Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2008 FBO #2344
SOURCES SOUGHT

R -- EMOSS III

Notice Date
4/25/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering 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, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
DG133E08RP-EMOSSIII
 
Point of Contact
Edith L Jones,, Phone: (301) 713-3478 x176
 
E-Mail Address
edith.l.jones@noaa.gov
 
Description
This sources sought notice is published for market research purposes only to identify business concerns, especially 8(a) or small business concerns, interested and capable of providing the services as defined. The Government will not award a contract based on the responses to this notice, but wants to obtain market information and/or capabilities for planning purposes. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. This sources sought notice for the U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA) is for the procurement of engineering support services for the Office of Satellite Operations. The Satellite Operations Control Center (SOCC) is located in Suitland, Maryland. The National Environmental Satellite Data and Information Service (NESDIS) operates all of the United States operational environmental satellites from the Satellite Operations Control Center (SOCC): Geostationary Operational Environmental Satellite (GOES), Polar Operational Environmental Satellites (POES), Defense Meteorological Satellite Program (DMSP). ). SOCC also supports through international agreement EUMETSAT's Metop spacecraft. SOCC will in the near future operate the Ocean Surface Topography Mission (OTSM/Jason-2) in support of international partners CNES, EUMETSAT and NASA. The data gathered from these satellites allows our country's environmental and emergency agencies to monitor hurricanes and other severe storms, monitor oceans, monitor global climate change, verify ozone depletion and land surface change, monitor critical space environmental parameters, and support search and rescue efforts across the globe. The scope of the EMOSS III contract is to provide spacecraft and ground system engineering support for the operational environmental satellite constellations: GOES and POES. This supports includes monitoring spacecraft and instrument performance; 24/7 anomaly response and resolution; planning and executing special operations such as orbit adjust maneuvers; and interfacing with operational crews by developing operational procedures and training. For the GOES satellite constellation, the contractor will provide support for Image Navigation and Registration (INR) and radiometric calibration of the Level 1B data. The contractor will also provide instrumentation engineering support for NOAA's polar instruments that are on EUMETSAT's METOP satellites. The contractor will also be responsible for configuration management of command and telemetry databases; command procedures; flight software maintenance; and implementation of new and updated ground systems. The contractor will provide operational and ground system engineering support for the OSTM/Jason-2 spacecraft. All interested, capable, and responsible sources that wish to respond to this RFI are encouraged to: (1) respond by providing documentation of your firm's specific capabilities to perform the identified services; information on similar efforts to include contract number, dollar value, performance period, point of contact information, and description of the requirement; the staffing available to support a contract of this type; a statement demonstrating your firm's understands the proposed requirements and your prior contracts of this type, qualifications, annual business report, and (2) submit to the designated Contracting Officer the requested documents with any comments and other market information. Capability statements should not exceed 20 pages and must also include the following information: company name, address, point of contact, phone/fax/email, and business size and status (e.g., small business, 8(a) small disadvantaged business, women owned small business, etc.). Any questions regarding this announcement must be submitted in writing via email to Edith.L.Jones@noaa.gov. No telephone inquiries will be accepted. Responses to this notice are requested by 3:00 p.m. est. on May 23, 2008. Responses to this notice will be handled as business/technical proprietary data.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5eb1ce7bfa202cf204ce2271b6571a1a&tab=core&_cview=1)
 
Place of Performance
Address: NSOF BUILDING, 4231 SUITLAND ROAD, SUITLAND, Maryland, 20746, United States
Zip Code: 20746
 
Record
SN01561554-W 20080427/080425215740-5eb1ce7bfa202cf204ce2271b6571a1a (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.