Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOLICITATION NOTICE

67 -- Acquisition of Mapping Grade Digital Aerial Imaging System

Notice Date
9/5/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301818Q518
 
Response Due
9/15/2008
 
Archive Date
9/5/2009
 
Point of Contact
Cathy L. Vanatta Chief, Contracting & Gen. Svcs 6127135205 Cathy_Vanatta@fws.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO. 301818Q518, SUPPLY MAPPING QUALITY METRIC-MEDIUM FORMAT AERIAL IMAGING SYSTEM, US FISH & WILDLIFE SERVICE, FORT SNELLING, MN (i)This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation number 301818Q518 is being issued in a Request for Quotations (RFQ) format. (iii)This solicitation document and its incorporation provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-26. (iv)This solicitation of offers is issued for full and open competition. (v) Pricing must be provided for the following line items:Line Item 0001: Mapping quality metric-medium format aerial imaging system, Quantity 1, Lump SumLine Item 0002: Installation at hangar in Lakeville, MN, Quantity 1, Lump SumLine Item 0003: Flight Planning Software, Quantity 2, EachLine Item 0004: Image Processing Software, Quantity 2, EachLine Item 0005: Training, Quantity 1, Lump Sum (vi) Acquisition of the camera system will include:-System installation - camera mounting must provide a seal sufficient to minimize loss of cabin heat to allow camera operation below 0 degree Celsius.-Operator hardware/software training and manuals (2 sets)-Mission Planning and Mission Navigation Software (2 sets)-Ability to rapidly review images for basic quality and completeness during, and immediately after flight AcronymsCIRColor InfraredDEMDigital Elevation ModelDTMDigital Terrain ModelFMCForward Motion CompensationGPSGlobal Positioning SystemGSD Ground Sample DistanceIMUInertial Measurement UnitINSInertial Navigation System PlatformThe Fish and Wildlife Service operates a non-pressurized 1990 Partenavia P68 Observer with a standard 2.1 X 1.5 ft camera hatch that can be opened and closed in flight. The system must fit in this airplane without any modifications to the airframe. All proposals shall show that the aerial imaging system proposed meets the following minimum requirements:A. Efficient and effective integration to ESRI's ArcGIS workflowB.Ability to meet Federal Geographic Data Committee (FGDC) Mapping StandardsC.Capable of GSD of 2 inches from 1,000' Above Ground Level (AGL) flight altitude, while achieving at least a 60 degree across-track Field of View (FOV)D.Ability to capture data in at least the following four discrete radiometric bands: CIR, Red, Green, and Blue; describe how this is accomplishedE.Capable of operating through optical flat or open port, with the un-pressurized system service ceiling above 12,500' Mean Sea Level (MSL)F.28 Volts DC - 60 amp maximum combined electrical requirement for sensor and control systemsG.United States Geological Survey / Inter-Agency Digital Imagery Working Group (IADIWG) Certification The government desires several system attributes that will increase overall effectiveness. At a minimum, potential vendors who submit proposals in response to this solicitation are required to address the following line items.1.An established workflow utilizing ESRI's ArcGIS (Version 9.2 or later) is required. Submissions shall demonstrate that the system integrates with ArcMap.2.Established calibration procedures shall be addressed, and documented geometric and radiometric stability over time shall be provided.3.A proven compatibility and integration with GPS/INS systems should be demonstrated; describe the GPS and INS/IMU recording rates4.The ability to rapidly review images for basic quality and completeness during, and immediately after flight is important. Potential vendors shall address this item in their proposal.5.Minimal number of stereo models for a typical survey project area is desired. Assuming a 60% end-lap and 30% side-lap requirement, a calculation of the number of stereo models to cover a 25 km x 75 km area at 0.5', 1.0', and 2.0'/pixel resolutions shall be made and submitted with the proposal.6.Separation of the radiometric bands is important, i.e. sensitivity overlap across individual channels should be minimal or non-existent. Detailed spectral sensitivity information shall be provided.-A minimum of 12-bit depth for each band is required-Describe filtering options for increased band discrimination7.Demonstration (via sample submission) of an integrated software-based orthorectification is required using the same 25km X 75km area, including accuracy statements and processing time involved. The ability to increase mosaic accuracy using differential correction in post-processing is preferred.-Header/metadata recording file for post processing and archiving-Describe the automated camera system calibration features-Demonstrate post-processing software for DEM and DTM generation-Documented geometric and radiometric stability 8.Minimum cross-track width coverage is 6,000 pixels9.Demonstration (through sample submission) of DTM-generation using stereo pairs and an estimated accuracy statement is required.10.A system that can be installed in a non- pressurized aircraft is required. A detailed description of the installation / removal procedures shall be submitted, including time estimates to complete the iteration, including any ensuing calibration / quality assurance required.11.A minimal power requirement is desired; describe power filtration. Detailed power requirements for all system components shall be submitted. Describe how electro magnetic radio frequency interference is eliminated.12.Forward Motion Compensation (FMC) shall be addressed. If a system being proposed utilizes FMC, the technique and results shall be detailed. If a proposed system does not utilize FMC, it shall be shown that this does not significantly contribute to pixel smear, and the resulting loss of geometric and / or radiometric accuracy. Describe the parameters required to achieve 2 inch/pixel resolution at 30% forward over-lap (e.g., lens, altitude, airspeed).13.Gyroscopic stabilized and / or azimuth compensating mounting options shall be addressed.14.Proven reliability is important. Proposals shall include the number of units sold to date, average system age, and relevant service data. The service data shall include at a minimum:-Number of un-scheduled maintenance calls-Average time (in days) to completely resolve un-scheduled maintenance calls-Frequency of scheduled maintenance-Average time required for scheduled maintenance-Owner's references (minimum of 3, maximum of 5), to include company name, point of contact and valid phone and facsimile numbers. Failure to provide these references will result in an unsatisfactory rating for technical capability. 15.Product pricing should reflect, at a minimum:-4 year full warranty and maintenance included with camera system at no additional cost (Include options for extended maintenance terms)-Field serviceable by the operator for most componentsoIn the U.S. - 1 day to ship partsoOutside the U.S. - 3 days to ship parts. Options for additional maintenance terms shall also be included in the proposal.16.Proposals shall address data storage and archiving systems, including current and planned solutions. At a minimum, the system must include a removable storage device with a minimum capacity of 1 Tbyte; 2 additional removable storage devices at the same capacity must also be included.17.The submission shall include a description of training proposed for government personnel, including system installation, operation, maintenance, and removal and imagery acquisition and post-acquisition processing. (vii)Product installation, flight installation software and live training will be at Lakeville, MN. One copy of software to be installed at the Regional Headquarters, Fort Snelling, MN and the second copy to be installed at the Upper Midwest Environmental Science Center in LaCrosse, WI. It is anticipated that the installation at LaCrosse would be in conjunction with a test/training flight subsequent to the installation and testing of the camera unit. (viii)The provision at FAR 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition (FAR provisions and clauses are available for review at http://www.arnet.gov/far). (ix) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the product(s) offered to meet the Government requirement and minimum needs(2) Price(3) Past Performance The relative importance of ratings for technical and past performance, when combined are approximately equal to price. A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x)Each offeror shall complete, and include with its quotation, FAR provision 52.212-3, Offeror Representations and Certifications - Commercial Items. Failure to submit this provision, property completed may result in a non-responsive quotation that will be excluded from further consideration. Offerers must be CCR compliant and have an active registration in Central Contractor Registry upon submittal of the quote. Vendors may register for CCR at http://www.ccr.gov (xi) The FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. (xii)FAR clause 52-212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items pertains as applicable to this acquisition. The following FAR clauses cited in the clause are applicable to this solicitation: 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, 52.225-13, 52.232-33, and 52.232-36. (xiii)IT SECURITY REQUIREMENTS The contractor shall comply fully with the security requirements of the "Information Technology Security Requirements for Acquisition Guide" as published by the U.S. Department of the Interior, Fish and Wildlife Service. The Guide is available at http://www.fws.gov/contracts/acqlink.html. This Guide addresses three basic types of IT contracts and states different sets of requirements for each type. The security requirements of the Guide sections applicable to this contract are (only those marked apply): XX Commercial Off-the-shelf Hardware or Software Any instance of a material non-compliance will be cause for declaring this contract in default. (xiv)[N/A] (xv)[N/A] (xvi)Two copies of quotes must be submitted to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Division, Attention: Cathy Vanatta, 1 Federal Drive, Fort Snelling, MN 55511-4056. Quotes must be received by 4:00 p.m. CDT, September 15, 2008. FACSIMILE and ELECTRONIC proposals/quotes WILL NOT BE ACCEPTED. Responses must include a completed FAR Clause 52.212-3 and be signed and dated by an authorized representative of the company. RFQ number 301818M518 should be referenced on the submission. (xvii)Questions regarding the solicitation, evaluation and award process may be addressed to Ms. Vanatta at 612-713-5205 or via email at cathy_vanatta@fws.gov. Technical questions must be submitted to Ms. Vanatta via email or facsimile at 612-713-5151.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=5489add65ff7f458eac9131c358ea3ed&tab=core&_cview=1)
 
Place of Performance
Address: Lakeville and Fort Snelling, Minnesota and LaCrosse, WI as identified in the description<br />
Zip Code: 55111<br />
 
Record
SN01660668-W 20080907/080905221025-5489add65ff7f458eac9131c358ea3ed (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 |
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.