Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2006 FBO #1690
SOURCES SOUGHT

D -- PROVIDE ALL NECESSARY HARDWARE SUPPORT FOR TWO GVAR SDI-104 EAST/WEST INGESTOR SYSTEMS AND 1 BACKUP SDI-104 INGESTOR SYSTEM

Notice Date
7/11/2006
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
NWWX6000600002CMM
 
Response Due
7/26/2006
 
Archive Date
8/10/2006
 
Description
The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Weather Service (NWS), Aviation Weather Center (AWC), located in Kansas City, MO intends to establish a fixed price purchase order to provide all necessary hardware support for two (2) GVAR SDI-104 East/West Ingestor Systems, and one (1) Backup SDI-104 Ingestor System including mandatory first year support and the possibility of up to an additional 4 years of support on a sole source basis with University of Wisconsin, Space Science & Engineering Center (SSEC) based on the following reasons: 1) SSEC provides a complete, integrated solution for ingesting and processing weather satellite data; 2) the ingesting and serving of the data is on the SSEC Data Ingestor (SDI) system. The SDI is comprised of hardware, ingest software, event notification, and data servers; 3) AWC software McIDAS-X accesses data on the SDI through SSEC?s Abstract Data Distribution Environment (ADDE) protocol, this protocol provides real-time access to the imager and sounder data as it is being received in the SDI; 4) AWC currently uses the SDI system and McIDAS-X software, SSEC now has an update to the SDI: the SDI-104, this new system is drop-in compatible with AWC?s current configuration; 5) replacing the current SDIs with the new SDI-104 system will maintain the current functionality without impacting operation; 6) SSEC is the only vendor that supplies the SDI and SDI-104 systems that, ingest the data, provide event notification, serve the data through the ADDE protocol, and is 100% compatible with the McIDAS-X software; The anticipated purchase order will have a performance period from date of notice to proceed through September 30, 2007, with possible option periods extending the period of performance through September 30, 2011. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested parties may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis will be considered by the Government. Proposals can be faxed to Carey Marlow at (816) 274-6923. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. All responsible sources may submit a proposal which shall be considered by the agency. Interested firms shall include, in writing, the company name, address, point of contact, telephone number, and business size; a statement regarding their capabilities and qualifications; and any additional supporting literature. Submissions received in response to this notice shall be evaluated based on the following criteria: 1) Written documentation that demonstrates the firm?s knowledge of and experience with GVAR-SDI-104 East/West Ingestor Systems, Backup Ingestor Systems; 2) Written documentation that demonstrates the firm?s experience with providing support on these types of systems; 3) Written documentation that demonstrates the extent of firm?s field work experience with GVAR SDI-104 East/West Ingestor Systems with backup. (Provide resume.); 4) A list of references including name and telephone numbers of firms to whom the offeror has successfully provided services that are the same or similar to that described herein. The applicable NAICS code is 541512 DOC, CASC requires that all contractors doing business with this office be registered with the Central Contractor Registry (CCR). No award can be made to a company not registered in CCR. For additional information and to register in CCR, please access the following web site: http://www.ccr.gov. In order to register, all offerors must have a Dun & Bradstreet Number. A Dun & Bradstreet number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505.
 
Place of Performance
Address: AVIATION WEATHER CENTER, 7220 NW 101 TERRACE, ROOM 101, KANSAS CITY, MO 64153
Zip Code: 64153
Country: UNITED STATES
 
Record
SN01086248-W 20060713/060711220301 (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.