Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
MODIFICATION

99 -- Digitization of National Archives Special Media Preservation Lab

Notice Date
8/10/2007
 
Notice Type
Modification
 
NAICS
333315 — Photographic and Photocopying Equipment Manufacturing
 
Contracting Office
National Archives and Records Administration, NAA, Acquisition Center, 8601 Adelphi Road, Room 3360, College Park, MD, 20740-6001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
NAMA-07-R-0014
 
Response Due
8/16/2007
 
Archive Date
8/31/2007
 
Point of Contact
Jon McIver, Contract Specialist, Phone (301) 837-0286, Fax (301) 837-3227, - LaVerne Fields, Contracting Officer , Phone 301-837-3063, Fax 301-837-3227,
 
E-Mail Address
jon.mciver@nara.gov, laverne.fields@nara.gov
 
Description
Continued from original posting. PART I, Schedule NOTE: For evaluation purposes, the NTE Price will be determined by multiplying the Quantity (Qty.) by the Unit Price. The Task Order Price will be determined by summing the individual CLIN prices. CLIN = Contract Line Item Number; PWS = Performance Work Statement; NTE = Not to Exceed; NSP = Not Separately Priced. NOTE: This is a firm fixed price order. 1.0 SCHEDULE OF PRICES NOTE: Insert unit prices proposed for each CLIN. The Total Contract Maximum Price will be determined by adding the CLIN prices for each year. CLIN = Contract Line Item Number; PWS = Performance Work Statement. Section A. Base from date of award through one year. CLIN 0001: System Maintenance Base Year, Qty 1 Lot for all equip = $__. CLIN 0002: Indefinite Quantity of Digital Cameras (Planetary/Overhead) ? Small Sized work stations i.a.w. Paragraph 2.1 of PWS. 6 each, Unit Cost $__, Total Price$__. CLIN 0003: Labor to Perform Installation & testing on CLIN 0002 Tasks in accordance with PWS Paragraph 2.6, 1 Lot Not Separately Priced. CLIN 0004: Training to Operate system on CLIN 0002 in accordance with Paragraph 2.7, 1 Lot Not Separately Priced. CLIN 0005: Data ? Deliverables on CLIN 0002 in accordance with Paragraph 2.9, 1 Lot Not Separately Priced. CLIN 0006: Indefinite Quantity of Digital Cameras (Planetary/Overhead) ? Medium Sized work stations i.a.w. Paragraph 2.1 of PWS. Qty 2 each, Unit Cost $__, Total Price$__. CLIN 0007: Labor to Perform Installation & testing on CLIN 0006 Tasks in accordance with PWS Paragraph 2.6. CLIN 0008: Training to Operate system on CLIN 0006 in accordance with Paragraph 2.7. 1 Lot Not Separately Priced. CLIN 0009: Data ? Deliverables on CLIN 0006 in accordance with Paragraph 2.9. 1 Lot Not Separately Priced. CLIN 0010: Indefinite Quantity of Microfilm Scanners (Rollfilm) with workstations i.a.w. Paragraph 2.2 of PWS. Qty 4 each. Unit Cost $__, Total Price$__. CLIN 0011: Labor to Perform Installation & testing on CLIN 0010 Tasks in accordance with PWS Paragraph 2.6. CLIN 0012: Training to Operate system on CLIN 0010 in accordance with Paragraph 2.7. 1 Lot Not Separately Priced. CLIN 0013: Data ? Deliverables on CLIN 0010 in accordance with Paragraph 2.9. 1 Lot Not Separately Priced. CLIN 0014: Indefinite Quantity of Microfilm Scanners (Microfiche) with workstation i.a.w. Paragraph 2.3 of PWS. Qty 2 each. Unit Cost $__, Total Price$__. CLIN 0015: Labor to Perform Installation & testing on CLIN 0014 Tasks in accordance with PWS Paragraph 2.6. 1 Lot Not Separately Priced. CLIN 0016: Training to Operate system on CLIN 0014 in accordance with Paragraph 2.7. 1 Lot Not Separately Priced. CLIN 0017: Data ? Deliverables on CLIN 0014 in accordance with Paragraph 2.9. 1 Lot Not Separately Priced. CLIN 0018: Indefinite Quantity of High Speed Document Scanner with workstation i.a.w. Paragraph2.4 of PWS. Qty 2 each. Unit Cost $__, Total Price$__. CLIN 0019: Labor to Perform Installation & testing on CLIN 0018 Tasks in accordance with PWS Paragraph 2.6. 1 Lot Not Separately Priced. CLIN 0020: Training to Operate system on CLIN 0018 in accordance with Paragraph 2.7. 1 Lot Not Separately Priced. CLIN 0021: Data ? Deliverables on CLIN 0018 in accordance with Paragraph 2.9. 1 Lot Not Separately Priced. CLIN 0022: Other Direct Costs (ODC) in accordance with Paragraph 2.8. 1 Lot Not Separately Priced. Total NTE Price for Baseline Requirement for Fiscal Year 2007 $__. Option Year one (1), Year 2 Requirement Description CLIN 1001: System Maintenance Year 2. Qty 1 Lot for all equip = $__. Option Year two (2), Year 3 Requirement Description CLIN 2001: System Maintenance Year 3. Qty 1 Lot for all equip = $__. TOTAL PRICE BASE and Options $__. Options In the event the option(s) are exercised by the Government, the contract price(s) will be adjusted in accordance with the clause entitled FAR 52.222-43, Fair Labor Standards Act and Service Contract Act - Price Adjustment (Multiple Year and Option Contracts)(See Section III). In accordance with the Fair Labor Standards Act and Service Contract Act, the Contractor must submit to the Government payroll data or other necessary documents from the previous contract period (not required for exempt employees). As a minimum, the documentation must include the following: a. Actual wages paid to each employee, listed by employee, in the prior contract period, including the actual hourly wage rate (unburdened) for each employee. b. Documentation supporting fringe benefit cost paid in the previous contract period. c. Documentation supporting accompanying payroll tax rate increases (if applicable). d. Data supporting the actual health and welfare (H&W) premiums or data supporting actual cost for equivalent benefits paid by the Contractor (required if Wage Determination H&W rate adjustment is applicable). The award will be made to the offeror with the lowest priced technically acceptable proposal. The Government reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government's best interest to do so. If the Government chooses this alternative, the awards will be for the CLINs or combination of CLINs that result in the lowest aggregate cost to the Government, including the assumed administrative cost. PART II PERFORMANCE WORK STATEMENT FOR TEXTUAL RECORDS DIGITIZATION ENVIRONMENT 1.0 INTRODUCTION The objective of this Performance Work Statement (PWS) is to obtain all equipment and labor necessary to procure operational new workstations that will provide an expanded capability for the digitization/scanning of textual records at Archives II in College Park Maryland. The workstations include maintenance of the workstations for a base year described in this statement of work, along with industry standard warranties for the equipment. Existing work stations as described below will also be required to integrate with the new workstations. Statement of Need, Background and Objectives. The Special Media Preservation Laboratory (NWTS) of Preservation Programs (NWT) of the National Archives and Records Administration needs to expand capabilities for the digitization/scanning of textual records. Currently, the Microfilm Camera Lab of the Special Media Preservation Laboratory operates sixteen (16) traditional planetary-style 35mm microfilm cameras. We anticipate replacing these microfilm cameras with new digital camera systems with indexing software to be used for digitizing a variety of original records. The NWTS labs operate two microfilm scanners (an older roll-film scanner and a newer microfiche scanner) and need to expand microfilm scanning capabilities. Also, the labs use several high-speed document scanners. All these systems need to be integrated into an environment for digitizing and indexing textual records using a software application for workflow management and document indexing. The existing Special Media Preservation (NWTS) Environment The NWTS Labs are creating a local area network (LAN) which is comprised of lab equipment (scanners, digital cameras, printers, audio and video capture and playback devices) and the computers used to host the applications that run these devices, as well as the digital storage systems to hold the digital output and servers that manage this entire array of devices. Each lab (audio and video, still photo/digital imaging/aerial/cartographic, motion picture, microfilm camera, and microfilm duplication) has workstations used to capture and prepare digital output from the reformatting devices. The digital resources are saved to a local network attached storage (NAS) server (typically 6 TB to 7 TB of RAID-5 storage with tape back-up and an uninterruptible power supply) that is dedicated to each lab for short-term storage. Digital resources saved to the NAS servers are backed up daily to LTO tapes by project, and copies of the tapes are transferred to protected storage for the duration of the project. Quality control checks are made by technicians during the course of a project and at its completion. Once approved, the project resources (digital files and related metadata) will be transferred to a centralized storage area network (SAN) managed by NARA?s IT department. Daily LTO backups are made of data stored on the SAN. Due to the necessity of choosing workstations and operating systems based upon lab equipment and application needs, servers running Active Directory (Microsoft) and Open Directory (Apple Computing) are used simultaneously to manage the lab network environment. Managed Gigabit switches are used at the workgroup level to provide adequate network throughput between the workstations and local network attachable storage, as well as part of LAN security. Fiber based switches are used to connect the workgroup switches and network attachable storage, as well as providing a link to the centralized SAN. All the equipment procured for the textual records digitization environment will be integrated into the NWTS lab environment. Other existing equipment to be used in this environment include: Zeutschel OS 10000TT book scanner; Fujitsu fi-4750c document scanner; Kodak i620 and i1320 document scanners; Sunrise Proscan 2000 microfilm scanner; Wicks & Wilson FS300 microfiche scanner; Various photograph digitizing workstations; Workstations for existing equipment are various Windows based computers. 2.0 BASIC REQUIREMENTS The Contractor must propose equipment and labor to install workstations, train in the operation, and supply other deliverables and provide annual maintenance to meet the National Archives? requirements and specifications. The Contractor will be required to procure the following items and perform the following services: 2.1Digital Cameras (Planetary/Overhead) and Workstations ? Small Sized Camera and Workstation. Originals To Be Scanned - Reflective light scanning of records of a variety of sizes, options of using 90-deg book cradle for fragile bound records and a subsurface illuminator or light box for transmissive scanning Textual records as single-sheet or loose-leaf pages; Bound volumes, including with fold-outs; Photographic prints; Maps and plans; Condition for all record types ranging from good to very fragile; Information content- high-contrast printed text with sharp-edged characters -low-contrast originals and/or with diffuse characters, fading text, darkened and stained paper, fine pencil-written annotations, halftone and photographic illustrations, etc. -color information, including color text, printed, hand-written, graphic, halftone and photographic illustrations in color Small-sized Camera - Scanning Area, Book Cradle, and Configuration- The digital camera system shall have a scanning area of approximately ? 25? (635 mm) x 18? (460 mm). Digital camera system shall be provided with a book cradle with an imaging area of approximately 25? (635 mm) x 18? (460 mm), and accommodate a book thickness up to 4? (100 mm). Camera system configured for either table-top use or as floor-standing system. Medium-sized Camera - Scanning Area, Book Cradle, and Configuration- The digital camera system shall have a scanning area of approximately ? 34? (871 mm) x 24? (610 mm). Digital camera system shall be provided with a book cradle with an imaging area of approximately 34? (871 mm) x 24? (460 mm), and accommodate a book thickness up to 8? (203 mm). Camera system configured as floor-standing system. Lighting - Low temperature and UV-filtered reflective lights to prevent heat and light damage to original records, same characteristics for optional subsurface illuminator or light box. Normalization - Ability to perform normalization to compensate for variations in illumination, variations in the lens performance (such as fall off) and for variation in the light sensitivity response of photo-diodes on the sensor. Scan Time ? Digital camera system shall have short scan time for images captured from the largest possible document size, 5 second or less scan time is desirable for smaller camera and 10 seconds or less for the medium-sized camera system. Production Environment ? Digital camera to operate reliably for 8 to 10 hour days, and up to 1,500 cycles per day. Data Transfer ? Digital camera shall have high-speed data transfer to host computer. Tonal Sampling ? Minimum A/D sampling of 12-bits per channel for color and grayscale images, with the ability to save files as either 16-bits or 8-bits per channel for color and grayscale images. Ability to scan originals and save raster image files in color (24-bit or 48-bit RGB encoding), grayscale (8-bit or 16-bit), or 1-bit bitonal encodings. Minimum Optical Resolution ? Output raster image files at 400 ppi for grayscale and RGB color images at 100% magnification or original size - no interpolation from lower spatial resolutions. Output raster image files at 600 ppi for 1-bit bitonal images at 100% magnification or original size ? may be created via direct scanning or derived/interpolated from 400 ppi grayscale image data. Output of all files at 100% magnification or original size. User configurable settings to scale image dimensions, both magnification and reduction. File Formats - Ability to save raster image files in the following file formats at a minimum- TIFF version-6 (TIF): Uncompressed; Compressed using LZW, ZIP, and ITU G4 compression: Single and multiple-page; JPEG (JPG) Adobe PDF -Single and multiple-page --Uncompressed and compressed using ZIP, ITU G4, and JPEG compression. -Standard and PDF-A compliant files. Optional ? JPEG2000 (JP2) lossless and lossy compression. Targets and Calibration -Digital camera system shall be provided with targets and software to calibrate system. Conformance to NARA?s 2004 Guidelines - Conformance with all scanner performance and image quality requirements cited in NARA?s Technical Guidelines for Digitizing Archival Materials for Electronic Access: Creation of Production Master Files ? Raster Images, June 2004 - available at http://www.archives.gov/preservation/technical/guidelines.pdf. Digital camera system shall meet the following performance requirements: -Minimum spatial resolution of 400 ppi over entire platen/book cradle for grayscale and color images, as measured using a spatial frequency response (SFR) analysis compliant with ISO 12233, ISO 16067-1 and ISO 16067-2 -Color channel registration for RGB color files shall be- For all types of originals; Not to exceed 0.5 pixel misregistration between the individual channels in any direction; Image noise, as measured using ISO 15739, shall be- For textual documents and other non-photographic originals with low maximum densities, less than 2.0 visual density; Not to exceed 1.0 counts, out of 255, in all color channels and for grayscale images; For photographs and originals with higher maximum densities, higher than 2.0 visual density; Not to exceed 0.7 counts, out of 255, in all color channels and for grayscale images Workstation and Operating System Compatibility- -Software for operating the digital camera systems, workflow management, quality control, and document indexing shall be compatible with and run on Microsoft Windows XP Professional operating system. -Provide a computer workstation with the following minimum features ? Dell Precision Workstation 490 or brand name equivalent- mini tower configuration -64-bit compatible -two (2) Dual Core Xeon, 2.3 GHz, 4 MB L2, processors -MS Windows XP Professional- 4 GB RAM -Dual DVI or dual VGA graphics card with 256 MB; two (2) 500 GB internal SATA hard drives; a CDR/RW and DVD-R/RW drive; gigabit Ethernet NIC; 24? widescreen LCD monitor; optical mouse; 1394 controller or FireWire; USB enhanced keyboard; Image processing controls and tools for digital cameras ? including- Ability to set- For scanning- Spatial resolution (PPI) Encoding (bi-tonal, grayscale, RGB color, other color encodings); Bit-depth (1-bit, 8-bits per channel, 16-bits per channel); Ability to adjust tone and color reproduction. For saving files- Spatial resolution; Encoding; Bit-depth Tone and color image processing controls-Ability to place and neutralize at least 3 points on the tonal scale ? white-point; black-point; neutralize a mid-point; ability to set or define the levels for each of the above points ? ability to specify RGB levels for color scanning and % black for grayscale scanning Automatic and manual white balance, and ability to turn off auto white balance - preset white balance setting for lights provided; custom white balance feature, and ability to save custom white balance. Ability to control tone distribution and color balance via a curves or gamma adjustment. Ability to control color saturation. Ability to manually set all tone and color image processing controls and apply settings to all images created. Ability to save all setting and reuse for other batches or projects. Ability to define and set the method of thresholding for 1-bit bitonal scanning- User adjustable and set fixed threshold; User adjustable and set dynamic threshold, ability to select different thresholding algorithms. User selectable and configurable image processing, including-Auto deskew; Auto crop; Unsharp mask sharpening for grayscale and color images; Auto and manual rotate and flip of image files ICC color management ? full ICC compliant color management workflow, including- Ability to assign standard or custom profiles to image files at time of capture and at the time of saving file, also ability to work without a profile. Ability to perform color transformations to standard or custom color spaces. Ability to set rendering intent used for color profile transformation (perceptual and relative colorimetric at a minimum).Ability to save image files with or without color profiles Manual and auto naming-User definable naming conventions-Ability to set the number of characters; Auto count; Append prefix; Append suffix; Append file extension; Ability to save naming conventions. Workflow Management- Job Profiles ? Camera software shall have the ability to define and save all user settings as job profiles, and reuse profiles for later sessions and jobs. User Profiles - Camera software shall have the ability to configure user interface for individuals and save settings as user profiles ? including ability to configure controls that appear in the user interface and ability to lock out access to selected settings. Ability to review images and perform quality control of image files. Ability to perform redos or rescans of appropriate defective digital images as identified as part of the quality control process. Audit trail of all work and rescans. Document indexing capabilities. Ability to calculate and save an MD-5 checksum for each file saved. Ability to record metadata- Ability to define and save metadata in header tags and Adobe XMP (standard and custom panels); Ability to save metadata in compliance with descriptive metadata standards like Dublin Core and user definable schema; Ability to collect and save NISO Z39.87 compliant technical metadata; Ability to perform document indexing-Local workstation based indexing at time of document image capture; Assign indexing metadata to individual and groups of images; Ability to save or export metadata ? delimited text formats to SQL or Oracle databases XMP Standard schema (like METS). Custom schema; Save images packaged with metadata- multiple fields assignable to images; configure fields and metadata scheme for each job; Save and name configuration, ability to reuse configuration for new batches or projects 2.2 Microfilm Scanners (Rollfilm) and Workstations ? Microfilm To Be Scanned - Microfilm of all types- camera originals; camera negatives and COM produced; positives/negatives; silver gelatin on acetate and polyester base, dry silver (thermally processed), etc.; second and third generation duplicates; positives and negatives on silver gelatin, diazo, vesicular, etc.; acetate and polyester base. Non-perf and perforated rollfilm. All standard formats and layouts, with many non-standard formats and layouts. Film ranges in age from new film to 50+ years old film Condition for microfilm ranges from good to poor and very fragile Information content- Records of all types up to 200 years old ? textual, maps, plans, computer data, photos, etc. Single sheet or loose, and bound, Handwritten, typed, printed, carbon or other copies, etc. Quality of microfilm ranges from- good condition to poor condition film well filmed or duplicated (properly exposed and processed, appropriate density, good text legibility, etc.) to poorly filmed or duplicated (uneven lighting, out-of-focus frames, poorly processed, water marks, over or under developed, etc.);high-contrast printed text with sharp-edged characters, to old hand-written documents, and to poor condition, low-contrast originals and/or with diffuse characters, fading text, darkened and stained paper, fine pencil-written annotations, halftone and photographic illustrations, etc. For a complete word copy contact jon.mciver@nara.gov
 
Place of Performance
Address: National Archives and Records Administration, 8601 Adelphi Road, College Park, Maryland,
Zip Code: 20740-6001
Country: UNITED STATES
 
Record
SN01369540-W 20070812/070810222841 (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  © 1994-2020, Loren Data Corp.