Notice of Intent to Sole Source: Maximum Value (Ceiling) Increase of Contract 1332KP-23-D-NAAA0003, Geostationary Ground Sustainment Services (GGSS)
ID: GEO-GS-JOFOC-2024Type: Special Notice
Overview

Buyer

COMMERCE, DEPARTMENT OFNATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATIONDEPT OF COMMERCE NOAASILVER SPRING, MD, 20910, USA

NAICS

Custom Computer Programming Services (541511)
Timeline
  1. 1
    Posted Sep 3, 2024, 12:00 AM UTC
  2. 2
    Updated Sep 3, 2024, 12:00 AM UTC
  3. 3
    Due Sep 18, 2024, 9:00 PM UTC
Description

The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to award a sole-source contract modification to increase the maximum value of the existing Indefinite Delivery, Indefinite Quantity (IDIQ) contract 1332KP-23-D-NAAA0003 for Geostationary Ground Sustainment Services (GGSS). This modification will raise the contract ceiling from $275,169,157 by an additional $270,727,196, resulting in a new maximum value of $545,896,353, as the incumbent contractor, L3Harris Technologies, Inc., is uniquely qualified to provide the specialized sustainment services required for the complex and interdependent components of the GEO Ground System. The sustainment of this system is critical for ensuring the reliability and safety of satellite operations, which involve extensive custom software and hardware configurations. Interested parties may express their interest and technical capabilities to the primary contact, Gerald Robertson, at gerald.robertson@noaa.gov, or the secondary contact, Tamalia Adams, at tamalia.adams@noaa.gov, by the specified deadline, although the government will not be responsible for any costs incurred in responding to this notice.

Files
No associated files provided.
Similar Opportunities
Request for Information (RFI): NESDIS Consolidated Antenna and Ground Systems Services (NCAGSS)
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is conducting a Request for Information (RFI) to gather insights on Consolidated Antenna and Ground Systems Services (NCAGSS). The objective is to assess the marketplace's capabilities in providing sustainment and maintenance services for legacy antenna systems, developing new capabilities in various orbital domains, and supporting Antenna-as-a-Service (NAaaS) initiatives. This initiative is crucial for NOAA's mission to deliver timely access to global environmental data, enhancing the efficiency and reliability of satellite operations. Interested vendors are encouraged to submit their responses by May 5, 2025, and can direct inquiries to Jame Chang at jame.chang@noaa.gov or Kortney Carter at Kortney.Carter@noaa.gov.
Notice of Intent to Single Source to Elemental Scientific, Inc
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Elemental Scientific, Inc. for the annual preventative maintenance and emergency repairs of the ESI PrepFAST IC Automated Speciation System used at the National Seafood Inspection Laboratory (NSIL) in Pascagoula, MS. This specialized equipment is crucial for the laboratory's role in detecting and confirming metals contamination in seafood, aligning with FDA standards for food safety. The estimated contract value is $88,725 over three years, and interested parties may submit a Capability Statement by 5:00 PM EST on December 26, 2024, to the Contracting Officer, Suzanne Johnston, at Suzanne.Johnston@noaa.gov.
Space Situational Awareness (SSA) and Space Traffic Coordination (STC) technical and operational data and services
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), is seeking industry input through a Request for Information (RFI) regarding potential support for Space Situational Awareness (SSA) and Space Traffic Coordination (STC) services. The objective is to gather insights on industry capabilities to inform the development of a Blanket Purchase Agreement (BPA) or indefinite delivery/indefinite quantity (IDIQ) contract that will enhance the government's ability to manage space traffic and ensure safety in space operations. This initiative is aligned with the 2018 Space Policy Directive-3, which mandates the development of a civil space traffic coordination system, TraCSS, to improve conjunction assessments and space weather analysis for satellite operators. Interested parties are encouraged to submit their capability statements, past performance, and socio-economic status by May 6, 2025, to David Marks at david.marks@noaa.gov.
NORTEK AQUADOPP PROFILER FOR NOAA CENTER FOR OPERATIONAL OCEANOGRAPHIC PRODUCTS AND SERVICES (CO-OPS) OFFICE
Buyer not available
The Department of Commerce, specifically the National Oceanic and Atmospheric Administration (NOAA), intends to negotiate a sole-source contract with Nortek USA Inc. for the procurement of Nortek Aquadopp Profilers to support high-latitude oceanographic sensor deployments as part of the Department of Defense’s Arctic Edge 2025 exercise near Anchorage, Alaska. The Aquadopp Profiler 2 Z-Cell 600 kHz is uniquely suited for this mission due to its zero-blank distance capability, which allows for accurate current measurements in challenging Arctic environments, and its compatibility with existing NOAA operational infrastructure. Interested parties who believe they can meet the government's requirements may submit documentation to the primary contact, Michelle Walton, at michelle.walton@noaa.gov within 15 days of this notice, as no competitive proposals will be accepted.
B--US Geological Survey (USGS) Landsat Next Mission Operations Center (MOC) Inform
Buyer not available
The U.S. Geological Survey (USGS) is seeking qualified contractors to support the Landsat Next Mission Operations Center (MOC) through a Special Notice procurement. The primary objective is to ensure effective management of the Landsat satellite operations, which includes telemetry and command, orbit dynamics, data processing, and archive management, all critical for monitoring Earth's surface changes. This initiative is vital for maintaining a robust observational system that aligns with federal interests in environmental monitoring and data acquisition. Interested parties can contact Christopher Kuhn at ckuhn@usgs.gov or by phone at 703-648-7378 for further details regarding this opportunity.
Notice of Intent STK Premium (Space)
Buyer not available
The Department of Defense, specifically the Mission and Installation Contracting Command at Fort Eisenhower, Georgia, intends to negotiate a sole-source contract with Ansys Government Initiatives (AGI) for the procurement of STK Premium (Space) software. This software is critical for modifying satellite mission requirements, designing trajectories, conducting space operations, and integrating real-time data from orbiting constellations, thereby enhancing multidomain operational planning for space, air, and terrestrial assets. The government plans to execute this non-competitive award under Simplified Acquisition Procedures, with a deadline for interested parties to submit evidence of competitive advantage by April 29, 2025. For further inquiries, interested parties may contact Keosha Moss at keosha.j.moss.civ@army.mil.
NWS Pacific Region HOGEN Supplies
Buyer not available
The National Oceanic and Atmospheric Administration (NOAA) intends to negotiate a sole source contract with Proton Energy Systems, Inc. for the procurement of spare parts and supplies for their Hydrogen Gas Generator (HOGEN) network, specifically for delivery to Honolulu, HI. This procurement is essential for maintaining the functionality and safety of the existing hydrogen generators used by the National Weather Service (NWS) Pacific Region, as only Proton Energy Systems manufactures the compatible parts required for these systems. Interested firms that believe they can meet the government's requirements may submit documentation to the primary contact, Stephanie Mas, at STEPHANIE.MAS@NOAA.GOV within 15 days of this notice, although no solicitation package is available, and the delivery is expected within 280 days from the award date.
NESDIS Architectural and Engineering IDIQ
Buyer not available
The Department of Commerce's National Oceanic and Atmospheric Administration (NOAA) is seeking qualified architect-engineer firms to provide Indefinite-Delivery, Indefinite-Quantity (IDIQ) services for the National Environmental Satellite Data and Information Service (NESDIS). The contract will encompass a range of services including project management, facility programming, design services, and construction oversight for various NESDIS facilities primarily located in the Washington DC metro area and Fairbanks, Alaska. This initiative is crucial for enhancing the operational capabilities of NESDIS, which plays a vital role in environmental data and satellite operations. Interested firms must submit their qualifications electronically by May 16, 2025, with a total submission limit of 80 pages, and should be registered in the System for Award Management (SAM) to be eligible for award. The estimated budget for this requirement is between $5 million and $10 million.
Notice of Intent to Sole Source Geophones for the ERDC GSL
Buyer not available
The Department of Defense, specifically the U.S. Army Corps of Engineers Research and Development Center (ERDC), intends to issue a sole source contract to Geospace Technologies Corporation for the procurement of geophones and related equipment. The requirement includes three GS-ONE, 10 HZ geophones, 24 channel seismic cables, one Geospace Connectorless Recorder, and 24 months of technical phone support, all of which must meet specific frequency response specifications to align with existing in-house equipment. This procurement is critical for ensuring the consistency and reliability of geophysical data collection, as Geospace Technologies is the sole manufacturer and supplier of these geophones in North America. Interested vendors may submit capability statements or proposals to Tam Coronel at Tam.M.Coronel@usace.army.mil and David Ammerman at David.G.Ammerman@usace.army.mil by 1:00 PM CST on May 2, 2025, although this notice is not a request for competitive quotes or proposals.
Notice of Intent to Sole Source to L3Harris Technologies, Inc. for Space Hub Integrated End Cryptographic Unit (ECU) Leading Edge Development (SHIELD)
Buyer not available
The Department of Defense, specifically the Space Systems Command, intends to award a sole source contract to L3Harris Technologies, Inc. for the development of the Space Hub Integrated End Cryptographic Unit Leading Edge Development (SHIELD) program. This contract will focus on the design, testing, and delivery of End Cryptographic Units (ECUs) for the Protected Tactical Satellite Communication (SATCOM) systems, which are critical for secure military communications. The decision to limit competition to L3Harris is based on market research indicating that alternative sources would lead to significant cost duplication and delays in meeting the agency's requirements. Interested parties may submit capability statements to the agency, with the contract expected to be awarded in September 2025. For further inquiries, contact Bryan Boardway at bryan.boardway@spaceforce.mil or 310-653-2431.