Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 22, 2004 FBO #1061
SOURCES SOUGHT

B -- Integrated Survey Program (ISP) legacy Mission Familiarization Software (MFS)

Notice Date
10/20/2004
 
Notice Type
Sources Sought
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, FL, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
Reference-Number-H92222-05-ISPMFS-01
 
Response Due
11/15/2004
 
Description
DESC: US Special Operations Command (USSOCOM) located at MacDill Air Force Base, Florida is searching for companies with the capabilities to provide government-off- the-shelf (GOTS)/commercial-of-the-shelf (COTS)/non-developmental software (NDS) or near NDS as a replacement for the Integrated Survey Program (ISP) legacy Mission Familiarization Software (MFS). The ISP survey functions encompass software, still and video cameras, measurement equipment integrated with laptop computers that supports and facilitates automation of data survey processes. The ISP production function is comprised of workstations and servers with software that efficiently process raw and processed survey data into a suitable format for dissemination and visualization. The final ISP product consists of software applications that provide a product visualization capability while in garrison or deployed. The software must provide the: i. Capability to automatically use/modify/append surveyed data sets from precious surveys. ii. Ability to extract geometry from COTS automated architectural drawing files retrieved from external sources. iii. Capability of users to create/modify COTS automated architectural drawing files of maritime and ground survey sites including structures, ships, surrounding areas, ports and harbors, airfields, and selected survey sites. iv. Incorporate imagery products received from National Geospatial Agency, national imagery, and other image products. v. Collectors with the ability to view data/products in their visualization form to facilitate product QC from multiple computers simultaneously. vi. Incorporate high-definition video with a resolution that parallels the best commercially available technology. The software will not hinder the ability to incorporate new/update cameras and associated drivers. vii. Incorporate high-definition photography with a resolution that parallels the best commercially available technology. The software will not hinder the ability to incorporate new/update cameras and associated drivers. viii. Software will have the ability to print and/or batch print selected portions of the survey data set at any time during the collection, production, and publication phases. ix. Allow the surveyors the flexibility to determine their survey tasks to meet site/structure layouts and requirements. The system should not pre-define the survey tasks in order to accomplish site surveys. x. Provide the consumer access to products displayed on a single workstation, without the necessity of multiple, special purpose terminals and equipment. xi. Provide operators and intelligence personnel the capability to access detailed survey products simultaneously at multiple workstations. xii. Consumers will have the capability to extract, produce, annotate, and print all or part of a product, and print a frame of video while deploying or deployed. xiii. Software must provide the capability to backup data during all phases, ie collection, production, and final product disseminated. The government would like demonstrations of the software to determine if the software meets, exceeds or can be modified to meet the stated requirements. These demonstrations would be at no cost to the Government. . Responses are requested of those suppliers who can provide the software for test and demonstration purposes on or about 01 December 2004. Responses to this synopsis is required on or before 15 November 2004, and must include a product description with performance parameters and a statement regarding current availability, summary of prior testing, test reports, summary of logistic and maintenance requirements . Please provide name of firm, address, POC, phone/fax number, and email address via email to kominsr@socom.mil for scheduling of the demonstration of the software. Submit documentation discussed above to USSOCOM/SOAL/IIS-PMI, ATTN: SOAL (Robert Kominsky), 5850 W. Cypress Street, Tampa, FL 33607 or email kominsr@socom.mil. This synopsis does not constitute an Invitation for Bid or Request for Proposals, and is not to be construed as a commitment by the government to issue an order or otherwise pay for the information solicited. No further information is available from the contracting office. Original Point of Contact Dorothy Lewis, Contracting Officer, Phone 813-828-6526, Fax 813-828-7504, Email lewisd@socom.mil
 
Record
SN00696951-W 20041022/041020212242 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.