SPECIAL NOTICE
D -- D--Landsat Satellite Operations (LSO) RFI
- Notice Date
- 11/20/2024 10:09:17 AM
- Notice Type
- Special Notice
- NAICS
- 541330
— Engineering Services
- Contracting Office
- OFC OF ACQUSITION GRANTS-NATIONAL RESTON VA 20192 USA
- ZIP Code
- 20192
- Solicitation Number
- DOIGFBO250003
- Response Due
- 11/23/2024 9:00:00 AM
- Archive Date
- 12/08/2024
- Point of Contact
- Dehart, Ty, Phone: 0000000000
- E-Mail Address
-
tdehart@usgs.gov
(tdehart@usgs.gov)
- Description
- United States Geological Survey (USGS) Request for Information (RFI) & Sources Sought Landsat Satellite Operations (LSO) Landsat Satellite Operations (LSO) RFI The United States Geological Survey (USGS) is issuing this Request for Information (RFI) to conduct market research to identify potential sources and learn about industry capabilities, emerging technologies, and strategies to reduce cost and risk. This RFI does not constitute a request for quotes, proposals, or bids; submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. Responses to this announcement are for planning purposes only. The results of the market research will contribute to the development of the requirement and guide acquisition decision-making. The primary North American Industry Classification System (NAICS) Code to be used for this requirement is 541330 � Engineering Services. Background/Mission Overview Landsat satellites have continuously acquired multispectral images of the land surface since the launch of Landsat 1 in 1972. Landsat represents the world's longest continuously acquired collection of space-based moderate-resolution land remote sensing data. Five plus decades of these data provide a unique resource for those who work in agriculture, geology, forestry, regional planning, education, mapping, and global change research. Landsat images are also invaluable for emergency response and disaster relief. These data also support government, commercial, industrial, civilian, military, and educational communities throughout the United States (U.S.) and worldwide. Consistent with U.S. law and government policy stated in both the Commercial Space Act of 1998 (Public Law 105-303), and the Land Remote Sensing Policy Act of 1992 (Public Law 102-555), the USGS partners with the National Aeronautics and Space Administration (NASA) in developing future Landsat capabilities. NASA develops the space segment (spacecraft and instruments) and provides the launch vehicle while the USGS develops the ground system and operates the mission after on-orbit commissioning. The Landsat Ground Segment currently supports mission operations for Landsat 8 and 9. The Landsat Ground Segment consists of the Ground System (GS) and its external interfaces including NASA institutional services. The GS includes the Landsat Multi-Satellite Operations Center (LMOC), the Ground Network (GN), and the Data Processing and Archive System (DPAS). External interfaces include NASA Near Space Network (NSN), Goddard Space Flight Center (GSFC) Conjunction Assessment and Risk Analysis (CARA) and its Flight Dynamics Facility, the USGS Earth Resources Observation and Science (EROS) Center Data Archive, along with other external interfaces. The LMOC is located at NASA GSFC in Greenbelt, MD. The primary functions of the LMOC include command and control, mission planning and scheduling, trending and analysis, flight dynamics, and physical/IT security for mission operations. The LMOC plans and schedules all flight operation resources and constellation contact activities with a global network of ground stations. The LMOC monitors and controls each observatory including maneuver planning/execution and conjunction monitoring/avoidance activities and provides a full suite of attitude and orbit determination capabilities within flight dynamics. The LMOC performs a reconciliation of images collected against those entered into the archive and has the capability to review the table of on-board planned acquisitions. The LMOC will handle all science, calibration, and observatory activity planning, including through generation and verification of stored command loads for each observatory. Data exchanged with the LMOC includes telemetry, command and control, plans and schedules, trending and analysis summaries, logs, and additional associated interaction. In addition to the LMOC, there is a backup LMOC (bLMOC) which has the same functionality as the LMOC. The bLMOC equipment is at the EROS Center near Sioux Falls, SD, and can be operated locally or from GSFC. The LMOC and bLMOC are operated by a Flight Operations Team (FOT). The FOT is responsible for Landsat 8 and Landsat 9 flight operations as well as the maintenance and sustainment of the LMOC and bLMOC equipment. In addition, the FOT has spacecraft subsystem subject matter experts in the areas of attitude control, propulsion, electrical, thermal, flight software, command and data handling, Radio Frequency (RF) communications, and instruments (Operational Land Imager (OLI) 1 & 2 and Thermal Infrared Sensor (TIRS) 1 & 2). RFI Purpose and Objectives The USGS is seeking information from companies who can responsively address the requirements for Landsat 8 and Landsat 9 Satellite Operations described below and in the attached Draft Statement of Work (SOW). This RFI is intended to identify potential sources and collect information about current industry capabilities and performance. The Government is seeking approaches that demonstrate a safe, reliable, and cost-effective solution. The scope of LSO includes: * Overall project management for LSO; * Landsat 8 and Landsat 9 flight systems operations and sustaining engineering; * Landsat 8 and Landsat 9 real-time operations; and * LMOC and bLMOC operations and sustaining engineering including subsystems software maintenance. Some of the LMOC software such as Galaxy, Mercury, STARS, CPAW, Meridian, FreeFlyer, is proprietary. Reference Materials Released with this RFI * Landsat 8 & Landsat 9 LMOC documentation: o Attachment A - Draft LSO SOW 12Nov2024 o Attachment B - Landsat 9 Ground System Operations Concept Document (GSOCD) o Attachment C � MOC Operations Concept Rev A � Redacted o Attachment D - LMOC Configuration Item Identification List (CIIL) Information Requested Responses from businesses of all sizes and socioeconomic status are encouraged. The government will review responses to this announcement to assist in determining the type of set aside, if any. Interested parties are requested to submit a written response which addresses the topics listed below. Please provide your response in accordance with the section titled Instructions for Respondents. 1. Organization information Organizational information should include, at a minimum: a. Name; b. Unique Entity Identification (UEI); c. Points of contact; d. Business size classification based on the applicable NAICS code, 541330, and all applicable socioeconomic categories. For example, large business, small business, Indian Small Business Economic Enterprise (ISBEE), HUBZone, Small Disadvantaged Business (SDB), etc.; and e. Information on any current multi-agency contracts, Governmentwide contracts, or any other procurement instrument that would apply to the scope of work described herein. 2. Capabilities A written description of your organization�s capability to provide the services described in the attached DRAFT SOW. 3. Experience Please provide a description of experience on contracts with similar requirements. Provide no more than three (3) examples of projects completed within the past five (5) years of the issue date of this announcement. Please include project title, location, general description of the services to demonstrate relevance to the DRAFT SOW, your company�s role, approximate dollar value of project, and name of the company, agency or government entity for which the work was performed. If submitting experience on a project in the role of a subcontractor, include the prime contractor's name and approximate percentage of the project your company contributed to the work relevant to the DRAFT SOW. Include experience working with subcontractors in fulfilling contract requirements, for example, maintenance of proprietary software. 4. Flight Operations Approach In response to the included Draft SOW, provide an approach for performing Landsat 8 and Landsat 9 flight operations and LMOC/bLMOC maintenance and sustainment with an objective of minimizing cost while maintaining mission health and safety. Note: The DRAFT SOW is included to assist respondents with understanding the scope of work. Respondents are not expected to respond to every item in the Draft SOW but should demonstrate their ability to accomplish the scope of work represented in the SOW. 5. Application of New Technologies The application of proven technologies, e.g. the application of Artificial Intelligence (AI) or Machine Learning (ML), in performing flight operations with the intent of reducing cost while maintaining safe satellite operations is of particular interest to the USGS. Please include a description of knowledge, capabilities, or experience in the use of new technologies, if any. 6. Contract Type and Incentives The Government is seeking feedback on the recommended contract type for the LSO scope of work that best supports the Governments objectives of quality, reliability, and cost efficiency. The Government is currently considering 1) a competition for an IDIQ contract, or 2) a GSA contract approach with a time and materials task order for on-orbit mission operations and sustainment. a. Provide feedback on this contract approach and provide recommendations regarding other LSO contract approaches to provide best value to the government. b. Indicate if your organization possesses a GSA contract vehicle and if so, which vehicle (MAS, OASIS, etc.) 7. Additional Recommendations Any additional recommendations or feedback is welcome including contract type, requirements, areas of potential cost or risk reduction, and technical details that may be beneficial to the Government. The Government has no plans to make significant changes to the existing architecture but is open to targeted recommendations that may result in cost or risk reduction. Instructions for Respondents Respondents may submit questions for clarification. The Government recommends submitting questions as soon as possible following the RFI announcement and by the due date of December 5th, 2024. The Government will apply best effort in responding to questions within 7 business days. Responses to questions not already addressed in this RFI or it�s attachments will be posted on the System for Award Management (SAM). Responses are limited to no more than 20 pages and should be submitted via email by December 23rd, 2024, at 12:00 PM Eastern to the point of contact listed below. The subject line of the submission should include the announcement number and ""RFI for USGS Landsat Mission Operations Center� and attachments should be in Microsoft Office or Adobe Acrobat compatible file formats. The information is requested for planning purposes only, subject to FAR Clause 52.215-3, entitled ""Solicitation for Information for Planning Purposes."" Only material suitable for internal government distribution shall be submitted. Any restricted information should be marked accordingly. The U.S. Government will protect all restricted information received from respondents, and distribution of any material will be based on a strict need-to-know basis. However, note that the submissions may be subject to review by experts outside of the civil service, including NASA, and USGS contractors, each of whom is bound to protect restricted data from unauthorized use or disclosure per their respective contracts. No classified material should be provided. Submittals identified as containing such material shall be destroyed and not considered further. Any export-controlled information shall be marked. The USGS shall not be restricted in, nor incur liability for, disclosure, use, and reproduction of any information provided which is or becomes publicly available other than by breach of the parameters above; or which is known to the USGS at the time of disclosure; or which becomes known to the USGS from an independent source without breach of any agreement to the contrary; or which has no restricted markings. This RFI is open to all types of organizations, including U.S. businesses, industry, universities, nonprofit organizations, federal centers, federally funded research and development centers, and other U. S. Government agencies. It is emphasized that this RFI is for planning and information purposes only and is NOT to be construed as a commitment by the Government to enter into a contractual agreement, nor will the Government pay for information solicited. If the U.S. Government decides to proceed with a new procurement or announcement, the USGS will synopsize its intent on SAM. Responses to this RFI are strictly voluntary and will not in any way affect a firm�s ability to submit a quote or offer, nor will it have any influence on the evaluation of any firm�s response to a future solicitation, should one be issued. The Government may hold further exchanges (either in person or virtually) with none, some, or all responders depending on the Government's needs. Following RFI responses, the Government may contact your organization for an opportunity for a one-on-one session and will coordinate accordingly. Please be sure the RFI response contains the correct contact information for this potential communication. Responses shall be sent via electronic mail to: Ty DeHart Contract Specialist tdehart@usgs.gov
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/bb2b62e4d27d4521ad27291c090ff52d/view)
- Record
- SN07269831-F 20241122/241120230109 (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 |