Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
MODIFICATION

17 -- TELEMETRY AND TRACKING SYSTEM OPERATIONS

Notice Date
9/13/2005
 
Notice Type
Modification
 
NAICS
517910 — Other Telecommunications
 
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-NEEK-0000-6-00002
 
Response Due
10/7/2005
 
Point of Contact
Annita Wimbish, Contracting Officer, Phone 301-713-3478 x173, Fax 301-713-4155,
 
E-Mail Address
annita.l.wimbish@noaa.gov
 
Description
THIS MODIFICATION IS BEING POSTED TO UPDATE THE 'APPLICABLE' AND 'REFERENCE' DOCUMENT TABLES ONLY. ALL CHANGES TO THE DOCUMENT ARE HIGHLIGHTED IN YELLOW. ADDITIONALLY, ALL THE DOCUMENTS THAT ARE NEEDED ARE POSTED ON THE WEB SITE. (http://www.osd.noaa.gov/ostm/index.htm). THE ANNOUNCEMENT IS REPLACING ONE POSTED ON SEPTEMBER 01, 2005, TO CHANGE THE CONTRACT TYPE, EXTEND THE TIME OF POSTING, AND PROVIDE A JASON-2 WEB-SITE FOR THE ATTACHMENTS. The National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Services (NESDIS), Office of Systems Development Ground Systems (OSD), requires a single prime contractor for an end-to-end fully integrated ground system for reception and monitoring of Jason-2 satellite Telemetry, Commanding and Controlling of the Jason-2, processing Jason-2 raw science data into Near Real-time (NRT) products, distribution and archiving of Jason-2 data to users within the Continental United States and abroad. This effort is to support the Ocean Surface Topography Mission (OSTM). This single prime contractor will interface with the Government and would manage all program subcontractors until the end of contract. The award will be a cost plus award fee type contract. The period of performance will be for one base year and two (2) option years. The contractor will be required to provide the following services to NOAA: 1. Integrate Jason Telemetry, Command, and Communications Subsystem (JTCCS) supplied by the Government into NOAA’s existing Satellite Operations Control Center (SOCC), and back up SOCC at Wallops, Virginia. a. JTCCS is a real-time system designed to receive, decommutate, distribute, and display satellite telemetry; Format and transmit satellite commands; Remotely monitor and command earth terminals; Manage and archive telemetry and payload data; and Automate routine functions. 2. Develop software for the coordination, integration and generation of Jason-2 weekly stored command files (sequences). These sequences are required to be conflict free, constraint checked, and time ordered. The sequencing tool shall be compatible with JTCCS and/or NOAA’s current resource satellite scheduling tool named Satellite Operation Management Subsystem (SOMS). Specifically, the contractor will be required to develop a Jason-2 non real-time scheduling and sequencing system capable of the following tasks: Build integrated pass schedule using the NOAA Jason Command and Data Acquisition stations; Build time-tagged buffer loads for the Jason-2 satellite; Place scheduled activities in time-sequence order for use by JTCCS/SOMS. 3. Modify existing NOAA spacecraft scheduling software SOMS that uses NORAD two-line element vectors to generate a minute by minute subpoint track in addition to contact and tracking information for up to four readout stations and outputs to a Conflict Resolution and Master Scheduler. 4. Integrate a Government provided science Data Processing System in to existing NOAA/NESDIS Environmental Satellite-data Processing Center (ESPC). 5. Establish a data communications interface among above entities and the NOAA archive and access service named the Comprehensive Large Array – data Stewardship System (CLASS). The following is a list of attachments that can be found at the following Jason-2 website: http://www.osd.noaa.gov/ostm/index.htm. Once inside the website, click on “RFP” on the right side to pick up the attachments. Attachment One – OSTM Jason-2 Statement of Work Attachment Two – OSTM Jason-2- Requirements The associated North American Industrial Classification System (NAICS) code for this acquisition is 517910. All responsible sources may request a copy of the solicitation by e-mail to Annita.L.Wimbish@noaa.gov, or by fax at (301) 713-4155, to Annita L. Wimbish. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-SEP-2005). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 21-FEB-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DOC/NOAA/AGAMD/Reference-Number-NEEK-0000-6-00002/listing.html)
 
Place of Performance
Address: 5200 AUTH WAY SUITLAND, MARYLAND
Zip Code: 20746
Country: USA
 
Record
SN00992161-F 20060223/060221212944 (fbodaily.com)
 
Source
FedBizOpps 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.