SOURCES SOUGHT
70 -- Sources Sought for GeoEye VGT
- Notice Date
- 7/21/2009
- Notice Type
- Sources Sought
- NAICS
- 334111
— Electronic Computer Manufacturing
- Contracting Office
- Department of the Army, U.S. Army Space and Missile Defense Command, U.S. Army Strategic Command, U.S. Army Strategic Command , XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3, Peterson Air Force Base, CO 80914-4914
- ZIP Code
- 80914-4914
- Solicitation Number
- W91260-09-RFI02
- Response Due
- 7/28/2009
- Archive Date
- 9/26/2009
- Point of Contact
- George P Knowlton IV, 719-554-1967<br />
- E-Mail Address
-
U.S. Army Strategic Command
(george.knowlton@smdc-cs.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) from U.S. Army Space and Missile Defense Command (SMDC) and Army Forces Strategic Command (ARSTRAT). SMDC ARSTRAT is seeking information on commercial products available for basic ingest and processing functions required to process raw, compressed Commercial Imagery data delivered from GeoEyes Ikonos & GeoEye1 satellites. Please provide a technical description of your companys product(s) to include current demonstrable features. Also discuss in detail inherent capabilities which enhance system accuracy, speed performance, and operator ease of use. Identify which features are included with the basic system capability as opposed to those features which may be optionally offered. In your response please address whether the following desired features and capabilities are currently supported: The commercial product will be able to search for new data in the proper FTP folder and automatically pull raw compressed (Level 0) data and its associated metadata (Image Support Data) via encrypted private lines or over the Internet using secure VPN for storage and processing. The product will include an intuitive Windows based user interface application with which to manage the processing engine and end to end workflow. The product will be capable of automatically or manually generating Commercial Imagery products from raw Commercial Imagery Satellite signal data. This will include algorithms for radiometric and geometric correction and formatting of data that are identical to those used in the Commercial Imagery Vendor/Provider Headquarters product generation system. Users will be able to order and process a set of products in the product from acquired level 0 imagery data to one or more pre-defined processing levels (see below) for the Commercial Imagery Satellite. The users will also have the capability to conduct resolution merge (MSI data and pan data) or pan-sharpen in the product. The product will generate the following system corrected products: 1. Basic Level 1B (e.g. radiometrically corrected, sensor corrected) 2. Standard Level 2A (e.g. geocorrected without ground control points) 3. Ortho Level 3 (e.g. precision geo-corrected with ground control points) 4. Pan Sharpened (e.g. pan sharpened products with one of the following algorithms: Hue-Intensity-Saturation, Wavelet, Principal Components Analysis) The delivered system will be capable of writing to a file on the RAID that can be transferred via the Commercial Exploitation Team (CET) internal network to other media options. Users will have the capability to export/ create imagery products from the system in the following formats: GeoTiff, NITF 2.0/2.1 and JPEG 2000. Responses should clearly state terms and conditions of sale to include required end user licensing and/or applicable service agreements. Describe available options for training, maintenance, and contractor logistics support along with the specific terms and conditions associated with each. Indicate whether resulting support agreements allow for operations or maintenance by a third party. Rough Order of Magnitude (ROM) price estimates are requested for the basic system(s) capability, along with individually priced estimates associated with any of the optional capabilities described. Also provide delivery schedule information for the basic and optional capabilities offered. Please provide ROM estimates for each support option offered. Finally, indicate the provisions of any warranty offered as well as, the costs associated with extending such warranty. Proprietary information is not being solicited, however, if it is submitted it should be appropriately marked. This is a market survey for planning purposes only and shall not be construed as a Request for Proposal or as an obligation on the part of the Government. The Government does not intend pay for information requested. Point of contact is George Knowlton, Contracting Officer, ATTN: SMDC-RDC-W. Capability responses and inquiries will only be accepted electronically by email at: george.knowlton@smdc-cs.army.mil. All interested parties must submit thier responses to: george.knowlton@smdc-cs.army.mil by 4:00 PM (Mountain Standard Time) on July 28, 2009. Capability responses sent to any other email address will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/SMDC/DASG62/W91260-09-RFI02/listing.html)
- Place of Performance
- Address: U.S. Army Strategic Command XR W4T8 ARSPACE CONTRACTING BR, 350 Vandenberg St. Bldg 3 Peterson Air Force Base CO<br />
- Zip Code: 80914-4914<br />
- Zip Code: 80914-4914<br />
- Record
- SN01881782-W 20090723/090721235722-81fd88e1a5a598bebbb46105391d5b2a (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 |