The RFP Database
New business relationships start here

Essential and complete space situational awareness


Maryland, United States
Government : Military
RFQ
Go to the link
This document has expired, therefore the above link may no longer work.

The Department of Commerce/National Oceanic and Atmospheric Administration/National Environmental Satellite Data and Information Service (DOC/NOAA/NESDIS), intends to award a Purchase Order pursuant to Simplified Acquisition Procedures under the authority of FAR Pat 13. The requirement is for essential and complete space situational awareness; the MOD Engineering Branch refers to several sources including the Joint Space Operations Center (JSPOC) of the U.S. Air Force and web-based Space Data Association services.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6., as supplemented with additional information included in this notice, and it being conducted pursuant to Acquisition Circular 2005-99 effective June 15, 2018 Part Subpart 12.6 and FAR Part 13. The Request for Quote (RFQ) number is 1333MD18QNEEB0028.


The acquisition is being sought as a Small Business set aside for this requirement. The intended procurement will be classified under North American Industry Classification System (NAICS) 541715 - Size Standard 1,000 employees.


THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.


1. Introduction/Background
The office of National Environmental Satellite, Data, and Information Service (NESDIS), Office of Satellite and Product Operations (OSPO), Mission Operation Division (MOD) is responsible for the management and operations of the Satellite Operation Control Center (SOCC) and the Environmental Satellite Product Center (ESPC). The SOCC manages and directs the operation of NOAA's satellites and the acquisition of remotely sensed data. The Office has operational responsibility for the Satellite Operations Control Center (SOCC) at Suitland, MD and Command and Data Acquisition (CDA) facilities at Wallops, VA and Fairbanks, AK to command and control the satellites, to track the satellites, and to acquire their data.
"Space situational awareness" is required to reduce the risk of National Oceanic and Atmospheric Administration (NOAA) assets colliding with other spacecraft or orbital debris. Space situational awareness is accomplished by accurately determining and predicting the locations of all of the NOAA assets in space and working with other institutions and agencies to compare these predictions with the locations of other nearby objects. When a close approach is identified and confirmed, appropriate action must be taken by one of the two objects in conflict in order to prevent a collision. Satellite or payload failure due to a collision would have profound impact on domestic and international commerce, possibly threatening lives and property from gaps in critical meteorological data and products.


For complete, essential space situational awareness, the MOD Engineering Branch refers to several sources including the Joint Space Operations Center (JSpOC) of the U.S. Air Force and web-based Space Data Association (SDA) services. The Web-based Space Situational Awareness (WSSA) services sought in this procurement enhances Engineering ability to conduct conjunction analysis in several ways: (1) Suitability for analysis of Low-Earth Orbiting (LEO) spacecraft events - in contrast, SDA services are more favorable for geostationary satellites; (2) Numerous graphical tools for analysis visualization; (3) Realistic covariance determination allows for greater resolution of risk assessment by providing probabilities of events based on positional uncertainties; (4) Recommendations for design of collision-avoidance maneuvers. Given the growing numbers of geostationary, low-earth orbiting satellites and space debris, the enhanced capabilities realized by subscription to WSSA services is considered an effective return on investment in protection of this critical meteorological infrastructure.


2. Scope of Work


This procurement purchases a one-year subscription a Web-based Space Situational Awareness set of conjunction assessment tools and services. Product specifications are provided in Item 3, below.


3. Product Specifications:


One-year subscription to a Web-based Space Situational Awareness Solution, including
•    Automated Maneuver Planning
•    Course of Action Matrix
•    Data Processing Status Bar
•    On-demand plotting
•    Automated Notification Service, including text reporting. Reports will be delivered either through email with attachments, or through download to the client workstation.
•    Telephone and/or web-based technical support


The Web-Based Space Situational Awareness Solution subscription will apply to the following NOAA satellites,
•    GOES13
•    GOES14
•    GOES15
•    GOES16
•    GOES17
•    NOAA15
•    NOAA18
•    NOAA19
•    S-NPP
•    JPSS 1
•    DMSP F14
•    DMSP F15
•    DMSP F16
•    DMSP F17
•    DMSP F18
•    DMSP F19


4. Requested Delivery/Period of Performance


Period of Performance: August 1, 2018 - July 31, 2019


5. Security Requirements, if any


Products and services for exchange, refurbishing, or recycling of hardware must comply with NOAA IT Security Manual (ITSM) media sanitization requirements (MP-6) and NIST SP 800-88 Revision 1. Pre-configured hardware must comply with FAR 39.101(c) regulations for adherence to the NIST SP 800-70 Rev. 3 common security configuration checklist program (https://nvd.nist.gov/ncp/repository). New hardware must comply with FAR 4.1302 and FIPS PUB 201 [in accordance with Homeland Security Presidential Directive (HSPD-12)]. In addition, new hardware shall be capable of implementing Internet Protocol Version 6 (IPv6) requirements as required by FAR part 11.002 requirements which state that unless the agency Chief Information Officer waives the requirement, when acquiring information technology using Internet Protocol, the requirements documents must include reference to the appropriate technical capabilities defined in the USGv6 Profile (NIST Special Publication (SP) 500-267; replaced by NIST SP 800-119 in Dec 2010) and the corresponding declarations of conformance defined in the USGv6 Test Program. To meet this requirement, each DOC acquisition of IP protocol technology must express requirements for IPv6 capabilities in terms of the USGv6 Profile (i.e., using the USGV6 Capabilities Check List) and vendors must be required to document their product's support of the requested capabilities through the USGv6 test program (https://www-x.antd.nist.gov/usgv6/) using the USGv6 Suppliers Declaration of Conformity.
Commerce Acquisition Regulation (CAR) clauses:
CAR 1352.201-70 Contracting Officer's Authority (APR 2010)
CAR 1352.209-73 Compliance with the Laws (APR 2010)
CAR 1352.209-74 Organizational Conflict of Interest (APR 2010)
CAR 1352.239-70 Software License Addendum
CAR 1352.233-70 Agency Protests (APR 2010) {Fill-in paragraph "b": Department of Commerce, NOAA, NESDIS, Field Delegate 1335 East West Highway, room 8472, silver Spring, MD 20910; fill-in paragraph "c": U.S Department of Commerce, Senior Procurement Executive, 1401 Constitution Avenue NW Suite 6422, Washington DC 20230}
The following FAR clause is provided in full text:
FAR clause 52.212-2, EVALUATION--COMMERCIAL ITEMS (OCT 2014)


(a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) The offerors capability to successfully perform the contract


TECHNICAL EVALUATION CRITERIA


The Government will evaluate the proposed space situational awareness products and services based on availability of representative features described below. The features should not be considered to be product/service requirements. Since OSPO is a 24x7 operation, provisions that enhance 24x7 product/service availability are considered favorably. Ultimately, the Government will make a subjective best-value decision based on the presence, or absence, of features and their value to mission operations, against the proposed price.
Conjunction Analysis Features


Data Content
•    Data products such as Conjunction Data Messages (CDMs), Orbital Conjunction Messages (OCMs) , Vector Summary Messages (VCMs), Summary Sheets, and Tracking Data Files can be parsed and placed it into a database that is browse-able and remotely accessible by the user
•    Satellite Owner/Operator (O/O) data consisting of predictive state and covariance information and other ancillary files ingested alongside JSpOC data products
Operational Collision Risk Management/Prediction Features
•    Avoidance maneuver planning tool that calculates the collision probability for a trade space of delta-v times and magnitudes.
•    Close approach predictions for a single primary trajectory with multiple secondary trajectories. Provide miss distance and collision probability for each close approach.
•    Provide capability to compare different maneuver trajectories against the rest of the catalog, allowing the user to refine the maneuver as necessary.
•    Simulate a close approach event and generate simulated JSpOC orbital products for use in Collision Avoidance Mitigation exercises.
•    Computations for multiple users can be executed simultaneously.
•    Generate simulated observations for user-selectable ground and space-based sensors that includes, but is not limited to, user-specified track times, track duration, and collection frequency, as well as including measurement noise for each parameter.
•    Simulated parameters should include but are not limited to: Range & Range-Rate, Right Ascension and Declination, Azimuth and Elevation, and Angle rates.
•    Basic Orbit Estimation Capability - Natively accessible Orbit Estimation method using appropriate algorithms.

•    Ability to process measurement types such as Range and Angles, Angles-only, and Range and Range-rate
•    Space Object Coverage - Determine when a space-based asset can track another resident space object.
•    Identify Resident Space Object (RSO) collection opportunities for one or more space- based sensors.
•    Filter collection opportunities by orbital parameters or specific RSOs, selectable by the user.
•    Observation Simulation - Generate simulated tracking data for a given orbit.
•    Observation Association of Objects - Probabilistically determine if a set of observations correlates with a known space object.
•    Output a list of cataloged objects and the probability that they associate with a given set of observations.
•    Should utilize state & covariance data as well as observation data & uncertainty data.
•    Satellite Catalog Simulation - Simulation of the entire space object catalog given a user specified size and distribution.
•    User customizable for any given scenario based on the size of the catalog (number of objects) and/or distribution of catalog (percentage of objects in each orbital regime).
Statistical Features


•    Perform a simulation of a conjunction event that provides the collision probability for a given number of trials for single or multiple collision events. Collision probability forecasting can be conducted to forecast how the collision probability will evolve.
•    Product should include techniques to classify the accuracy of space-based measurements and characterization of errors to determine the position accuracy that can be achieved with space-based measurements. Errors should include, but are not limited to, errors in the position of the spacecraft, errors in the attitude of the spacecraft, errors in the boresight pointing of the sensor, streak-end-point position uncertainty, and any other applicable errors.
•    Achievable accuracies should be independently evaluated and verified, with the results and tools/techniques accessible to the Government/Contract Manager.
Graphics
•    Present the collection opportunities in a either a chart and/or a text report, selectable by the user.
•    Event Trending plots of conjunction event data to demonstrate how a conjunction event evolves over time.
•    Charts with roll-ups of the current collision risk status for every conjunction event, daily and on demand.
Reporting
•    Report status of each active conjunction event along with event details and graphs
•    Reported parameters may include: contact times, Vehicle Viewing Angles (VVAs), sun- sensor-RSO angle, contact times with multiple simultaneous observers, and number of secondary RSOs in view when viewing a specific RSO.
•    User-configurable output can include state and covariance, along with the time history of those parameters.
•    User-configurable notifications can be sent alerting the user(s) when new JSpOC and/or O/O data is uploaded and available to the database/website.
•    Recommended User Course of Action reports
•    Capability for database storage and archiving of data analysis produced, or provision for the user to download any analyses or reports generated.
•    Execute automated data management and report management processes without interaction by an analyst, configurable for content, time span and frequency.


Contingency Features
•    24x7 Management/Help Desk or after-hours points of contact to assist with problems and/or troubleshooting of provided capabilities.
•    System availability 24/7 with sufficient backup capability to ensure at least 99.95% availability, no loss of already processed data in the event of failures, and instant/automatic failover to redundant systems.
(2) Price.
(b) "Options." The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s).
(c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award.
(End of Provision)
The following FAR Provisions and Clauses are incorporated by reference:
52.212-1, Instructions to Offerors (OCT 2015)
52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016)
52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2015)
52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAR 2018) applies to this
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
(2) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015).
(3) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553).
(4) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)(Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).


In addition the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition:


acquisition and the following additional FAR clauses cited in the clause at paragraph (b) are applicable to this acquisition:
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (NOV 2015)
52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (OCT 2015)
52.219-6, Notice of Total Small Business Set Aside, (NOV 2011)
52.219-28, Post Award Small Business Program Representation (JUL 2013)
52.222-3, Convict Labor, (JUN 2003)
52.222-19, Child Labor--Cooperation with Authorities and Remedies (FEB 2016)
52.222-21, Prohibition of Segregated Facilities, (APR 2015)
52.222-26, Equal Opportunity, (APR 2015)
52.222-36, Equal Opportunity for Workers with Disabilities (JUL 2014)
52.222-50, Combating Trafficking in Persons (MAR 2015)
52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011)
52.225-1, Buy American Act -- Supplies, (MAY 2014)
52.225-3, Buy American Act - Free Trade Agreements - Israeli Trade Act (MAY 2014)
52.225-13, Restrictions on Certain Foreign Purchases, (JUN 2008)
52.232-33, Payment by Electronic Funds Transfer - System for Award Management, (JUL 2013)
52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004)
52.239-1, Privacy or Security Safeguards (AUG 1996)
52.232-39, Unenforceability of Unauthorized obligations (JUN 2013)
52.232-40, Providing Accelerated Payments to Small Business Subcontractors (DEC 2013)
In order to comply with the Debt Collection Improvement Act of 1996, ALL Vendors must be registered in the System for Award Management (SAM) to be considered for an award of a Federal contract. For information regarding registration in SAM, contact the SAM website at www.sam.gov. Additionally, each offeror must obtain, and provide with the quote, their nine-digit Dun and Bradstreet (DUNS) number.


All questions pertaining to this RFQ must be submitted in writing to Joel.L.Perlroth@noaa.gov. (E-mail only) by 1:00 P.M. EST on June 25, 2018. All responsible sources may submit a quotation which shall be considered by the agency. Quotes must be submitted via electronic means (e-mail) by 1:00 P.M. EST on July 2, 2018; any award resulting from this RFQ will be made based on meeting technical specifications, delivery date, and price. Quotes must be submitted electronically via e-mail to Joel.L.Perlroth@noaa.gov


The anticipated award date is on or about July 14, 2018. Contractors are encouraged to register with the FedBizOpps Vendor Notification Service as well as the Interested Vendors List for this acquisition (see applicable tab within FedBizOpps where this synopsis/solicitation is posted). Potential offerors may direct all inquiries pertaining to the solicitation in writing to Joel.L.Perlroth@noaa.gov. Telephonic requests will not be honored.


Joel L. Perlroth, Contracting Officer, Phone (301) 713-9204, Fax (301) 713-9219, Email joel.l.perlroth@noaa.gov

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP