Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2020 SAM #6848
SPECIAL NOTICE

99 -- NOAA Polar Satellite Ground System hardware and software upgrade, development, integration and testing support

Notice Date
8/27/2020 11:48:50 AM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
 
ZIP Code
20910
 
Solicitation Number
NEEG2100-20-00377
 
Response Due
8/31/2020 5:00:00 AM
 
Archive Date
09/15/2020
 
Point of Contact
Jay S Parsick, Phone: 3016280027, Lori Smith, Phone: 3016281302
 
E-Mail Address
jay.parsick@noaa.gov, Lori.Smith@noaa.gov
(jay.parsick@noaa.gov, Lori.Smith@noaa.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Notice of Intent to Sole Source NEEG2100-20-00377 NOAA Polar Satellite Ground System hardware and software upgrade, development, integration and testing support. Solicitation Number: NEEG2100-20-00377 Agency: Department of Commerce Office: National Oceanic and Atmospheric Administration (NOAA) Location: Office of Satellite Ground Services � Solicitation: NEEG2100-20-00377 Notice Type: Special Notice Synopsis: The U.S. Department of Commerce, National Oceanic and Atmospheric Administration (NOAA)/National Environmental Satellite Data Information Service (NESDIS)/ Acquisition and Grants Office (AGO)/Satellite Information Acquisition Division (SIAD), intends to award on a sole source basis in accordance with FAR 13.501(a), 41 U.S.C. 1901), based on only one responsible source, where no other supplies of services will satisfy agency requirements. The proposed source Ingenicomm, LLC, Chantilly, VA. The items being sought are technical and anomaly support of the current IJPS technology refresh and Jason-CS Telemetry Tracking and Commanding Space Link extension upgrade.� Technical support and update of the EPOCH� LEO-T subsystems and software, technical support of the Command and telemetry Transceiver (CaTT) hardware and software, and upgrade of High Powered Amplifier (HPA) subsystems.� Technical support includes Open VMS (Itanium), FORTRAN, C, C++, ADA, Perl, Linux (Fedora, Red Hat Enterprise, and SUSE Enterprise Server) and Windows Operating Systems, Provide personnel hardware, software, documentation and services to design, implement, test and train, Maintain all necessary hardware/software updates until accepted by the Government, Comply with and use Office of Satellite Products and Operations (OSPO) Configuration Management (CM) to synchronize recently configured baseline of software, Generate and coordinate necessary Configuration Change Requests (CCR) for implementation/Integration of software or hardware, Deliver documentation updates to hardware/software maintenance manuals, requirements specifications, User�s Guides and Test Procedures, Comply with current IT Security controls of the OSPO Security Boundary, defined in the System Security Plan (SSP) and deliver documentation for inclusion into the SSP, at the National Oceanic and Atmospheric Administration (NOAA)/Satellite Operations Facility (NSOF), Suitland MD, Wallops, VA, Fairbanks, AK Command and Data Acquisition Stations (CDAS) and Point Barrow, AK station. The Government anticipates a firm-fixed commercial item purchase order with a delivery date as soon as practical. 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 3 calendar days after publication of this synopsis. Proposal submissions 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. The National Industry Classification Systems (NAICS) Code is 541715, and the size standard is 1,000 employees. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2020-07 Effective August 3, 2020. Contracting Office Address: 1325 East West Highway, Rm 11319 Silver Spring, Maryland 20910 Place of Performance: Suitland MD Wallops, VA Fairbanks, AK Point Barrow, AK Primary Point of Contact: Jay Parsick Contract Specialist Jay.Parsick@noaa.gov Phone: (301)628-0027
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/b3255719890f45399afeb17590283a55/view)
 
Place of Performance
Address: Suitland, MD 20746, USA
Zip Code: 20746
Country: USA
 
Record
SN05775623-F 20200829/200827230204 (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 |
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.