Accessibility Information

Users of assistive technologies such as screen readers should use the following link to activate Accessibility Mode before continuing: Learn more and Activate accessibility mode.

R--REQUEST FOR INFORMATION - Landsat Data Continuity Mission (LDCM) Ground Station Services

Solicitation Number: 08HQ25-NOSOLICITATION
Agency: Department of the Interior
Office: U. S. Geological Survey
Location: U. S. Geological Survey
  • Print

Note:

There have been modifications to this notice. You are currently viewing the original synopsis. To view the most recent modification/amendment, click here
:
08HQ25-NOSOLICITATION
:
Sources Sought
:
Added: May 02, 2008 5:02 pm
The Department of Interior (DOI), US Geological Survey (USGS), Earth Resources Observation and Science (EROS) Center, Sioux Falls, SD seeks information and capability statements for a "Satellite Ground Station Services for the Landsat Data Continuity Mission (LDCM)." USGS will not accept unsolicited proposals related to the subject of this announcement. Instructions regarding submission of capabilities statements are contained herein. Those interested parties that want to be qualified as a small business must certify their qualification under the North American Industry Classification System Code (NAICS) 57140 "Earth Stations for Satellite Communication Carriers" in their capability statement submission.

PURPOSE AND SCOPE: USGS EROS Center has is seeking information for X and S band capable satellite ground system services for the Landsat Data Continuity Mission (LDCM) Ground Network Element (GNE). The satellite ground station services will provide: 1) The space-to-ground interfaces for the S-Band Telemetry, Tracking, and Control (TT&C) to include reception, collection, and dissemination of telemetry and the transmission of spacecraft commands, simultaneously with 2) Reception, collection, and dissemination of X-Band data for the LDCM science mission. 3) Interface to Mission Operation Center (MOC) for reporting, status, TT&C, scheduling, and monitoring of the ground stations within the services provided, and 4) Interface to the Data Processing and Archive Segment (DPAS) at EROS for transmission of the LDCM science mission data. The requirement includes both data transmission and reception with the LDCM Observatory, and the network needed to return the mission data to EROS. More detailed description of the ground system requirements (including delivery schedule) can be found in http://www.usgs.gov/contracts/acq_opp/EROS_index.html. Current detailed technical information on the LDCM observatory and its space to ground interface can be found at http://ldcm.nasa.gov/library.html.

INFORMATION SOUGHT: Interested parties must submit (1) answers to the questions found in the file "LDCM Ground Station Services RFI Questions.doc" on the website http://www.usgs.gov/contracts/acq_opp/EROS_index.html and (2) a capability statement to the Contracting Officer specified for receipt. The answers to the questions should include delivery schedules and/or estimated time to install upgrades for new capabilities, and Rough Order of Magnitude (ROM) cost information. The ROM cost information should be based on two different levels of service: (1) 4-6 passes per day, and (2) 10-11 passes per day, and include pre-launch test support. Submissions should include information addressing specifications which drive cost or could lead to excess risk to the project, as well as alternatives (in deliveries, approaches etc.) that can reduce cost and risk without substantial impact to requirements. The ROM cost information will be used for market research purposes ONLY, and will not be used as part of the evaluation of the capabilities statement. The answers to the questions, and the capability statement shall not exceed 25 pages each (i.e., 25 pages for answers and 25 pages for capability statements) (on 8.5 X 11 size paper, single sided print in MS Word, with a font of 10 points or higher), any pages in excess of 25 will not be evaluated. The capability statements should include information pertaining to the following: (1) Technical Capabilities. A description of your organization's technical capabilities relevant to providing this service. Relevant technical capabilities include: (a) requirements analysis, (b) technical design and engineering analysis, (c) expertise in physical antenna systems, data collection and reception equipment (S-band and X-band), and ground station automation; (2) Past Performance. A description of your organization's specific past experience in providing similar services, including (1) specific references (including project identifier/contract number and description, period of performance, contract value, client name, and current telephone number) for work of this nature that your personnel or organization is currently performing or has completed within the last three (3) years. Include a description of the project, project title, contract number, period of performance, contract amount, client identification including agency or company name, contracting and technical reviewing official, address, and telephone number. If you believe the Government will find derogatory information as a result of checking your past performance record, please provide an explanation and any remedial action taken by your company to address the problem; and (3) Other Information. Any additional information that would be useful to the Government in determining your capability to successfully provide this service.

Questions regarding this announcement shall be submitted via email to lmccarthy@usgs.gov no later than 2:00 p.m. Eastern Time on Wednesday, May 14, 2008. Please include with your questions your full name, reference number 08HQ25-NoSolicitation and title "Satellite Ground Station Services for the Landsat Data Continuity Mission (LDCM)" your organization's name, complete address, phone number and email address. Questions will not be accepted after submission of capability statements.

RESPONSES DUE DATE: Capability statements and ROM information are due no later than 2:00 p.m. Eastern Time, on June 2, 2008. These may be emailed to Lynda McCarthy, Contracting Officer, at lmccarthy@usgs.gov. Please be advised that it is the vendor's responsibility to assure the Government receives their submission on or before the specified due date at the specified email address.

DISCLAIMER: This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with Federal Acquisition Regulation (FAR)15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Respondents needing confidential treatment for any proprietary information they furnish must comply with the USGS's confidential treatment regulations, 17 C.F.R. 200.83 (Confidential treatment procedures under the Freedom of Information Act). Responses to this RFI will not be returned. Respondents will not be notified of the result of the review.
:
U S GEOLOGICAL SURVEY, APS ACQUISITION BRANCH, MS 20512201 SUNRISE VALLEY DRIVE RESTON VA 20192
:
U.S. Geological SurveyEROS Data Center47914 52nd StreetSioux Falls, SD 57198-0001
571980001
USA
: