Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 25, 2007 FBO #2098
SOLICITATION NOTICE

D -- GeoBase Desktop Tool Kit

Notice Date
8/23/2007
 
Notice Type
Solicitation Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of the Air Force, Air Combat Command, ACC AMIC/PK, 11817 Canon Blvd, Newport News, VA, 23606-4516, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA4890-07-Q-0103
 
Response Due
8/30/2007
 
Archive Date
9/14/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6 STREAMLINED PROCEDURES FOR EVALUATION AND SOLICITATION FOR COMMERCIAL ITEMS ? AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION; QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is FA4890-07-Q-0103 and is issued as a Request for Quote. RESPONSES ARE DUE NO LATER THAN CLOSE OF BUSINESS 30 AUGUST 2007 5pm (EST). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circulation (FAC 2005-16) are incorporated. The associated North American Industrial Classification System (NAICS) for this requirement is 541511. This is a Small Business Set-aside acquisition. Shipping and Delivery: shipping costs shall be included in the line items and date of delivery shall be NLT eight (8) months ARO. ACC AMIC has a requirement CLIN 0001 - (1 each) Program enhancements for GeoBase Desktop Tool Kit IAW Statement of Work. Deliver To: Ms. Lisa Litwin, HQ ACC/CER, 129 Andrews Street. Suite 102, Langley AFB, VA 23665-2769. If not submitting under GSA the following provisions apply: 52.212-1 Instructions to Offerors ? Commercial Items; 52.212-3 Offeror Representations and Certifications Commercial Items. *** The following clauses apply: 52.212-4 Contract Terms and Conditions ? Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders ? Commercial Items applies to this acquisition; 52.222-3 Convict Labor; 52.233-3 Protest After Award, 52.232-33 Payment by Electronic Funds Transfer ? Central Contractor Registration, 52.247-34 FOB Destination, 52.252-2 Clauses Incorporated by Reference, 52.252-6 Authorized Deviation in Clauses; 252.204-7004 Required Central Contractor Registration; 52.212-7001 Contract Terms and Conditions required to implement status of Executive; DFARS 252.232-7003 Electronic Submission of Payment Requests; 52.253-1 Computer Generated Forms; 52.225-1 Buy American Act ? Balance of a Payments Program ? Supplies; 52.222-26 Equal Opportunity; 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.222-22 Previous Contracts and Compliance Reports are hereby Incorporated by Reference; 252.243-7001 Pricing of Contract Modifications; 5352.201-9101 Ombudsman. Offerors may obtain copies of the reference provisions and clauses at: http://arnet.gov/far. All Offerors shall submit the following: 1) Original copy of proposal that addresses all items; 2) A completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Evaluation of Offerors. The Government will award an order to the lowest price technically acceptable offeror. SCOPE OF WORK FOR GeoBase Desktop Toolkit Application Upgrade, 16 July 2007 1.0 Background/Introduction This Statement of Work (SOW) is intended to support the Air Combat Command (ACC) GeoBase initiative. ACC GeoBase (ACC/A7ZG) provides geospatial and web mapping services for Air Combat Command installations on the Global Combat Support System ? Air Force (GCSS-AF) portal. ACC GeoBase users require the ability to manage GIS data layers displayed in this environment. ACC GeoBase requires an upgrade to the capabilities of our existing lightweight and inexpensive editing application known as the GeoBase Desktop Toolkit (GDT). 2.0 Project Specifications 2.1 Place of Performance/Hours of Operation. The Contractor will be required to perform tasks at HQ ACC, Langley AFB, VA, and contractor facilities. Multiple tasks may be performed concurrently. Changes to the approved schedule will be by mutual agreement with a minimum of two weeks notice. 2.2 Contract Type: Firm Fixed Price 2.3 Period of Performance. Delivery is eight (8) months ARO. Multiple tasks may be performed concurrently. Changes to the approved schedule will be by mutual agreement with a minimum of two (2) weeks notice. 2.4 Privacy Act. Work on this project may require that personnel have access to Privacy Information. Personnel shall adhere to the Privacy Act, Title 5 of the U.S. Code, Section 552a and applicable agency rules and regulations. 2.5 Applicable Reference Documents. The Contractor shall comply with all applicable (1) Federal, state, and local environmental statutes, instructions, manuals, handbooks, regulations, guidance, policy letters, and rules (including all changes and amendments) and (2) Presidential Executive Orders, in effect on the date of issuance of this statement of work. 2.6 Security. The Government will provide assistance to the personnel supporting this requirement in obtaining base and workplace access during the period of support. All access documentation will be returned to the Government at the completion of the support services. Compliance with all USAF communications regulations pertaining to access to e-mail and Internet activities is mandatory. Failure to comply is grounds for immediate dismissal. A secret clearance is not anticipated for work pertaining to this order. All deliverables required for this order shall be unclassified. The Contractor shall obtain and monitor assigned security badges used during the duration of this contract. Contractor personnel will conduct themselves in a professional manner, and will not stray from authorized areas unless escorted or properly authorized. Contractor personnel will carry proper identification and conform to all security badge requirements. All such badges/passes shall be returned to the Government POC upon badge/pass expiration, completion of the subtask, or when such possession is no longer a requirement. Compliance with all USAF communications regulations pertaining to access to e-mail and Internet activities is mandatory. Failure to comply is grounds for immediate dismissal. The Contractor shall obtain proper vehicle permits for all vehicles entering Government installations. Under no condition, shall the Contractor unilaterally operate a vehicle on a flightline or in any other restricted area. Should a requirement such as this arise, the Contractor shall request such assistance to the Government POC and fully comply with all forthcoming instructions such as ensuring the vehicles are clean and compliant with the Base Foreign Object Damage Prevention Plan. The Contractor shall comply with the regulations listed below. These regulations may be viewed at the local security office or the contracting office. AFI 31-401 ? Information Security Program Management AFI 31-501 ? Personal Security Program Management AFI 31-601 ? Industrial Security Program Management AFI 33-211 ? Communications Security (COMSEC) User Requirements DOD 5200.1R Appendix C ? Controlled Unclassified Information 2.7 Government Furnished Items. All Government-provided products and facilities remain the property of the Government and will be returned upon completion of the support services. Personnel supporting this requirement will return all items that were used during the performance of these requirements by the end of the performance period. All documented processes and procedures developed under this SOW become the property of the Government. Modification and distribution of end products for use at other installations will be at the discretion of the Government. Source code for existing GDT application and list of known bugs and requested enhancements. The Contractor shall comply with the regulations listed below. These regulations may be viewed at the http://www.e-publishing.af.mil/pubs/publist.asp?puborg=AF&series=33. AFPD 33-1 ? Command, Control, Communications, and Computer (C4) Systems AFPD 33-2 ? Information Protection AFI 33-101 ? Communications and Information Management Guidance and Responsibilities AFI 33-103 ? Requirements Development and Processing 2.8 Contractor Furnished Items. Work under this contract shall be performed at HQ ACC and at Contractor offices. The Contractor shall furnish the required personnel, resources, materials, and equipment necessary to meet the specifications of this task order. 2.9 Government Review. The Government shall review the submitted documentation and solution upon completion of all stated work. Missing or incomplete items shall be documented and forwarded to the Contractor for completion. Upon receipt of a complete submittal, the Government shall conduct a quality review and notify the contractor within 10 days of acceptance (along with any stipulations this includes) or rejection of the deliverables described herein. Failure to adhere to any of the stated delivery specifications could result in rejection of deliverables and nonpayment. Contractors should, at a minimum, submit data and documentation samples at 25% and 75% project completion to avoid the rejection of final deliverables. 2.10 Travel. It is anticipated this effort will require a minimum of one (1) trip to HQ ACC. It is estimated that Contractor team will be on site for two (2) days for the trip. Other trips shall be conducted as determined by the designated Government Point of Contact (GPOC) with at least three (3) days notification to the Contractor. All costs for travel must follow the Joint Travel Regulations (JTR) and are the responsibility of the Contractor. 3.0 Objective The objective is to enhance capabilities of existing GeoBase Desktop Toolkit (GDT) application. This application shall give data stewards increased functionality with regards to existing creation and modification of ACC enterprise geospatial data allow users to edit data layers in an on-line, web mapping services environment. The GDT application shall be enhanced within the ArcGIS Engine development environment so that users need only to purchase an ArcGIS Engine runtime license in order to run GDT. 4.0 Scope In performing the work, the Contractor shall furnish all facilities, services, labor, materials, supervision, and equipment, unless specifically identified otherwise, necessary to provide the services identified, the terms and conditions contained in the contract and the following requirements contained in the Statement of Work (SOW) that are specific to this requirement. This project scope provides for all time, labor and materials to enhance the GeoBase Desktop Toolkit (GDT) application. Specific support tasks and deliverables are outlined in Section 5.0 below. Travel is anticipated. 5.0 Performance Requirements The contractor shall provide a solution that meets the ACC/A7ZG standards. The Contractor shall follow the following specifications in accordance with professional practices and work production standards as described in the paragraphs that follow. 5.1 Kick ? Off Meeting The Contractor shall hold a kick-off meeting with Contracting Officer Representative (COR) within ten (10) days after award via teleconference. This meeting will review the project work plan and its deliverables. 5.2 Project Work Plan The Contractor shall prepare a Project Work Plan (PWP) within ten (10) days of the notice to proceed that provides a framework, technical specifications, approach, and schedule for all work to be accomplished during this project as outlined in this SOW. This PWP will be used to track the various labor, equipment, facilities, and time required to accomplish tasks for this SOW and the associated quality control requirements. The PWP must be approved by the COR prior to beginning production. Once approved, the Contractor will not deviate from the PWP without the express approval of the COR. The Contractor shall prepare and submit as a component of the PWP, a Project Execution Checklist, developed chronologically in conjunction with the Project Schedule. This checklist will allow all stakeholders to determine quickly the degree of project accomplishment and if any critical work item is behind schedule. The delivery date of the PWP will be determined by the COR. 5.3 Monthly Status Report The Contractor shall prepare and submit a Progress, Status, and Management Report (PSMR) within ten (10) days after the end of each month. The PSMR shall be used to review and evaluate the overall progress of the project, along with any existing or potential problem areas. The PSMR shall include a summary of the events that occurred during the reporting period, discussion of performance, identification of problems, proposed solutions, corrective actions taken, and outstanding issues. The PSMR shall also include the project schedule and status through the use of Gantt charts, Microsoft Project or as agreed in the PWP, which shall depict percent spent and percent complete for each task which correlates to each invoice. 5.4 Enhance GeoBase Desktop Toolkit (GDT) Application Contractor shall enhance capabilities of existing GeoBase Desktop Toolkit (GDT). This application shall include all existing functionality of GDT (zoom in/zoom out, identify, measure, modify features, etc.) plus enhancements. Contractor shall upgrade application within the current ESRI ArcGIS Engine (version 9.2) development environment, meaning users will require only an ArcGIS Engine runtime license in order to install and run GDT. Contractor shall work with HQ ACC staff to ensure application has the desired interface (i.e. look and feel like an ESRI ArcGIS tool). 5.5 Application Code Cleanup Existing application code needs to be cleaned up to facilitate easier bug fixes and upgrades. Application code shall be refactored using standard programming practices. 5.6 Data Display Contractor shall enhance GeoBase Desktop Toolkit?s GIS data display capabilities. 5.6.1 Source Tab ? Add a Source Tab in the table of contents that displays location (path) of data in map. 5.6.2 Layer Symbology ? Give users more symbology choices. Add ability to change sizes and colors of symbols, and to use graduated points, different linetypes, markers, polygon hatching, etc. Add ability to add in different ESRI style set (.style) files. 5.6.3 Scale Box ? Add box to existing toolbar that shows current map scale, allows user to enter in a scale (and hit Enter and zoom to that scale), and contains a dropdown for choosing some common scales such as 1:100, 1:1000, 1:250,000, etc. Desired functionality is the same that currently exists in ESRI ArcMap. 5.6.4 Coordinates ? Add box to existing toolbar that displays scrolling coordinates of current position on the map of the mouse pointer/selection tool/draw tool. Coordinates should be displayed in the coordinate system of the data frame. 5.6.5 Map Units ? Add Nautical Miles to choice of available map units, especially in the Layout View. Nautical Miles are critical for USAF operations maps and charts used by pilots. 5.6.6 Map Export ? Current application has no map export capability. Contractor shall enhance GDT so user can export data frame and layout views (created maps) to JPEG, PDF, Bitmap, TIFF, and GIF formats. 5.6.7 Layout View Legend ? Legend in layout view cannot be manipulated. Give user more choices to modify and customize the layout view?s legend similar to ESRI ArcMap functionality. 5.7 Data Properties Contractor shall enhance GeoBase Desktop Toolkit?s GIS data property capabilities. 5.7.1 Expand Data Source Options ? Allow user to pull in data from SDE and ArcIMS services. 5.7.2 Layer Properties ? Add a mechanism for determining layer properties, specifically which fields comprise a layer?s attribute data, and information about those fields including type, length, alias, and number format. 5.7.3 Data Frame Properties ? Add a dialog box (accessible via right-click inside data frame) that shows data frame properties and allows user to change projection, display units, and choose between automatic scale, fixed scale, or fixed extent. 5.7.4 Coordinate Tool ? Create a tool with 2 functions: 1. enable a user to click on the map and see coordinates for that location displayed in Lat/Lon (user set choice of DD or DMS.ss), UTM, MGRS, and (if applicable) the data?s native coordinate system (i.e. State Plane, USNG, etc.). 2. Allow user to type in coordinates (with Lat/Lon, UTM, MGRS, or native coordinate system chosen from a dropdown) and have map frame center on that position, i.e. ?zoom to coordinates? functionality. 5.8 Data Editing Contractor shall enhance GeoBase Desktop Toolkit?s GIS data editing capabilities. 5.8.1 Edit Tool ? Improve edit tool so that it has functionality similar to edit tool in ArcMap. Specifically, allow user to modify and delete features using edit tool. 5.8.2 Edit Data in Different Coordinate Systems ? Current application does not allow user to edit data in different coordinate systems within one map project (.mxd). Contractor shall enhance GDT to allow users to edit data with different coordinate systems in the same map project data frame. 5.8.3 Connect to SDE Data and Edit in a Versioned Environment ? GDT shall be upgraded to allow users to connect to versions of an enterprise geodatabase (ESRI ArcSDE) and edit data within those versions. 5.8.4 Selection Tools ? Current selection methods are inadequate and shall be improved to have similar functionality as selection tools in ArcMap. Specifically, allow user to right click on feature in table of contents and choose select all, clear selected features, and switch selection. Current Select All tool does not seem to be functional. 5.8.5 Attribute Selection ? Enable selected map feature(s) to be highlighted in the attribute table, and features corresponding to selected attribute record(s) to be highlighted in the map data frame. 5.8.6 Add X,Y Table ? Enable other data formats to be imported for x,y tables. Specifically user shall be able to import x,y tables in .dbf, .xls. Dbase, and tab delimited formats. 5.8.7 Export Data ? Contractor shall enhance GDT so user can export GIS data (either all or selected features) to shapefile and geodatabase feature class formats. 5.9 GDT User Help Contractor shall upgrade User Help contents to describe the functionality of each tool and document the added enhancements and changes to GDT application. 5.10 Application Configuration and Testing Contractor shall install, configure, and test application at HQ ACC server to meet HQ ACC GeoBase GDT enhancement requirements. Contractor shall ensure that application runs properly on the HQ ACC and Air Force GCSS portal enterprises. 6.0 Target Deliverables: The table below shows target deliverables and timeline for delivery. 6.1 Project Deliverables Task Deliverable Media Due 5.1 Kick-off Meeting PowerPoint or MS Project Presentation Award + 10 days 5.2 PWP Document (Word Format) Electronic file via email Award + 10 days 5.3 Monthly Status Reports Email Monthly 5.4 Enhance GDT Application N/A Award + 300 days 5.5 Application Code Cleanup N/A Award + 300 days 5.6 Data Display N/A Award + 300 days 5.7 Data Properties N/A Award + 300 days 5.8 Data Editing N/A Award + 300 days 5.9 Update User Help N/A Award + 300 days 5.10 Application Configuration and Testing Electronic file Award + 300 days 6.2 Inspection and Acceptance. In the absence of other agreements negotiated with respect to time provided for Government review, deliverables will be inspected and the Contractor notified of the COR?s findings within five work days of normally scheduled review. If the deliverables are not acceptable, the COR will notify the Contracting Officer immediately. 7.0 Government Points of Contact The COR is: Elton Sledge, Capt, USAF Chief, GeoSpatial Information Office 129 Andrews St Ste 102 Langley AFB VA 23665 757-764-7089 elton.sledge@langley.af.mil
 
Place of Performance
Address: HQ ACC/CER, langley AFB, VA
Zip Code: 23665-2769
Country: UNITED STATES
 
Record
SN01382742-W 20070825/070823221252 (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.