SPECIAL NOTICE
B -- SOLE SOURCE NOTICE FOR HYPERSPECTRAL DATA COLLECTION SUPPORTTO SPECTIR, LLC
- Notice Date
- 9/5/2007
- Notice Type
- Special Notice
- NAICS
- 541360
— Geophysical Surveying and Mapping Services
- Contracting Office
- Department of the Air Force, Air Force Space Command, 21CONS (Bldg 350), Specialized Flight-IT, O&M, Tech Serv, IT Resources 135 E ENT Ave STE 1055, Peterson AFB, CO, 80914-1385, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- FA2517-07-T-6066
- Response Due
- 9/11/2007
- Archive Date
- 9/26/2007
- Small Business Set-Aside
- Service-Disabled Veteran-Owned
- Description
- This is Sole Source Notice for Data Collection for which the Government intends to solicit and negotiate with only one source (Spectral Technology & Innovative Research Corp) SpecTIR is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This solicitation, FA2517-07-T-6066, is being issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-18. This Solicitation is IAW the authority of the Small Business Act (15 U.S.C. 631 et seq) SEC. 36. PROCUREMENT PROGRAM FOR SMALL BUSINESS CONCERNS OWNED AND CONTROLLED BY SERVICE-DISABLED VETERANS a) SOLE SOURCE CONTRACTS- In accordance with this section, a contracting officer may award a sole source contract to any small business concern owned and controlled by service-disabled veterans if--(1) such concern is determined to be a responsible contractor with respect to performance of such contract opportunity and the contracting officer does not have a reasonable expectation that 2 or more small business concerns owned and controlled by service-disabled veterans will submit offers for the contracting opportunity. Interested persons may identify their interest and capability to respond to the requirement. This solicitation is restricted to SERVICE-DISABLED VETERANS SMALL BUSINESSES (SDVOSB). The following provisions and clauses apply to this acquisition: The provision at FAR 52.212-1, Instructions to Offerors--Commercial Items. FAR 52.212-2 (a) (i) (ii) Quotes will be evaluated and awarded to the offeror lowest price. The provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items. The clause at FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders--Commercial Items. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; FAR 52.222-36, Affirmative Action for Handicapped Workers; FAR 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. The clause at FAR 52.224-1, Privacy Act Notification and FAR 52.224-2, Privacy Act; FAR 52.232-33, Payment by Electronic Funds-Central Contractor Registration. The clause at DFARS; DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statues or Executive Orders; DFARS 252.225- 7001, Buy American Act and Balance of Payment Program and Ombudsman (AFFARS clause 5352.201-9101 as prescribed 5301.9103). . The offeror also must have completed the Online Representations and Certifications Application (ORCA) which is the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items (May 2004). The website address is https://orca.bpn.gov/. The offeror must be registered in Wide Area Workflow. The website address is https://wawf.eb.mil/ and will be verified prior to consideration of quote and award of contract. Provide your DUNS, Cage Code, tax ID, terms and conditions with quote. Please direct any questions regarding this solicitation to Steve Butler at (719) 556-8763 or steven.butler@peterson.af.mil. All quotes must be sent to Steve Butler at e-mail steven.butler@peterson.af.mil. Quotes are required to be received no later than 4:00PM MST, Tuesday, 11 Sep 2007. Please read STATEMENT OF WORK (SOW) listed below: STATEMENT OF WORK (SOW) Hyperspectral Data Collection Support 1. Objectives: The contractor shall provide hyspectral data collection and data processing, as directed by the Technical Director, NorthCom as specified below: a. The contractor shall provide hyperspectral data collection over Mendicino National Forest in concert with the contracted Northcom and Law Enforcement Agency (LEA) ground teams. Support shall include: mission planning over general and specific areas of interest; specific spectral and spatial sensor parameters; data processing and data delivery not to exceed 5 days from date of collect. The Contractor shall coordinate the collection planning and activities to support Northcom personnel. b. Mission Planning: A mission planning document depicting area of operations and planned flight lines for each day shall be provided. c. Collection Operations: Hyperspectral Data shall be collected in the Visible Near Infrared (VNIR) and Shortwave Infrared (SWIR) spectral regions. Spectral bandwidths shall be collected at 5nm. Ground Sampling Distance (GSD) shall be collected at 2.0 meters for the general forest area and at 0.75 meters for specified areas of interest. d. Data Processing: Data shall be calibrated and processed to radiance only. e. Data Delivery: Data shall be delivered 5 days from last day that data was collected. 2. Systems Requirements: Hyperspectral Sensor: Smile and keystone<2 microns Spectral range 400-2455nm Spectral resolution ? 6.4nm (SWIR), 2.3nm (VNIR) Total bands VNIR/SWIR>=350 Sample rate> 80 hz Swath>300 pixels 1.3 m ground resolution @ 1000m AGL Spectral resolution 14biy (SWIR), 12bit (VNIR) Data supplied as sensor collected with GLT?s provided for geo-referencing Co-aligned VNIR and SWIR focal planes Ability to collect 100sq km, calibrate and deliver in 24hrs Variable center wave lengths, changeable on the fly Prior experience flying Mendocino National Forest for marijuana detection GPS/IMU Single Point L1 1.8 m RMS Single Point L1/L2 1.5 m RMS WAAS L1 only 1.2 m RMS WAAS L1/L2 0.9 m RMS DGPS 0.45 m RMS Velocity Accuracy 0.2 m/s RMS Attitude Accuracy Pitch 0.0130 RMS Roll 0.0130 RMS Azimuth 0.0130 RMS Acceleration Accuracy 0.03/s2 RMS Max Velocity 514 m/s Max Altitude 18,288 m Data Rate IMU Measurements 100 Hz INS Position 100 Hz INS Velocity 100 Hz INS Attitude 100 Hz IMU Performance IMU-H58 Gyro Input Range + 1000 deg/sec Gyro Rate Bias 1.0 deg/hr Gyro Rate Scale Factor 150 ppm Angular Random Walk 0.125 deg/hr Accelerometer Rage 6 + 50 g Accelerometer Linearity 500 ppm Accelerometer Scale Factor 300 ppm Accelerometer Bias 1.0 mg 3. Period of Performance: immediately after award ? 15 September 2007. Data shall be provided immediately after award or the soonest day possible. 4. Deliverables: The following deliverables shall be provided: ? Mission Plan: Delorme Image and excel spreadsheet with corresponding flight line data. ? Hyperspectral data processed to radiance, collected at 5nm spectral bandwidths from 400nm to 2450nm at 2.0 m and 0.75 m GSD. ? IGM/GLT Navigation files will be included in the final product.
- Place of Performance
- Address: Ukiah, CA Mendocino County
- Zip Code: 95482
- Country: UNITED STATES
- Zip Code: 95482
- Record
- SN01395452-W 20070907/070905221243 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |