SOURCES SOUGHT
99 -- Operations & Maintenance (O&M) Support Services for Fairbanks Command and Data Acquisition Station (FCDAS)
- Notice Date
- 11/9/2020 10:10:27 AM
- Notice Type
- Sources Sought
- NAICS
- 561210
— Facilities Support Services
- Contracting Office
- DEPT OF COMMERCE NOAA SILVER SPRING MD 20910 USA
- ZIP Code
- 20910
- Solicitation Number
- 1332KP21FNEEB0001
- Response Due
- 11/20/2020 11:00:00 AM
- Archive Date
- 12/05/2020
- Point of Contact
- Samantha Dublin, Phone: 3016281349, Gion Lalican, Phone: 3016281425
- E-Mail Address
-
Samantha.Dublin@noaa.gov, Gion.Lalican@noaa.gov
(Samantha.Dublin@noaa.gov, Gion.Lalican@noaa.gov)
- Description
- Sources Sought Notice In preparation for an upcoming anticipated procurement, the Satellite and Information Acquisition Division (SIAD) of the Acquisitions and Grants Office (AGO) is conducting market research to identify potential sources and determine the optimal procurement strategy for acquiring operations and maintenance (O&M) support services as further detailed below and in the attached Performance Work Statement (PWS). The objective of this Sources Sought Notice is to collect market research information regarding the availability and capability of qualified small businesses to provide support to OSPO as described in the attached draft Performance Work Statement (PWS). Responses will assist SIAD with determining the appropriate acquisition method, including whether a set-aside is possible. Another purpose of this notice is to obtain information regarding: (1) the availability and capability of qualified small business sources; (2) whether they are small businesses; HUBZone small businesses; service-disabled veteran-owned small businesses; 8(a) small businesses; veteran-owned small businesses; woman-owned small businesses; or small disadvantaged businesses; and (3) their size classification relative to the North American Industry Classification System (NAICS) code for the proposed acquisition. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. The anticipated period of performance is a base year plus four option years. The North American Industry Classification System (NAICS) code for this acquisition is 561210 (Facilities Support Services) with a size standard of $41.5 Million. SIAD is seeking capability statements from experienced vendors. The Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), National Environmental Satellite, Data, and Information Service (NESDIS), Office of Satellite and Product Operations (OSPO) Fairbanks Command and Data Acquisition Station (FCDAS) in Fairbanks, Alaska requires the Contractor to provide general management, administrative, operations and maintenance services, and technical support requirements of the FCDAS, exclusive of identified Government-only functions, for all missions and projects of the station. BACKGROUND: The Government maintains a Command and Data Acquisition Station (CDAS) at Fairbanks, Alaska, for the primary purpose of acquiring meteorological and environmental satellite mission data from polar-orbiting satellites managed and/or operated by NOAA, an agency of the U.S. DOC. This facility is NOAA's primary command and data acquisition facility for its polar-orbiting operational environmental satellites. The Station characteristics of having a high northern latitude and semi-remote location all combine to set Fairbanks aside as the premier data acquisition site for polar spacecraft missions. The Station coordinates are 64 degrees 58 minutes 37.711 seconds North latitude, 147 degrees 30 minutes 54.421 seconds west longitude. The Station also collaborates with other U.S Government and international agencies to provide routine, contingency, and emergency support for polar-orbiting spacecraft as well as a small number of non-polar-orbiting satellites. The FCDAS is a National Critical Asset and therefore must remain in operations 24x7x365. The Station's primary mission is to meet the command, data acquisition, data re-transmission and data distribution requirements of the constellations of polar�orbiting satellites managed and operated by NOAA. Ground station activities use eleven antennas ranging from three meters to 20 meters in diameter, including two remotely operated antennas located in Utqiagvik (formerly Barrow), Alaska. As of 2020, the site�s mission portfolio included: Polar Operational Environmental Satellites (POES) Suomi-NPOESS Preparatory Project (S-NPP) Joint Polar Satellite System (JPSS) Defense Meteorological Satellite Program (DMSP) METOP-1 and -2 and -3 Windsat/Coriolis Ocean Surface Topography Mission (OSTM)/JASON-3 and JASON-CS AQUA AURA LANDSAT-8 and LANDSAT-9 Scatterometer Satellite-1 (SCATSAT-1) Korea Multi-Purpose Satellite-5 (KOMPSAT-5) / Arirang-5 Hisdesat Servicios Estrat�gicos PAZ Geostationary Operational Environmental Satellite � West (GOES-W) Deep Space Climate Observatory (DSCOVR) NOAA may add other missions to the Station during the course of this contract. The Government will assure the necessary training, hardware, and software resources are provided to complement the Contractor provided manpower necessary to achieve the operational availability required by each mission. The Contractor shall provide all the necessary resources to operate and maintain all station functions to assure timely delivery of data from satellite passes. The Contractor shall provide the operational expertise to fulfill a backup command and control responsibility for the NOAA polar program missions. The core staff assigned to the spacecraft telemetry, tracking, and control (TT&C) and data management functions will employ Government-provided antenna monitor and control equipment that has automated many of the traditionally labor-intensive command and data acquisition functions. SCOPE OF WORK: The expected scope of this work is to provide general management, administrative, operations and maintenance services, and technical support requirements of the FCDAS, exclusive of identified Government-only functions, for all missions and projects of the station. Staff the FCDAS with appropriate technical, administrative and management personnel in order to maintain the ground station support services for the assigned, government-managed and -operated satellite constellations and the respective mission operations and data processing centers. The NOAA Satellite Operations Facility (NSOF) in Suitland, Maryland, is the primary control and data processing center for NOAA spacecraft. REQUIREMENTS: Provide labor and materials for general management functions at the station. Provide labor to operate, test, calibrate, and perform preventive and corrective maintenance on all systems and equipment used to support NOAA managed and operated missions and non-NOAA missions of the FCDAS. The Contractor shall be responsible for the total operation and maintenance of systems that support the primary and secondary missions of the station. Provide all the necessary resources to satisfactorily perform all maintenance requirements for the FCDAS ground system elements, facilities, vehicles, roads, and other infrastructure. This includes routine preventive maintenance on a scheduled basis, as well as corrective maintenance to the component level. This maintenance is scheduled with the control center to alleviate the operational loading during the maintenance period. To maintain a high level of efficiency and uninterrupted mission operations, a regular schedule of preventive and corrective maintenance on the FCDAS ground system is scheduled in accordance with the manufacturer's recommendations. Perform personal property management services for the Station in accordance with Federal Management Regulation and NOAA personal property management policies and procedures. Provide all necessary labor and materials for operations/engineering management services to support the station's missions. These services include, but are not limited to, preparation of charts illustrating project milestones, preparation of any necessary project documentation (station support plans, integration test plans, interface tests, station spacecraft compatibility test plans, etc.), development and implementation of any directed system modifications, creation or modification of necessary operations procedures, and development and implementation of system testing procedures. Provide the necessary personnel to administer and secure all components of all FCDAS IT systems and networks. IT security functions to ensure compliance with FISMA, Department of Commerce, and NOAA requirements include documentation, inventories, continuous monitoring, configuration management, and implementation of appropriate controls. Manage environmental, safety, and health programs at the station to ensure adherence to all applicable federal, state, and local policies and regulations. INFORMATION REQUESTED: Interested companies should provide a tailored capability statement limited to no more than 10 pages demonstrating a minimum of six (6) years of related experience in operations and maintenance related services (to include subcontractor and key personnel experience). Additionally, interested companies should describe their capabilities as they relate to the following: Adaptability - Ability to respond to emerging and expanding needs of their sponsors and anticipate future critical issues; and Objectivity - Ability to produce thorough, independent analyses to address complex technical and analytical problems. In addition to addressing technical capabilities, responses must include the following: Name and address of firm CAGE Code DUNS Number Size of business (i.e., small, small disadvantaged business, woman-owned, etc.) Point of contact (address, email, and phone number) Parent company, joint venture partners, potential teaming partners, prime contractor (if potential subcontractor) or subcontractors (if potential prime contractor) List of customers covering the past six (6) years (highlighting relevant work performed, contract numbers, and contract type). Identify the customer, contract number, and points of contact for any experience listed. [Note: In order to be deemed capable, Offerors must be able to perform 50% of the work themselves and demonstrate how they will successfully perform Section 1 (Mission Systems Operations and Maintenance), Section 3 (IT System Support Requirements), and Section 6 (Property Management and Logistics) of the PWS.] Provide information of any government-wide contract vehicles which your company owns that covers the scope as described in the PWS. SUBMITTAL REQUIREMENTS: Telephone responses are NOT solicited and will not be accepted. The point of contact for this action is Samantha Dublin and she may be reached at (301) 628-1349 or by email. Responses are due no later than 2:00 PM EST on Friday, November 20, 2020 via email to samantha.dublin@noaa.gov. DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. No solicitation exists; therefore, do not request a copy of the solicitation. This synopsis is not to be construed as a commitment by the Government to award a contract, nor will the Government pay for the solicited information. The draft PWS is provided for informational purposes only. Information contained herein is subject to change. Responses to this notice are not offers and cannot be accepted by SIAD to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Any information that a vendor considers proprietary should be clearly marked as such. Failure to submit a response to this RFI in no way precludes a vendor from participating in any competitive solicitation the SIAD may issue in the future. Information received will be considered solely to make an informed decision regarding a potential procurement.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/46d05dd4d4b346de8a5aba56313881dc/view)
- Place of Performance
- Address: Fairbanks, AK 99712, USA
- Zip Code: 99712
- Country: USA
- Zip Code: 99712
- Record
- SN05849789-F 20201111/201109230142 (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 |