipment. Active industry involvement through comments, questions and recommendations are sought for refining the current approach and contributing to overall future program success. Comments, questions and recommendations may be submitted by fax, e-mail, or mail addressed to: NOAA/Office of Finance Administration (OFA), Attn: Michael Knowles, 1315 East West Highway, Room 10122, Mail Code OFA61, Silver Spring, MD 20910 and should be received by COB on May 30, 2002.
 
Place of Performance
Address: U.S. Department of Commerce/NOAA/NESDIS/OSDP, 5200 Auth Road, Federal Building No. 4, Suitland, MD
Zip Code: 20746-4304
Country: U.S.
 
Record
SN00070891-W 20020505/020503213129 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.