Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 29, 2002 FBO #0392
SOLICITATION NOTICE

D -- MODIS DATA ACQUISITION AND PROCESSING SYSTEM

Notice Date
12/27/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
NASA Procurement Office, Code DA00, Stennis Space Center (SSC), MS 39529-6000
 
ZIP Code
39529-6000
 
Solicitation Number
13-SSC-0-03-11
 
Archive Date
12/27/2003
 
Point of Contact
Beth L Bradley, Contract Specialist, Phone (228) 688-3764, Fax (228) 688-1141, Email beth.bradley@ssc.nasa.gov - James D. Huk, Contracting Officer, Phone (228) 688-1045, Fax (228) 688-1141, Email james.huk@ssc.nasa.gov
 
E-Mail Address
Email your questions to Beth L Bradley
(beth.bradley@ssc.nasa.gov)
 
Description
NASA/SSC plans to issue a Request for Offer (RFO) for a data acquisition and processing system that is capable of interfacing with the present ground receiving station to ingest direct broadcast data from the Terra and Aqua satellites and processing the imagery to Level 1B. The system must possess a turnkey, stand alone Data Acquisition and Processing System that supports the acquisition, ingest, processing and storage of direct broadcast from the MODIS instruments on the Terra and Aqua satellites. The system shall operate as a stand-alone unit, with schedule-controlled automatic configuration and execution of receiver, data ingest, and processing functions. The system shall be a personal computer (PC) based system incorporating a commonly available operating system. It shall be capable of being configured and monitored from a remote location via the Internet. The input interface between the existing SSC GRS equipment and the vendor-supplied data acquisition and processing system shall be the 720 Megahertz Intermediate Frequency (IF) link from the existing antenna downconverter. The system shall include a receiver capable of receiving Terra and Aqua Direct Broadcast data. It shall support Direct Broadcast modes for both Aqua and Terra, with automatic selection including receiver control, ingest, and processing. The system shall be capable of performing automated processing of DB data from Aqua and Terra for a period of fifteen days for both day and night passes without operator intervention. It shall provide a near real time image display of uncorrected, uncalibrated imagery while data is being acquired. System shall be capable of a minimum of two-weeks advance scheduling. It shall have the capability to produce a Level 0 data from the raw telemetry stream received from the satellite. Level 0 data shall be stored directly to a non-volatile storage media and shall be available to the system operator for archival. The system disk storage capacity shall be sized to store a minimum of 15 days of Level 0 and Level 1B data products without the need for offloading to external media. The data acquisition and processing system shall organize data in sets of 5-minute granules. It shall also have the ability to generate Level-1B products for both MODIS/Terra and MODIS/Aqua, as per the current version of the GSFC Distributed Active Archive Center (DAAC) operational code. The maximum turnaround time from end-of-pass to completion of L1B processing shall be no longer than 30 minutes per 3-granule (15-minute) segment. Processing Software shall be 100% compatible with the latest release GSFC DAAC operational code algorithms, and output 100% compatible HDF-EOS format produced by the DAAC operational code. The system shall include hardware and software maintenance for a period of one year. There shall be no hard copies of the solicitation, technical specification, or drawings. All of the aforementioned information with respect to this acquisition will only be available electronically at the following address: http://procurement.nasa.gov/cgi-bin/EPS/bizops.cgi?gr=D&pin=64 . **All offerors are reminded to check the above noted web address for the most current information with respect to this acquisition. Additionally, upon release of the solicitation all offerors are reminded that all correspondence with regard to the same shall be coordinated through the office of Procurement** This acquisition is 100% set aside for small business. The NAICS Code and Size Standard are 334111 and 1,000 employees respectively. The DPAS Rating for this procurement is DO-C9. The Government intends to acquire this commercial item in accordance with FAR Part 12. The Government reserves the exclusive right to award to other than low offer on this "Best Value" procurement. The evaluation factors for this procurement are as follows: 35% Technical compliance/expertise, 25% Cost, 20% Past Performance, and 20% Schedule. Past performance and technical compliance/expertise when combined are more important than cost. FOB is destination. The anticipated release date of this RFO is on or about January 10, 2003 with responses due NLT 3:00 PM January 31, 2003. All questions with respect to this acquisition shall be submitted in writing to this office not later than January 17, 2003. An Ombudsman has been appointed. See NASA Specific Note "B". Any referenced notes can be viewed at the following URL: http://genesis.gsfc.nasa.gov/nasanote.html . All potential offerors shall notify this office in writing, by facsimile, email, or any other delivery system, of their intent to submit an offer.
 
Web Link
Click here for the latest information about this notice
(http://prod.nais.nasa.gov/cgi-bin/eps/bizops.cgi?gr=D&pin=64#104003)
 
Record
SN00231595-W 20021229/021227213818 (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.