Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2004 FBO #0992
SOURCES SOUGHT

59 -- Systems Communications Unit Replacement

Notice Date
8/12/2004
 
Notice Type
Sources Sought
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Acquisition and Grants Office, SSMC4 - Room 7601/OFA61 1305 East West Highway, 7th Floor, Silver Spring, MD, 20910
 
ZIP Code
20910
 
Solicitation Number
Reference-Number-IPO-H-04-08-0001
 
Response Due
9/3/2004
 
Archive Date
9/18/2004
 
Point of Contact
Donald Kraus, Contract Specialist/Contracting Officer, Phone 301-713-4752, Fax 301-427-2164,
 
E-Mail Address
don.kraus@noaa.gov
 
Description
The National Oceanic and Atmospheric Administration (NOAA), an agency of the U. S. Department of Commerce, is conducting a market survey for a potential commercial item acquisition to procure replacement communications devices used within the Defense Meteorological Satellite Program (DMSP). This synopsis advertises NOAA?s potential need for a Commercial Off the Shelf (COTS) communications device that is able to provide satellite data transfer between satellite tracking stations and multiple data processing centers. The current data communications device is the Harris Corporation designed System Communications Unit (SCU). The communications device replacing the SCU will need to simultaneously transmit multiple channels of synchronous, asynchronous, and isochoronous data types using modern network technology over terrestrial and satellite-based communication circuits. The product is also required to simultaneously transfer ternary satellite command data between a processing center and a remote site. The capability to simultaneously deliver data from one site to multiple destinations is also required. The communications device needs to provide either a guaranteed fixed communications time delay between units or a means of appending a time stamp to encrypted satellite data before it is transmitted from a remote site. The communications device must be able to be controlled and monitored from a central location. The specific requirements for the SCU replacement device can be found in the SCU Replacement Technical Requirements Document (TRD). All specifications within the TRD are mandatory. The replacement units are believed to be commercial items as defined in FAR 2.101. THIS IS NOT A NOTICE OF INTENT TO RELEASE ANY SOLICITATION. This market survey 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. THEREFORE, this advertisement is to conduct market research to identify whether a commercial item can fulfill this mission and define an approach for acquiring the units. In response to this survey, interested Offerors are required to provide a detailed description of their commercial product along with a matrix showing compliance with the TRD. The response shall also include the vendor?s repair capabilities, training, licensing requirements, and maintenance philosophy. Respondents are also required to provide a budgetary price and delivery quote for up to 35 units including warranty protection for up to five (5) years beyond the base year (priced in annual increments). Budgetary price is to include first article test at the Vendor?s facility. The Government intends to use its Contractor, Harris Technical Services Corporation in Bellevue, Nebraska to assist in evaluating the responses for compliance with the requirements contained herein and in the TRD. Respondents may also submit non-disclosure agreements for the Government?s 3rd-party test by Harris Corporation. After evaluation of the written responses, the Government intends to select two or more responsive offerors to provide production devices to Harris for evaluation. The Government will task Harris to perform bench testing of candidate COTS devices meeting the requirements contained herein and in the TRD. Based upon this test and evaluation, the Government will determine the most feasible COTS alternative to the Harris SCU. Any products provided for the test and evaluation will be solely at the offeror?s risk and expense and does not imply any obligation on the part of the Government for any subsequent order. Further, the offeror is invited to attend the bench testing at Offeror?s sole expense at the Harris facility in Bellevue, Nebraska. The bench testing results for each vendor will be provided at the conclusion of the testing and the vendor offered the opportunity to address and rectify any identified discrepancies to the Government?s satisfaction prior to any subsequent order. If it is determined that a COTS unit can replace the Harris SCU, the Government will task Harris to procure up to 35 units. The process of this survey request is described in FAR subpart 11.002. The Government intends to use streamlined procedures if a solicitation follows from the results of this survey. NOAA intends, in any subsequent solicitation, to tailor the provision of FAR 52.212-1 and 52.212-4 to include addenda to the terms, which may include the following: indefinite quantity & indefinite delivery ordering; performance and quantity options; financing provisions, if applicable; progress reporting requirements; and Government-required inspection and acceptance procedures?if applicable to commercial practices. Optional quantities above the priced value within the scope of this contract?s ordering authority is also anticipated. IMPORTANT!! Those interested in this requirement who wish to obtain a copy of the TRD required to complete the compliance matrix, should contact the NPOESS/IPO point of contact, Captain James Englehart, USAF, via email at james.englehart@noaa.gov or 301 713-4830 and provide full contact information. In addition to the completion of a mandatory technical compliance matrix based upon the TRD, three (3) relevant past performance references are highly sought to help the Government make its determination whether to undertake a competition for a bona fide need. Respondents are cautioned to designate those sections in their response that are business proprietary and subject to exclusion from release under a FOIA exemption. Responses are due, (one paper copy and five electronic copies on CD media) at 1:00pm EDT on September 3, 2004, to the attention of Don Kraus, NOAA Contracting Officer, NPOESS/IPO, 8455 Colesville Road, RM 1450, Silver Spring, Maryland 20910. If a requirement is determined to exist, an additional pre-RFP synopsis is planned. Requests for any further information must be made to Don.Kraus@noaa.gov.
 
Place of Performance
Address: NPOESS/IPO, 8455 Colesville Road,, RM 1450,, Silver Spring, Maryland 20910
Zip Code: 20910
Country: United States of America
 
Record
SN00642251-W 20040814/040812211736 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.