Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 18, 2010 FBO #3281
SOURCES SOUGHT

D -- Hawaiian Islands Visual Terrain Database

Notice Date
11/16/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Training Systems Division, 12350 Research Parkway, Code 253, Orlando, Florida, 32826-3224, United States
 
ZIP Code
32826-3224
 
Solicitation Number
N61340SS101369
 
Archive Date
12/15/2010
 
Point of Contact
Lavenji Daniels, Phone: (407) 380-4762, Gregory Joseph Dougherty, Phone: (407) 380-8419
 
E-Mail Address
lavenji.daniels@navy.mil, Gregory.Dougherty@navy.mil
(lavenji.daniels@navy.mil, Gregory.Dougherty@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Warfare Center Training Systems Division (NAWCTSD) is defining its acquisition strategy for the solicitation and award of a contract for a Hawaiian Islands visual terrain database (TDB) for the Aechelon pC-Nova v5.5 Image Generator (IG). This advertisement serves to aid in determining market interest and capabilities for this prospective contract. Of the available strategies, NAWCTSD is considering the viability of the following socio-economic approaches: Historically Underutilized Business Zone (HUBZone) set-aside, Service-Disabled Veteran-Owned Small Business (SDVOSB) set-aside, Section 8(a) suitability, and Total Small Business set-aside. The Contracting Officer must establish a reasonable expectation that offers would be obtained from two or more HUBZone, SDVOSB, or Small Business entities that are competitive in terms of market prices, quality, and delivery. As the anticipated value of this procurement does not exceed the competitive 8(a) threshold at FAR 19.805-1(a)(2), the Contracting Officer is considering the Section 8(a) strategy from a non-competitive perspective. You are advised that the Government is seeking to define the applicability of the requirement with regard to the available socio-economic programs. From the responses to this market research, the Government will evaluate the viable options and select the final acquisition strategy. Therefore, your response to this research is instrumental in supporting your company's business interests. If the Contracting Officer is unable to determine that any of the above strategies would be viable, the requirement may be competed on an unrestricted basis. It is anticipated that any resulting contract would be accomplished under the provisions of a firm-fixed-price (FFP) contract. The NAICS Code for this solicitation is 541511 with a size standard of $25M in average annual receipts. If your company is interested in competing for this requirement, please provide a response to this request in accordance with the directions below. Address each question as succinctly as possible, and return the completed questionnaire via email to the contract specialist, Mr. La'Venji Daniels, at lavenji.daniels@navy.mil. Copy the procuring contracting officer (PCO), Mr. Gregory Dougherty, at gregory.dougherty@navy.mil. Submittals are due no later than 1600 EST, 30 November 2010. Responses shall be limited to six (6) pages. NOTE: THIS IS A REQUEST FOR INFORMATION ONLY AND SHOULD NOT BE CONSIDERED AS A COMMITMENT BY THE GOVERNMENT. NO REIMBURESEMNT WILL BE MADE FOR ANY COSTS ASSOCIATED WITH PROVIDING A RESPONSE TO THIS REQUEST. ** REQUIREMENT DESCRIPTION ** The contractor shall develop a Hawaiian Islands visual TDB that functions on the Aechelon pC-Nova v5.5 IG. Completing this task involves several working parts. These elemental pieces of the requirement follow in detail. (a) The contractor shall be capable of conducting Visual Database Development (VDBD) sessions. The contractor shall provide and schedule resources (equipment, software, and personnel) necessary to coordinate and conduct the VDBD sessions. Information addressed by the contractor at VDBD sessions include-- (1) outlining the database development efforts and a brief of the database review and acceptance portions of a Test Procedure; (2) identifying and reviewing source data to be used in database production; (3) identifying and addressing issues and potential risks regarding the Government furnished or contractor acquired source data; and (4) presenting an overview of the process that will be followed to publish the runtime visual database from the Government furnished and contractor acquired source data. (b) The contractor shall have capabilities, experience and tools to perform the following or equivalent tasks as part of TDB generation: (1) MAPPING OF TRAINING REQUIREMENTS TO TDB DESIGN: The contractor shall have the capabilities, experience, tools and resources to translate typical Marine Corps CH-53 TDB specifications into all the necessary TDB generation components. For example TDB specification shall be translated into derived requirements for geospatial source data and a TDB content, design, implementation, integration, test, optimization and documentation. (2) SOURCE DATA ACQUISITION AND PROCESSING: The contractor shall have the capabilities, experience, and tools to acquire the necessary elevation, imagery, and 3D model data which will fulfill the TDB specifications. This will include but is not limited to terrain elevation, imagery raster data, culture vector data, 3D models, and geo-specific textures of building, landmarks, and other components. These components shall be at the necessary resolution and quality to support the above TDB requirements. The contractor shall have the tools, experience, and trained personal to process the source data into products which support the runtime terrain database generation for an Aechelon IG. Adequate process should be in implemented and track to ensure a quality product is generated. (3) MATERIAL CLASSIFICATION: The contractor shall have the tools, experience and trained personal to process the source data into sensor material representation which are capable of producing optimized physics based NVG and FLIR Aechelon runtime representations. Background material classification shall use multi-spectral imagery six-band Landsat Enhanced Thematic Mapper (ETM) at 27m resolution or better. Once classified these source data shall be down sampled to at least 16 m and include at least 40 different materials. A combination of higher resolution multi-spectral imagery and reference images, land coverage data and other sources shall be used to generate high quality 1m per pixel classification at primary airports and surroundings. Alpha masking shall be used for seamless integration of the high-resolution material insets into the background classification. (4) AECHELON RUNTIME GENERATION: The contractor shall have the tools, experience, and trained personal to transform the pre-processed and value added source data into and optimized runtime terrain database representation for an Aechelon IG. Aechelon IG Overload management is design to detect the cause of the IG overload and implement real-time scene adjustments to restore frame rate after the loss of a single frame. The scene shall be designed so that scene management can optimize the maximum of useful visual cueing information for current operating conditions and a minimum of scene discontinuities and other distracting visual artifacts that could inhibit pilot psychological acceptance of the scene. Assuming proper TDB design and normal moving model activity, operation in overload conditions at reduced display field rates shall be limited to no more than five seconds before the overload is corrected by the system. (5) AECHELON RUNTIME OPTIMIZATION: The contractor shall have the tools, experience and trained personal to test and optimized the runtime TDB on the Aechelon IG so that the specified runtime performance requirements are fulfilled. The quality of the resulting TDB shall be so that it's not only free of TDB anomalies related to TDB paging, LOD transition, visual, NVG and FLIR rendering but that it also does not generate any other anomalies which may affect training and produce negative training. (c) GENERATION OF NAVAIR PORTABLE SOURCE INITIATIVE (NPSI) DATASET: The contractor shall have the tools, experience and trained personal which could generate a NPSI dataset. The NPSI dataset(s) shall be delivered and shall consist of the simulation-prepped source data and metadata descriptions, in the NPSI open formats, which were used to generate the run-time database in accordance with the NPSI Dataset standard. (d) TDB DOCUMENTATION: The Technical Data Package shall contain a TDB design document describing the TDB content, which includes a description of source data and processing, optimizations, and additional details on airports, landing zones (LZ), Confined Area Landing (CAL) sites, and Terrain Flight (TERF). ** CONTRACTOR DEMONSTRATION OF CAPABILITY ** This submission should demonstrate your firm's detailed capabilities to meet the requirements listed in the paragraphs above. Your response should also include the following information: 1. Is your business interested in being the Prime contractor for the Hawaiian Islands VTDB project? What would be the percentage and type of effort your business would perform? What would be the percentage and type of effort your business would subcontract (limitations on subcontracting should be addressed)? Does your business currently have the resource capacity to produce the Hawaiian Islands VTDB over a two-year span? If your business does not have current resources, what will be your plan to form a team to successfully execute this contract? 2. Outline your firm's degree of familiarity over the past five years in the following areas: Database design, Program Management, Quality Assurance (QA), Documentation, and Integration and Testing. Provide a brief description of the product(s) and whether it was delivered in accordance with the schedule accepted at the time of contract award. Provide the Government contract number or commercial item name, value, role your company played, point of contact and current telephone number: 3. Please explain what software packages, drawing packages, and documentation would be required for your company to successfully perform this effort. If the Government cannot provide the software, drawing packages, and documentation, explain how you would obtain the data necessary to fulfill the requirements, if possible.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N61339/N61340SS101369/listing.html)
 
Record
SN02328459-W 20101118/101116234522-a2187b5ec7c6403d7460731271d16070 (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.