Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2003 FBO #0518
SOLICITATION NOTICE

99 -- Create an intelligence community focal point for riverine intelligence information.

Notice Date
4/29/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Navy, Naval Supply Systems Command, FISC NORFOLK DETACHMENT WASHINGTON, 1014 N Street SE, Suite 400 Washington Navy Yard, Washington, DC, DC, 20374-5014
 
ZIP Code
20374-5014
 
Solicitation Number
N00600-03-R-1396
 
Archive Date
6/14/2003
 
Point of Contact
Paul Martin, Contract Specialist, Phone 2024338494, Fax 2026850002, - Roscoe Crawford, Contracting Officer, Phone 202-433-5387, Fax 202-685-0022,
 
E-Mail Address
Paul_ED_Martin@fmso.navy.mil, Roscoe_W-Crawford@fmso.navy.mil
 
Description
1. Purpose: Develop and populate a knowledge base of information on the riverine environment. Create tailored geospatial and imagery products in support of riverine requirements. Establish and maintain an analysis center for riverine intelligence production, both scheduled and ad hoc. The goal of this effort is to create an Intelligence Community focal point for riverine intelligence information. 2. Background: Riverine operating environments pose unique challenges to military forces. In Latin America, Southeast Asia, and many other parts of the world, the river is the primary line of communication between developed and remote areas. In the remote reaches of many countries, a lack of government presence fosters an environment where illicit activities flourish. These activities include the smuggling of weapons, illegal drugs and associated pre-cursor chemicals, and narcoterrorists/insurgents seeking to destabilize democratic governments to sustain their illegal activities. In these environments, the rivers become the nexus for the illicit activities, as they serve as the avenue for undetected and unimpeded transit. In order to develop and maintain the capacity to interdict the flow of illegal drugs, weapons, and terrorists, it is imperative to understand physical characteristics, demography, infrastructure, points of entry and exit, as well as threats associated with rivers. 3. Tasks: The contractor shall complete a series of tasks. All tasks are to be undertaken in year one, with follow-on options to be determined on an annual basis for a period of five years. 3.1 Task 1 Data Collection and Evaluation. Task 1A: Canvass Existing Riverine Information: The contractor shall canvas the Intelligence Community, Theater Intelligence Centers, Service Intelligence Centers, academic and governmental centers, open sources, and other entities as required to determine existing type, availability, and accessibility of riverine intelligence information, databases, and products. The contractor will compile and report on standards for scope and detail of existing riverine intelligence products. This task will require some travel in order to create an inventory and determine the utility and compatibility of existing products. Task 1B: Canvass Riverine Operational Forces: The contractor shall canvass the riverine operational forces in order to evaluate the utility of existing intelligence products in meeting operational needs. The MCIA program manager and contractor team will develop a sample list of operational users to survey. 3.2 Task 2 Create a Knowledge Base. The contractor shall create, populate, and make accessible a dynamic riverine knowledge base that contains riverine information germane to operational planners and intelligence analysts. Using the Riverine Generic Intelligence Requirements Handbook (GIRH) as a guideline, the contractor shall create a web-based tool that catalogs available riverine information. Access to the knowledge base shall be via web pages on both the MCIA SIPRNET and JWICs Intelink sites. When data is not resident on MCIA controlled sites, hotlinks will be created as possible. The knowledge base will contain both finished intelligence as well as raw information, and be searchable. The contractor shall ensure that the knowledge base can be fully integrated into the MCIA Virtual Knowledge Base (VKB) and populated with information packets (geospatial, imagery and GMI) that are metadata tagged according to standards specified by the MCIA Program Manager and production staff. 3.3 Task 3. Produce Riverine Support Packages. The contractor shall produce Riverine Support Packages that meet standing, training, and deployed riverine requirements of the U.S. Marine Corps, and other DoD forces. For the initial year of the contract, the contractor shall produce at least five Riverine Support Packages. The target areas for the five products are to be determined by MCIA based upon the results of Task 1, and may include products for training purposes as well as target areas in Colombia, South America. The contractor and MCIA will agree upon a production schedule for these five (5) products, with all work being completed within 365 days of contract award. The contractor shall produce these support packages as geospatial and imagery packets, with metadata tagging consistent with digital production standards as directed by the MCIA Program Manager and production staff. These packets shall be stored within the VKB for use within the MCIA Digital Production Process. The contractor shall develop and maintain the capability to respond to ad hoc tasking for the production of Riverine Support Packages in support of expeditionary deployments. The contractor shall, in close coordination with MCIA, maintain liaison with the Operating Forces in order to have accurate understanding of potential deployments and mission requirements. In the event of an ad hoc operational requirement, the contractor shall, at the direction of MCIA, produce the support package in support of the expeditionary requirement in lieu of one of the products on the production schedule. All ad hoc tasking shall also follow MCIA Digital Production Process standards for metadata tagging. The contractor shall utilize commercial and USGS LANDSAT imagery in the production process, the product will remain UNCLASSIFIED/FOR OFFICIAL USE ONLY/LIMITED DISTRIBUTION whenever possible. This will facilitate processing of requests for foreign disclosure. Where national imagery is available and useful, classification of the product may be at the SECRET level, but with an UNCLASSIFIED version available. Other sources of imagery, including from airborne imagery platforms and handheld photography including the Defense Mapping & Reconnaissance Tool (DMRT) and iPix 360˚ photography will be incorporated to enhance the product when available. The following product description is intended as a guideline. It is understood that a standardized data set ? which is seldom available in a jungle environment such as in Colombia - is necessary to produce a standardized riverine product. It is expected that the products will vary with the variable data sets available. Target area for study will be no larger than 25 kilometers either side of a defined center point, and 2.5 km either side of the river. Product will include a linked overview of the target area, with hotlinks to annotated image chips, with scale of approximately 1:15,000 to 1:20,000. Product will include a printable Riverine Analysis Graphic (RAG) which displays the overview, key analytical information, and amplification information as available. Products will be tailored to meet specific customer needs, but will at a minimum include the following: ? Hydrographic data including river width, depth, and current, including seasonal extremes and typical monthly values. ? Terrain vulnerability points, identifying points significantly higher that the surrounding area, and vegetation cover for those areas. ? Land use characteristics, with change detection analysis where supporting imagery coverage is available. ? Associated infrastructure including but not limited to airfields; roads, including well-trafficked foot trails; bridges; hydroelectric plants; other man-made structures, both permanent and temporary, in the coverage area including piers, launches and boat houses. ? Points of entry, and HLZs in the target area. ? Population characteristics. Task 3.4 Task 4. Dissemination and Product Awareness. The contractor shall, in close coordination with MCIA, inform potential consumers and providers of riverine intelligence of the availability and use of the Riverine Knowledge Base and the production schedule. The contractor shall, in close coordination with MCIA, solicit feedback from the operating forces. The contact list of riverine community members will be posted on-line and available as a part of the Knowledge Base. Liaison will be established with US SOUTHCOM (Miami, FL), US PACOM (HONOLULU, HI), Riverine Center of Excellence, II MEF (Camp Lejeune, NC), Naval Special Warfare Units (Norfolk, VA), Joint Riverine Training Center (Iquitos, Peru), Special Operations Command (Tampa, FL), and Naval Oceanographic Office (Stennis, MS). Liaison will also be conducted with other members of the Intelligence Community. 4. Deliverables: The contractor shall deliver to MCIA: ? A report of the results of Task 1, with recommendations for product content and target areas. The report will present an assessment of available riverine products, weighing their usefulness to the operating forces. Draft report due 3 months after award of contract, with final report due at 4 months. ? POC list of Riverine Community from Intelligence Community and Operating Forces, reviewed and updated quarterly. Due with report of Task 1, above. ? A Knowledge Base of Riverine Intelligence and Information, fully integrated into the MCIA Virtual Knowledge Base, and metadata tagged according to MCIA Digital Production standards, which inventories existing riverine information and intelligence products from the Intelligence Community and Operating Forces. Draft due 5 months after contract award. ? A web application to manipulate and search the Riverine Knowledge Base, compatible with existing MCIA systems and software, to include the MCIA Digital Production system. Website design suitable for posting on MCIA SIPRNET and JWICS homepage. Draft/demonstration due 5 months after contract award. Final implementation due at 9 months. ? Five (5) Riverine Support Products as detailed in paragraph 3.3, and IAW the production schedule. The first product will be due 6 months after contract award. Products 2 ? 5 will each be due at one-month intervals thereafter. Products will be metadata tagged according to MCIA Digital Production Process standards. ? A report and briefing of the results of Task 4, presenting customer feedback and recommendations for future production. Report will be due 11 months after contract award. 5. Special Provisions: The following caveats and restrictions apply: 5.1 Special Meetings: Following the award of this contract and prior to the commencement of work, the contractor and representatives of MCIA will meet to discuss provisions of the contract in detail. The contractor will provide monthly updates of project status and a minimum of five in progress reviews at MCIA during the performance period. These reviews will be conducted between the contractor, MCIA GIS and Regional Analysts, other experts as deemed by MCIA, and the COTR to review and assess process methodology, tasking progress, results, and work plans. 5.2 Security Requirement: Security clearances consistent with access to riverine websites on Intelink as well as access to Intelligence Community facilities and SCIFs are required in order to maximize performance. Project Managers (PMs) shall have TS/SCI at a minimum and research analysts shall possess SECRET clearances. 5.3 Personnel: The contractor shall assign a Project Manager who is familiar with riverine operations and requirements. The production team will be heavily weighted toward personnel with experience in geospatial production. The selection of individual personnel to be assigned to the tasks set out in this SOW shall be at the discretion of the contractor, subject to the approval of the COTR representatives. 5.4 Government Furnished Data: MCIA shall provide access to Intelink, MCIA information technology guidelines, and MCIA GIS expertise as required. Imagery and mapping data shall be requested by the contractor at the earliest possible opportunity and nominated for collection tasking by MCIA. Imagery and mapping data shall reside on MCIA servers for access by contractors during production. 5.5 Commercial Imagery: The contractor shall seek the most cost effective vender for commercial imagery necessary for the contracted production. All imagery purchased under this contract will become the property of MCIA. 5.6 Government Furnished Equipment: None. 5.7 Travel: Travel plans to support canvassing, production, and marketing will be submitted via separate correspondence. Numerous local visits will be required during the performance period within the Intelligence Community as well as CONUS and OCONUS travel to customers and other sources of information. Travel will be at the discretion of MCIA COTR and MCIA personnel may accompany the contractor as desired. 5.8 Period of Performance: Period of performance is one (1) year. At the end of the contract year, the contract may be extended for up to four (4) additional years at the discretion of MCIA.
 
Place of Performance
Address: Work shall be performed at contractor?s facility, MCIA, and on-sight locations as required by travel. ***Please note that Mr. Martin's new email address is paul.e.martin1@navy.mil. Mr. Crawford's new email address is roscoe.crawford@navy.mil.
 
Record
SN00314484-W 20030501/030429213809 (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  © 1994-2020, Loren Data Corp.