Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

D -- Converged POES/DMSP Telecommunications

Notice Date
4/1/2002
 
Notice Type
Solicitation Notice
 
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
52-DGNE-2-90011
 
Response Due
5/20/2002
 
Point of Contact
Jay Moore, Contracting Officer, Phone 301-427-2126, ext. 112, Fax 301-427-2164,
 
E-Mail Address
jay.moore@noaa.gov
 
Description
This synopsis advertises a Commercial Item requirement for "turn-key" data routing and retrieval (DR&R) telecommunications services; hereafter, the Converged POES/DMSP Telecommunications Contract (CP/DT). These services will be notionally comprised of discrete firm-fixed-price (FFP) point-to-point "circuit" unit prices. The term "turn-key" is defined as comprising the satellite uplink (e.g., ground station facilities and associated electronics), the communications satellite (SATCOM) transponders, and the satellite downlink to users either directly or through a teleport facility, including all equipment necessary at the users' site. These DR&R services will support the National Oceanic and Atmospheric Administration's (NOAA) data dissemination mission. The NOAA is a bureau of the U. S. Department of Commerce (DOC). NOAA's mission for data dissemination hereunder includes but is not necessarily limited to data acquired from the Polar-orbiting Operational Environmental Satellite (POES) and the Department of Defense's Defense Meteorological Satellite Program (DMSP) systems. Optional circuits will include priced circuits for METEOSAT/GMS and the Geostationary Operational Environmental Satellite (GOES) GOES-9. The NOAA contract will be managed by the National Polar-Orbiting Operational Environmental Satellite System (NPOESS)/Integrated Program Office (IPO), an office under the DOC/NOAA, National Environmental Satellite Data and Information Services (NESDIS). Contract award is planned for July 8, 2002. The effective date of operations will be no later than September 6, 2002. Between award and the operational effective date the Contractor will be testing circuits and ensuring a transparent phase-over to this successor contract. The POES and DMSP's telecommunication services are currently acquired through DISA/DITCO, Scott AFB, IL, Contract DCA200-96-C-0047. The maximum term envisioned for this contract is 10 years, which includes a Base Period of up to 36 months, and a succession of unilateral options of two-three years duration. This solicitation is being conducted in accordance with Public Law 103-355 (41 U.S.C. 264 note), and the information below is expressed as a statement of need for a commercial item, as outlined in FAR 12.202. This acquisition exceeds the simplified acquisition threshold, and will be procured IAW Part 15. The intent of this synopsis is to describe the required commercial items through the process described in FAR subpart 11.002. The Government further intends to use streamlined procedures to the extent practicable. Part of the intent of this notice is to identify any appropriate commercial practices. Additionally, it is the intent of NOAA to tailor the provision of FAR 52.212-1 and 52.212-4 to include addenda to the terms, estimated to include: indefinite quantity & indefinite delivery ordering; performance and quantity options; financing provisions, if applicable; progress reporting requirements; inspection and acceptance; and incentive provisions-if applicable to commercial practices. A 150% optional quantity above the priced value is within the scope of this contract's ordering authority. Minimum performance requirements are as follows: Bit Error Rate (BER) of 10-8;circuit delay of 600 milliseconds; and data availability of 99.5%. Conceivably these requirements can be measured, quantified and potentially induced using positive and negative incentives. Data quality, timeliness and availability are paramount objectives for the user at the DR&R destination. It is presumed that DR&R data will flow by domestic satellite (DOMSAT) channels, at least for the Base period. It is envisioned that a future architecture could include fiber optic channels, which will be considered if proposed for a future technology infusion plan that demonstrates capacity for accomplishment of the mission at decreased cost and improved technical efficiency. Data rate capacities will be listed as priced circuit links, and described in the documents described below. IN RE: AVAILABILITY OF SPECIFICATIONS, PLANS, DRAWINGS, AND OTHER TECHNICAL DATA?it is impractical to distribute the applicable performance specifications with the solicitation. These documents may be examined at the originating office, by notifying the POC, or obtained by sending an electronic mail request with full address and contact data to jay.moore@noaa.gov with a reference to ''CP/DT Performance Specifications''. An RFP is anticipated for release o/a April 24, 2002, with a Pre-solicitation conference o/a May 1, 2002. IMPORTANT!! Those interested in this requirement should contact Mr. Jay W. Moore, NPOESS/Integrated Program Office, 8455 Colesville Road, Suite 1450, Silver Spring, MD 20910; Tel. 301-427-2126, ext. 112, and provide full contact information. Requests by e-mail and letter will be honored with a rapid reply containing a description and diagrams of the requirements synopsized above. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (01-APR-2002). IT ACTUALLY FIRST APPEARED ON THE FEDBIZOPPS SYSTEM ON 05-AUG-2002. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOC/NOAA/AGAMD/52-DGNE-2-90011/listing.html)
 
Place of Performance
Address: Various Government sites.
Country: U.S.A. & Greenland
 
Record
SN00132831-F 20020807/020805221106 (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.