SOLICITATION NOTICE
D -- BSE EACE Cards Maintenance and Support
- Notice Date
- 8/19/2020 6:28:02 AM
- Notice Type
- Presolicitation
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- NEEB1000-20-00802
- Response Due
- 9/3/2020 12:00:00 PM
- Archive Date
- 09/03/2020
- Point of Contact
- Kirstin Banks, Phone: 3016281432, Lori Smith, Phone: 3016281302
- E-Mail Address
-
Kirstin.Banks@noaa.gov, Lori.Smith@noaa.gov
(Kirstin.Banks@noaa.gov, Lori.Smith@noaa.gov)
- Description
- Notice of Intent to Sole Source This procurement renewal is an initial evaluation, testing and maintenance of three (3) of the Boeing Spacecraft Emulators (BSE) Emulator Attitude Control Electronic (EACE) cards at NOAA Satellite Operations Facility (NSOF) in Suitland, MD and one (1) at the Wallops Command and Data Acquisition Station (WCDAS) in Wallops Island, VA. Support will allow NOAA's Office of Satellite and Product Operations (OSPO) to get replacement parts and vendor support on break/fix issues that extend beyond the realm of the on-site staff support. The BSE EACE Cards are high-fidelity simulation platforms used in place of the Geostationary Orbiting Environmental Satellite (GOES) satellites for operational procedure design and validation, as well as for mission and on?station rehearsals and ground system tests in support of pre-launch, stationkeeping maneuvers, and other special operations. The BSEs combine environmental, orbital, and spacecraft subsystem models with non-linear simulations of the spacecraft dynamics; and they integrate them with hardware-based, functional facsimiles of the spacecraft electronics to produce high-fidelity spacecraft simulators. When the BSE is connected to the GOES N-P Telemetry and Command System (GTACS) and the MDL Receive System and Server (MRS&S), an operator can essentially ""fly the spacecraft on the ground.� The Government anticipates a firm-fixed priced commercial services contract with a base period of eighteen�(18-Months).� This notice is published for informational purposes only and is not a request for competitive quotations. However, offerors who believe they can meet this requirement are to submit in writing an affirmative response. All responses must include a written narrative statement of capability, including detailed technical information demonstrating the company�s ability to meet the above requirements. The response must be sufficient to permit agency analysis to establish a bona fide capability to meet the requirements. Failure to submit such documentation shall result in the Government proceeding as stated above. A determination by the Government not to open the requirement to competition based upon responses to this notice is solely within the discretion of the Government. Affirmative written responses must be received no later than 15 calendar days after publication of this synopsis. Capability statements must be submitted to the following person listed as the Government point of contact in this announcement.� All questions must be submitted in writing to the attention of the Government Contract Specialist. NOTHING HEREIN SHOULD BE MISCONSTRUED AS A REQUEST FOR COMPETITIVE PROPOSALS, QUOTES OR BIDS. NO SOLICITATION DOCUMENTATION IS AVAILABLE OR WILL BE ISSUED.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/56ac34a464c24395a87400a3ea932f3b/view)
- Place of Performance
- Address: Suitland, MD 20746, USA
- Zip Code: 20746
- Country: USA
- Zip Code: 20746
- Record
- SN05764885-F 20200821/200819230158 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |