The RFP Database
New business relationships start here

Installation and Maintenance/Repair of Continuously Operating Reference Stations (CORS)


Virginia, United States
Government : Federal
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

In preparation for an upcoming procurement, the National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk, VA, on behalf of the National Geodetic Survey (NGS) is conducting market research to determine potential sources to provide all management, labor, equipment, materials, and related items and services necessary to repair existing and to install new Continuous Operating Reference Stations (CORS) that are owned and operated by the NGS.

This is not a solicitation or request for technical or cost proposals. This is a SOURCES SOUGHT NOTICE for a planned commercial acquisition. The Government does not intend to award a contract on the basis of this Notice or to reimburse costs incurred by responders in providing the information requested herein. The applicable North American Classification System (NAICS) code is 541990, All Other Professional, Scientific and Technical Services. The small business size standard for this NAICS is $15,000,000.00. All types of business concerns, both large and small, are encouraged to submit a brief typed Capability Statement in response to this sources sought notice, demonstrating your business' capability to provide the specified services detailed herein.


CORS SERVICES OVERVIEW AND REQUIREMENTS


A CORS consists of a Global Navigation Satellite System (GNSS) antenna that is directly coupled to the ground via a monument, and this antenna is connected via cable to a receiver that collects the observed signals. The receiver, in turn, is connected to a power source and telecommunications device.


NGS currently owns and operates ~45 CORS. These stations are located within the United States and its territories, plus one station in each of the following countries: Brazil, Barbados and Bermuda. NGS anticipates the need to expand this network by between 2 -5 stations a year adding up to a total of about 20 new CORS. NGS is seeking to contract for services associated with repairing existing stations and installing new stations. The bulk of the new stations will be located in the United States and its territories. Less than 5 may be located in neighboring countries around North and Central America. Most of the new stations need to be built to significantly exceed the standard of many of NGS current monuments, as they will form the core of a new network of stations (Foundation CORS Network) to directly support the most fundamental level of the National Spatial Reference System (NSRS), namely NGS's contribution toward the International Terrestrial Reference Frame (ITRF).


Performance locations vary. Travel will be required to accomplish the installations. Travel will generally not be required to perform maintenance and repair of the existing stations; however, may be required on occasion if directed by the Government.


The Statement of Work (SOW) is included for reference and to provide additional details of this upcoming requirement.


Vendors are required to only address the items specifically identified below as part of their Capability Statement.


Standard brochures will not be considered a sufficient response to this notice. Submitted Capability Statements shall include the following:


(1) Company name and address
(2) DUNS number
(3) Type of business (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business) as validated via the System for Award Management (SAM)
(4) Company point of contact - name, phone, and e-mail address
(5) Demonstration of the capabilities possessed for meeting the requirements of the draft SOW, including:
(a) Knowledge of and experience with designing, installing and maintaining CORS installations, with specific emphasis on:
(1) Troubleshooting and configuring antennas, receivers, associated
telecommunication devices, and power supply and inline protection from power
surges/lightning protection needed to successfully retrieve GNSS data from the
devices listed in draft SOW section titled "Repair of Existing Stations" and
"Install of New Stations"; and,
(2) Operating a Directional Drill Rig to approximately 10 to 20 meters; and,
(3) Successful installation of a minimum of ten (10) each of the different type of
monuments specified in the draft SOW; and,
(4) Any other information that demonstrates experience/capability to provide the
services described in the draft SOW.
(b) Experience performing work of the same or similar scope, magnitude, and complexity as described in the draft SOW.
(c) Discussion of how the responder would successfully provide the service requested in order to meet the Government's need.


Any information that the vendor considers proprietary should be clearly marked as such.


Responses to this sources sought should be submitted via email to Michelle Blake at michelle.blake@noaa.gov no later than 3:00 pm ET on February 28, 2017.


 


MICHELLE M BLAKE, Contract Specialist, Phone 757-441-3870, Email MICHELLE.BLAKE@NOAA.GOV

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP