Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2015 FBO #5041
SOURCES SOUGHT

V -- TELEMETRY TRACKING RECORDING AND DATA RELAY SERVICES

Notice Date
9/10/2015
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
NASA/John F. Kennedy Space Center, Procurement, Kennedy Space Center, FL 32899
 
ZIP Code
32899
 
Solicitation Number
NNK15ZLS001L
 
Response Due
9/25/2015
 
Archive Date
9/10/2016
 
Point of Contact
Didetsa C Vazquez Soto, Contract Specialist, Phone 321-867-7127, Email didetsa.c.vazquezsoto@nasa.gov
 
E-Mail Address
Didetsa C Vazquez Soto
(didetsa.c.vazquezsoto@nasa.gov)
 
Small Business Set-Aside
N/A
 
Description
Telemetry Tracking, Recording, and Data Relay Services The National Aeronautics and Space Administration (NASA) Kennedy Space Center (KSC) is hereby soliciting information about potential sources for real-time, down-range telemetry tracking, recording, and data relay coverage services for a launch vehicle with two (2) low power S-Band transmitters.Launch will take place from Cape Canaveral Air Force Station and is currently scheduled for October 2016. NASA/KSC is seeking information in order to determine the appropriate balance of cost, schedule and technical risk. Services will include real-time down-range telemetry tracking, recording, and data relay coverage from a fixed or deployable ground asset(s). The proposed location for the ground asset(s) shall be identified in the response to this request. The potential offeror shall be capable of performing and radio frequency (RF) link analysis based on the provided trajectory (Attachment A) and RF characteristics; and must identify the maximum data rate with 0 dB margin for acquiring a 5 watt PCM/FM S-Band downlink (2288.5) using the specified orbital locations. Additional information is requested on the ability of the service provider to support all integration, testing, operations, and maintenance of the ground asset(s). The potential offeror shall provide a planning overview for telemetry deployment and voice communications between the proposed site and a designated data center on Cape Canaveral Air Force Station. Capability statements shall include a summary of the assets that will be used, as well as details of logistical support, shipping, storage, power, siting of, and operations of the ground asset(s), if applicable. The service provider will be responsible for coordinating with foreign governments for deployment and operations of the asset(s). Responses shall include a brief description of experience with foreign government coordination and a summary of the actions needed for the proposed approach and location. Interested offerors/vendors having the required specialized capabilities to meet the above requirement should submit a capability statement of 10 pages or less indicating the ability to perform all aspects of the effort described herein. It is not sufficient to provide only general brochures or generic information. Responses must include the following: 1) Company name and address; 2) Business size classification (Small, Small Disadvantaged (SDB), 8(a), Woman-owned (WOSB), Veteran Owned (VOSB), Service Disabled Veteran Owned (SD-VOSB), Historically Underutilized Business Zone (HUBZone) businesses, and Historically Black Colleges and Universities (HBCU)/Minority Institutions (MI) including the number of employees and the number of years in business; 3) Information demonstrating technical capability to meet the requirements described above.In addition, submit a maximum of five (5) government or commercial contracts in the last 5 years demonstrating relevant experience. The description of the contracts shall also include contract numbers, contract type, dollar value of each procurement, and point of contact with address and phone number; 4) A Rough Order of Magnitude (ROM) estimate of the fixed price for the services listed above, including an overview of the basis of estimate for this ROM. Identify major cost drivers that impact this ROM; and 5) A summary of any unique contract conditions desired. No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be synopsized in FedBizOpps and on the NASA Acquisition Internet Service. It is the potential offerors responsibility to monitor these sites for the release of any synopsis, solicitation, or amendments. This requirement is considered to be a commercial item as defined in FAR 2.101. This synopsis is for information and planning purposes and is not to be construed as a commitment by the Government, nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. All responses shall be submitted via email to Didetsa C. Vazquez Soto at Didetsa.C.VazquezSoto@nasa.gov no later than 15 days after the release of this RFI. Please reference NNK15ZLS001L in any response. Any referenced notes may be viewed at the following URLs linked below.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/NASA/KSC/OPDC20220/NNK15ZLS001L/listing.html)
 
Record
SN03879871-W 20150912/150910235859-8ff0d81e61ab4cc54842f6120dd4be8b (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.