SOURCES SOUGHT
D -- Ross Island Earth Station (RIES) Antenna - Request for Information - Attachments
- Notice Date
- 7/27/2017
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- National Science Foundation, Division of Acquisition and Cooperative Support, DACS, 4201 Wilson Boulevard, Room475, Arlington, Virginia, 22230
- ZIP Code
- 22230
- Solicitation Number
- SATCOM-RIES-Antenna-RFI-2017
- Archive Date
- 9/2/2017
- Point of Contact
- David Huntsman,
- E-Mail Address
-
david.huntsman.contractor@usap.gov
(david.huntsman.contractor@usap.gov)
- Small Business Set-Aside
- N/A
- Description
- Attachment 6 - RIES Sectional Utilidor Transition Attachment 5 - Ross Island Earth Station Site Plan Attachment 4 - Scott Base Climate Data 1997-2016 Attachment 3 - Packing and Shipping Instructions Attachment 2 - Block Diagram Attachment 1 - RFI Questions The National Science Foundation (NSF), assisted by the Antarctic Support Contract (ASC), is issuing this Request for Information (RFI) as a means of conducting market research to identify industry recommendations for constructing a 13-meter class geostationary satellite antenna that will provide satellite-based broadband communications services between the continental United States and McMurdo Station, Antarctica (77.8464 deg S, 166.668 deg E). Of particular interest in this RFI are the following: - Duration of manufacturing time from contract award; - Duration of local construction time in preparation for factory acceptance test prior to tear down and packing for shipment; - Duration of factory acceptance test with buyer representation present; - Duration of tear down, packing, and shipping to government facility at Port Hueneme, California; and - Duration and requirements for vendor installation, test, and site acceptance at McMurdo Station. Background: The NSF Office of Polar Programs (OPP) is the agency responsible for managing the United States Antarctic Program (USAP). Leidos Innovations Corporation (Leidos ASC) provides logistical support to the USAP under the Antarctic Support Contract (ASC) NSFDACS1219442. NSF operates three year-round USAP stations, including South Pole Station and McMurdo Station on the Antarctic continent, and Palmer Station on Anvers Island, in the Antarctic Peninsula. - See https://www.nsf.gov/div/index.jsp?div=opp for information on the NSF OPP. - See https://www.nsf.gov/geo/opp/support/mcmurdo.jsp - and https://www.usap.gov/videoclipsandmaps/mcmwebcam.cfm for information on McMurdo Station, Antarctica. Description of Requirement: This RFI pertains to the Ross Island Earth Station (RIES) project, which is a multi-phased construction effort to establish a new geosynchronous communications satellite earth station at McMurdo Station. RIES is a component of the larger NSF McMurdo Station communications modernization program titled, Satellite Based Broadband Communication Services. For more information regarding the context for operation of the RIES earth station, please refer to the following separate NSF RFI link to the larger program: https://www.fbo.gov/spg/NSF/DACS/DACS/NSF-SATCOM-RFI-2017/listing.html This RFI seeks information for a turnkey geosynchronous (GEO) antenna system and components of the RIES earth station, solely. Remaining components of the earth station that are not addressed by this RFI, including: radome to enclose the RIES antenna, foundations for the RIES antenna and radome, civil work, backup power systems, facilities, and RIES antenna utility infrastructure systems (power, signal, etc.). The RIES concept incorporates a new, 13-meter class antenna system installed on a small tabular, volcanic plateau immediately adjacent to McMurdo Station. The system will be interconnected by roadways. The installation site (77.8430 deg S, 166.7112 deg E, 180.0 m AMSL) is located at the southwestern base of the feature designated as Crater Hill on Ross Island, Antarctica, which affords an optimum view of the geosynchronous satellite arc to the north. The antenna will be physically located approximately 1,500 feet from the equipment room that is located to the south of the antenna site. The equipment room will be in a section of McMurdo Building 221 (also referenced as "T-Site"), which houses station radio communications systems (HF radio and VHF land mobile radio, etc.). The Building 221 equipment room facility will house the modems, baseband subsystem, and remote antenna control unit (ACU) interface in standard electronic equipment racks. An un-heated radome will protect the antenna and equipment from snow and wind. A vendor-recommended pre-cast concrete foundation with separate foundation sections for the antenna and radome will serve as the mounting structure, and will provide vibration isolation between the radome and the antenna. Based on Government market research, it is believed that a Ku-Band or dual Ku-Band/C-Band antenna is an appropriate selection for the anticipated available satellite operators within view of the antenna site. Please see "Attachment 2: RIES Block Diagram" for antenna vendor equipment demarcation. Vendor-provided antenna equipment is shaded in blue, while Government furnished equipment (GFE) is identified in white and listed in Attachment 2. Leidos ASC intends to solicit firm-fixed-price proposals for antenna design, construction, and installation from interested contractors. The solicitation is under North American Industrial Classification System (NAICS) code 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing. The small business size standard for this NAICS is no greater than 1,250 employees. Due to the size of this project, it is expected that the solicitation will be issued under full and open competition. The anticipated solicitation release date is 31 Aug 2017, with a planned award date by 01 Dec 2017. Information Requested: To maximize the Government's understanding, respondents should consider the information requested in "Attachment 1: RIES Antenna Questions." This attachment contains specific questions from Leidos ASC on the antenna design, manufacture cycle, and installation. The following additional attachments are provided for reference: Attachment 2: RIES Block Diagram - to indicate vendor vs GFE demarcations Attachment 3: Standard USAP Shipping and Handling Instructions Attachment 4: Scott Base Climate Data 1997 - 2016 Scott Base is approximately 1 mile SE of RIES Attachment 5: RIES Site Plan - indicates relation between building 221 and the RIES location, including floor plan inside building 221 Attachment 6: RIES Sectional Utilidor Transition - sectional view indicates radome, antenna, foundation interface along with the utilidor Submission of Responses: Responses are to be submitted to the Leidos ASC IT&C project manager at the address noted below. Vendors intending to submit a response to this RFI are requested to please inform the ASC project manager via email of your intention to respond by 3 August 2017. Management of Information: Submissions that voluntarily contain proprietary information will be managed in accordance with Federal Acquisition Regulation (FAR) 9.505-4, "Obtaining access to Proprietary Information." Any proprietary information submitted in response to this RFI must be clearly identified via a general declaration on the cover page and on any subsequent pages where proprietary information occurs. The Government intends to utilize contractor resources to prepare analytical studies and digests utilizing submissions to the RFI for future planning efforts. Respondents who require a Proprietary Data Protection Agreement (PDPA) should submit a draft of the necessary permissions protocol prior to submitting any proprietary information. The PDPA will not be counted towards the maximum RFI page count. Any information submitted that is not protected via PDPA shall be subject to full disclosure/release. Be advised that submissions will not be returned. The support contractors listed below will review responses to this RFI. It is the respondent's responsibility to execute PDPA with these support contractors, if deemed necessary, by the date of the RFI submission. All correspondence regarding the execution of a PDPA must be directed to the support contractors below. Note that the PDPA must allow the contractors to report to the NSF. The following is a list of support contractor points of contact (POCs) who will review RFI responses or utilize response results: (1) Leidos ASC, Centennial, Colorado (2) LJT & Associates, Columbia, Maryland (3) Aerospace Corporation, El Segundo, California (4) GHG Corporation, Webster, Texas RFI submittal processing, Q&A, and digest report: Please submit feedback and technical questions to David Huntsman, Leidos ASC project manager, at the following address/email: Antarctic Support Contract 7400 S. Tucson Way Centennial, CO, 80112-3938 USA POC: David Huntsman Email: david.huntsman.contractor@usap.gov Mr. Huntsman will share responses with support contractor POCs. Submission Instructions: Interested parties are requested to respond to this RFI in Microsoft Office® (Word, Excel, Power Point), which is the preferred format. Responses may contain a mixture of text, numerical data, and figures or graphics. CD-ROM submissions are requested in lieu of printed materials. Submissions are to be divided into two distinct sections (Section 1 and Section 2) to meet the following criteria: Section 1 of the submission shall provide the following administrative information: (1) Name, mailing address, phone number, fax number, and email of designated POC. (2) Data Universal Numbering System (DUNS) number designating the primary business unit participating in the RFI response. (3) Business type and size, as defined by the US Small Business Administration (see http://www.sba.gov/content/small-business-size-regulations), based upon the following North American Industry Classification System codes (NAICS, 2007): 334220, Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (a cross-classification of space satellites, communications, and manufacturing) Section 2 of the submission shall address the questions contained in "Attachment 1: RIES Antenna Questions," plus any additional information considered relevant. Responses should be formatted to match the outline format of Attachment 1, with any supplementary information provided beyond the outline placed in a structured outline format following all responses to Attachment 1. Industry Interaction: NSF contractor representatives may or may not interact with responders. Such interactions may be intended to request further information related to the capability to potentially meet the mission needs or to clarify understanding of information submitted. Questions regarding this announcement shall be submitted via email to the Leidos ASC contact noted above. Verbal questions will not be accepted. Answers to questions will not be openly posted. Leidos ASC does not guarantee that any questions will be answered. Summary: THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals. Submission of any information in response to this market survey is purely voluntary. The Government assumes no financial responsibility for any costs incurred. If and when a solicitation is released, it will be synopsized on the Federal Business Opportunities website, at http://www.fbo.gov. It is the responsibility of the potential offeror to monitor the FBO for release of any solicitation or synopsis. Response Deadline: Responses are requested no later than August 18, 2017 at 5:15 PM MDT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/NSF/DACS/DACS/SATCOM-RIES-Antenna-RFI-2017/listing.html)
- Place of Performance
- Address: McMurdo Station, Antarctica, United States
- Record
- SN04600606-W 20170729/170727232213-699aea1766d17df2398adc152253aac3 (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 |