Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2005 FBO #1222
SPECIAL NOTICE

59 -- GDP Model 225W and 225WB Format Synchronizers

Notice Date
3/30/2005
 
Notice Type
Special Notice
 
NAICS
334119 — Other Computer Peripheral Equipment Manufacturing
 
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-50SPNA--8-00033
 
Response Due
4/15/2005
 
Archive Date
4/30/2005
 
Description
The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate on a sole source basis and issue a modification to an existing contract with GDP Space Systems, Inc., Horsham, Pennsylvania, for additional units of the Model 225W and 225WB Format Synchronizers. These additional units will provide consistency and compatibility as well as maintenance and spare parts on the existing units. The difference in the Model 225W and the Model 225WB Frame Synchronizer is that the Model 225WB can be used as a stand-alone Weather Format Synchronizer (WFS). The primary function of both models is ingesting and synchronizing to data from the TIROS-N Weather Satellites. The units synchronize to the data streams and detect a predefined valid frame synchronizer pattern in the presence of bit-errors based on a flexible programmable synchronization strategy. Telemetry data is then decommutated and extracted from the data stream and transmitted along with measured data quality information to other system equipment through the Ethernet LAN interfaces. The unit is capable of sending and receiving the frame synchronized data via the respective input and output Ethernet ports. The Ethernet input/output message format is defined and agreed to by NOAA. The unit is housed in a rack mountable chassis and can be controlled locally from the front panel keyboard and menu driven display, or remotely from the host computer over the Command/Quality LAN Unicast channel. The unit also includes a built in simulator function that simulates all of the weather input formats supported by the unit. This function accommodates both loopback test and simulator output test and acts as a telemetry data recorder of the input signal. The unit can perform a verification of the simulator data as a self-test feature. Both GDP Frame Synchronizers support the data formats of both the ATN and the KLM spacecraft. These formats include HRPT (High Resolution Picture Transmission), LAC (Local Area Coverage), GAC (Global Area Coverage), AIP (AMSU Information Processor), SAIP (Stored AIP), TIP (TIROS Information Processor), TIP Boost (TIROS Information Processor-Boost), and STIP (Stored TIP) data formats. Aboard the spacecraft the TIP, HRPT, and/or the AIP data is transmitted in real-time, while the LAC, GAC, SAIP, and/or STIP data are played back from digital tape recorders in reverse direction. The models will accept all formats and synchronize to them in both the forward and the reverse direction and perform polarity resolution (APC ?Automatic Polarity Control) to correct for inverted data. Specific synchronization strategies can be programmed into the box. The data will then be individually processed depending on the format. Each of these supported formats are processed by the format synchronizer and routed to the specified output ports. These additional units will be delivered to NOAA facilities in Suitland, Maryland, Wallops, Virginia, and Fairbanks, Alaska. This is an Indefinite Delivery/Indefinite Quantity acquisition. Operational GDP units, matching the configuration of the proposed additional frame synchronizers, already exist in these NOAA facility locations. The additional units are being acquired with these objectives: (1) to extend the capability to an additional NOAA location at Port Barrow, Alaska, which is unattended; (2) to expand the capability of the NOAA Stations to handle multiple data streams from two satellites simultaneously; and (3) to provide spare developmental units to add flexibility to support operational development systems. Additional support services shall be provided for equipment upgrade modifications and to extend warranty services for up to 3 years. This modification will increase the maximum for these additional units from $1,609,856.00 by $500,000.00 to $2,109,856.00. The total maximum increase shall not exceed $500,000.00. It is the Government?s intent to compete any additional units in the future. Responses to this notice shall be submitted no later than c.o.b. April 15, 2005. Interested offerors can review the technical description for the GDP Model 225W at the following web site: http://www.gdpspace.com/products/225W.htm. No solicitation will be released for this requirement. If an interested offeror believes it can offer a brand name or equal item based on Government requirements, it shall respond within the specified date, to the agency contact point, describing how it can satisfy the Government?s needs without causing unacceptable delays, duplicating costs, or failure to meet technical objectives. Interested sources shall submit a written narrative of capability, including detailed technical information and other technical literature, demonstrating the ability to provide the required services in sufficient detail to permit an agency analysis to determine a bona-fide capability to meet the Government's requirements, within 15 days of the publication of this notice or by c.o.b. April 15, 2005. Responses without the required documentation shall be considered non-responsive. No basis for claim against the Government shall arise as a result of this notice or the Government?s use of any information provided. The Government will not pay for information or comments provided and will not recognize any costs associated with submission of comments. Responses must be submitted in writing (two copies) and must include all information cited herein. Submission shall be mailed to: U.S. Department of Commerce/NOAA, NESDIS Acquisition Management Division, SSMC3 ? Room 10100/OFA64, 1315 East West Highway, Silver Spring, Maryland 20910 Attention: E. L. Jones. Telephonic responses shall not be accepted.
 
Place of Performance
Address: Suitland, Maryland; Wallops, Virginia; and Fairbanks, Alaska
Country: USA
 
Record
SN00778452-W 20050401/050330211750 (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.