Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 22, 2015 FBO #5112
SOURCES SOUGHT

58 -- RadarSAT-2 Certification - RadarSAT-2 Certification RFI

Notice Date
11/20/2015
 
Notice Type
Sources Sought
 
NAICS
517410 — Satellite Telecommunications
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC - Hanscom, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730-15-R-1118
 
Point of Contact
Matthew MacEachern, Phone: 7812251037, Daniel McCarthy, Phone: 781-225-0455
 
E-Mail Address
matthew.maceachern@us.af.mil, daniel.mccarthy.12@us.af.mil
(matthew.maceachern@us.af.mil, daniel.mccarthy.12@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
RADARSAT-2 CERTIFICATION; STATION OPERATION AND PRODUCT CERTIFICATION FOR EAGLE VISION PROGRAM SOURCES SOUGHT SYNOPSIS- REQUEST FOR INFORMATION (RFI) RADARSAT-2 CERTIFICATION; STATION OPERATION AND PRODUCT CERTIFICATION FOR EAGLE VISION PROGRAM SOURCES SOUGHT SYNOPSIS- REQUEST FOR INFORMATION (RFI) 11/19/2015 Solicitation No. FA8730-15-R-1118 AFLCMC/HBBI 11 Barksdale Street, Bldg 1614,Hanscom Air Force Base, MA 01731 Classification Code: 58 -Communication, detection, & coherent radiation equipment NAICS: 517410 - Satellite Telecommunications CONTACT - Matthew MacEachern, Contract Specialist, 781-225-1037; Contracting Officer - Dan McCarthy, 781-225-0455 DESCRIPTION - The Air Force Materiel Command, Air Force Life Cycle Management Center, Battle Management Directorate, Operations C2 Division, Intelligence Systems Branch, Eagle Vision Program is issuing a Sources Sought Synopsis for certification of the station operation and product quality for Radarsat-2 reception at Eagle Vision 3 and Eagle Vision 5. The certification effort will include training of the Government personnel in the use of the Radarsat-2 satellite, ordering tool, and reporting procedures. The evaluation will result in the certification of the Eagle Vision 3 and Eagle Vision 6 systems for use of the Radarsat-2 satellite. Eagle Vision is a system that collects and processes data transmitted from commercial satellites including SPOT 6 & 7, Radarsat-2, RapidEye, and TerraSAR-X. Eagle Vision includes an antenna, shelter, and processing equipment that collects and processes imagery into standard commercial formats. Interested parties are invited to provide technical information, cost of capability and describe customer base and experience providing Radarsat-2 certification. Completion of all training and certification work is required no later than 3 months after award of contract. The earliest anticipated award date is December 2015. This is a market research survey to determine the availability and adequacy of potential sources prior to determining an acquisition strategy and contract strategy. This is a Sources Sought Synopsis. There is no solicitation available at this time. Requests for a solicitation will not receive a response. No funds are presently available at this time. Any response submitted by respondents to this synopsis constitutes consent for that submission to be reviewed by Government personnel, Federally Funded Research and Development Center employees and Advisory & Assistance Services contractor employees supporting the Intelligence Systems Branch, AFLCMC/HBBI, unless the respondent clearly objects in writing to the release of this information to Federally Funded Research and Development Contractor employees and Advisory & Assistance Services Contractor employees supporting the Eagle Vision Program in a cover letter accompanying your capabilities package. The North American Industrial Classification System Code is : 517410 - Satellite Telecommunications for the overall program, with a size standard of $15M. We are seeking and are open to all types of small business participation. Please provide the name of your firm, DUNS Number and CAGE Code, address, point of contact, phone/fax number for a Point of Contact and an electronic mail address if available, Company Size relative to NAICS Code 517410. Interested parties shall submit a capabilities package, with a cover letter, that is brief and concise, yet clearly demonstrates ability to meet the above stated requirements. The capabilities package shall clearly present evidence the interested party is fully capable of providing the aforementioned capabilities, and as such may contain any information that the interested party feels is relevant. Respondents shall not exceed five (5) single-spaced pages, 12 point font typed with at least 1" margins. All responders are requested to indicate if they are a large business, small business, small disadvantaged business, 8(a) concern or woman-owned small business. In addition, contractors will indicate whether or not their equipment and services are offered through the GSA schedule or any other government-wide acquisition contract. Contractors desiring to do business with the Air Force shall be registered in the DoD Central Contracting Reporting (CCR) System. The government may solicit firms meeting the screening criteria in this RFI. Please submit responses via e-mail to daniel.mccarthy.12@us.af.mil, matthew.maceachern@us.af.mil, and kelly.goshorn@us.af.mil no later than 2:00 PM EDT, 21 December 2015. Please note: Emails containing file types such as:.zip,.xlsx,.docx, or other macro-enabled extensions, may not be delivered to the intended recipients. This RFI is for planning purposes only, and does not constitute an Invitation for Bids (IFB) or a Request for Proposal (RFP). Nor does its issuance restrict the Government as to the ultimate acquisition approach. The information you provide will be evaluated to identify qualified potential offers. AFLCMC/HBBI will not release to any firm, agency, or individual outside the Government, any information marked with a proprietary legend without the written permission from the respondent. The Government will not pay for any information received in response to this RFI, nor will the Government compensate a respondent for any costs incurred in developing the information provided to AFLCMC/HBBI. An AFLCMC Ombudsman is available to consider and facilitate the resolution of concerns from offerors, potential offers, and others for this acquisition. Before consulting the Ombudsman, concerned parties should first address their concerns, issues and disagreements, and/or recommendation to the listed Contracting Officer above for resolution. The AFLCMC/XZC Ombudsman, located at Wright Patterson, OH serves as the Ombudsman for all of AFLCMC, including its GSUs. The Ombudsman hears concerns about specific issues in acquisitions, communicates those concerns from industry or Government personnel, and assists in the resolution of those concerns. The Ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes, nor does the Ombudsman diminish the authority of the program manager, contracting officer, or source selection official. When approached with an issue or query, the Ombudsman independently assesses the situation and provides a response or initiates a resolution, and when requested, will maintain confidentiality as to the source of the inquiry. The AFLCMC ombudsman can be contacted at: AFLCMC Ombudsman 1790 10th Street Wright Patterson AFB, OH 45433 Telephone: 973-255-5472 Email: jill.willinghamallen.1@us.af.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8730-15-R-1118/listing.html)
 
Place of Performance
Address: AFLCMC/HBBK, 11 Barksdale St, Building 1614, Hanscom AFB, MA 01731-2102, Bedford, Massachusetts, 01731, United States
Zip Code: 01731
 
Record
SN03951920-W 20151122/151120234652-1ed6cd557414a9bbb3daea97f4f84664 (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.