Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2007 FBO #1935
SOURCES SOUGHT

R -- Technical Support, Systems Engineering and Engineering Services

Notice Date
3/13/2007
 
Notice Type
Sources Sought
 
NAICS
541611 — Administrative Management and General Management Consulting 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, MD, 20910, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-NEEL0000-7-06759RBK
 
Response Due
3/20/2007
 
Archive Date
4/4/2007
 
Description
This sources sought synopsis is published for market research purposes only to identify small business concerns, especially HUBZone 8(a) and 8(a) small business concerns, interested and capable of technical support, systems engineering, and engineering services for support needed for the National Environmental Satellite, Data and Information Services (NESDIS) space and ground systems. The Government does not presently intend to award a contract, but wants to obtain price, delivery, other market information, or capabilities for planning purposes. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The NESDIS manages the Department of Commerce (DOC), National Oceanic and Atmospheric Administration?s (NOAA) geo-stationary and polar-orbiting operational environmental satellite programs. The NESDIS objectives are to provide the spacecraft, launch services, and ground systems necessary to maintain the uninterrupted flow of remotely-sensed environmental data required to protect life, property and the environment and, in addition, to promote National economic well being. This acquisition will support two major components of the NESDIS satellite systems: (1) The Space Systems which consist of polar and GEO-stationary satellites/spacecrafts and (2) the Ground Systems which consists of a Command, Control and Communications Segment (C3S) and the Interface Data Processing Segment (IDPS). A North American Industrial Classification System (NAICS) code of 541611, with a small business size standard of $6M has been assigned to this requirement. The Statement of Work defines the effort required for technical support, systems engineering and engineering services to include the resolution of space and ground systems issues as well as the preparation of plans, briefings, and documents in the areas of strategic planning; design/requirement analysis; systems engineering processes and procedures; program advocacy; data management; contract administration; and, acquisition support. The Contractor shall provide technical support in the areas of Command-Control-Communications (C3) systems, polar and geostationary weather satellites and sensors, direct readout terminal systems, large scale data processing and archival systems as well as for current military and civilian meteorological systems. The Contractor shall track systems engineering and financial findings of the satellite programs independent reviews, such as the Independent Program Assessments (IPAs) to ensure all recommended actions and or issues are analyzed and considered. The Contractor?s knowledge base shall include the capability to: provide reviews, comments, and analysis of all alternatives provided, identify and resolve issues, provide studies and analysis of alternatives for all satellite program segments being analyzed by the IPA. In addition, the Contractor shall: Analyze systems requirements development, allocation and analysis; analyze systems design, fabrication, integration, test and evaluation, production, launch, early orbit and operational support; analyze preparation and/or review of technical documentation (e.g., architecture, Concepts of Operations CONOPS), specifications, functional flow-block diagrams, etc.) including, earned value analysis to ensure that the overall program, as implemented, achieves the program goals and objectives, and that all elements of the program are internally consistent and inter-functional; support the satellite programs management process. Program management tasks may include: coordinate, de-conflict, maintain and distribute staff and conference room calendars documenting satellite program events and harmonized with the A&O Contractor?s calendar; coordinate, implement, and distribute master program and production schedules, work breakdown structures, and control systems maintaining awareness of/and consistent with Program Management status and reporting; assist the review and analysis of Contractor program management reports and development of the satellite program reports to NOAA, OSD and Congress; support 6-Sigma Project with the satellite programs vendors; and, support the Risk Management process. The estimated level of effort is 80 support personnel per year. All interested, capable, and responsible sources that wish to respond to this RFI are encouraged to: (1) respond to the draft Statement of Work (SOW) posted with this notice 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; a staffing chart to demonstrate your firm?s understanding of the proposed requirement, and the qualifications of team participants; ability to provide contract personnel with different levels of security clearances and (2) submit to the designated Contracting Officer the requested documents with any SOW comments, pricing information, 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, HUBZone 8(a), 8(a), veteran-owned small business, service-disabled veteran owned small business, small disadvantaged business, and women owned small business). Responses to this notice are requested by 11:00 a.m. on March 15, 2007 but must be received no later than 3:00 p.m. on March 20, 2007 via email to Rubie.B.King@noaa.gov. Responses to this notice will be handled as business/technical proprietary data.
 
Place of Performance
Address: 8455 Colesville Rd., Silver Spring, MD
Zip Code: 20910
Country: UNITED STATES
 
Record
SN01249487-W 20070315/070313220232 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.