Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
MODIFICATION

99 -- FA4890-07-Q-0112GeobaseSatelliteImagery

Notice Date
9/7/2007
 
Notice Type
Modification
 
NAICS
541360 — Geophysical Surveying and Mapping 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
23606-4516
 
Solicitation Number
FA4890-07-Q-0112
 
Response Due
9/17/2007
 
Archive Date
10/2/2007
 
Point of Contact
Susan Baldwin, Contract Manager, Phone 757-225-7714, Fax 757-225-7765, - Susan Baldwin, Contract Manager, Phone 757-225-7714, Fax 757-225-7765,
 
E-Mail Address
susan.baldwin@langley.af.mil, susan.baldwin@langley.af.mil
 
Description
THIS AMENDMENT TO FA4890-07-Q-0112 GEOBASE SATELLITE IMAGERY CHANGES THE ACQUISITION TO FULL AND OPEN COMPETITION, IN LIEU OF SMALL BUSINESS SET-ASIDE, AND EXTENDS THE RESPONSE DATE TO 17 SEPTEMBER 2007, IN LIEU OF 12 SEPTEMBER 2007. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. 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-0112 and is issued as a Request for Quote. RESPONSES ARE DUE NO LATER THAN CLOSE OF BUSINESS 17 SEPTEMBER 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 541360 ($4.5M). This is a "Full and Open" competitive acquisition. Shipping and Delivery: shipping costs shall be included in the line items and date of delivery shall be NLT twelve (12) months ARO. ACC AMIC has a requirement CLIN 0001 - (1 LOT) Procure satellite imagery for over 250 expeditionary locations to assist with mapping and contingency needs IAW the Statement of Work. CLIN 0002 ? (1 EA) Capture satellite imagery of ACC installations and surrounding areas IAW SOW. Deliver To: HQ ACC/CER, Langley AFB, VA 23665-2769. SCOPE OF WORK FOR Satellite Imagery Collection for Air Combat Command Garrison and Expeditionary Locations 27 August 2007 1.0 Background/Introduction This Statement of Work (SOW) is intended to support the Air Force GeoBase initiative at sixteen (16) Air Combat Command Garrison locations and two hundred and fifty (250) Expeditionary locations. The Air Force has undertaken the GeoBase effort to increase its operational efficiencies by establishing a geo-referenced Common Installation Picture (CIP), consisting of a set of reference digital maps covering base installation features and infrastructure necessary to conduct base operations and site management. 2.0 Project Specifications The objective of this SOW is for the Contractor to provide necessary professional services to the Base to support GIS regional map layers and achieve GeoBase IOC and functionality. The populated database required to accomplish this will consist of imagery, topographic, and planimetric feature data described in Section 5.0. This SOW identifies the required tasks, associated standards, and required deliverables. 2.1 Place of Performance/Hours of Operation. The Contractor will be required to perform tasks at Contractor facilities and other vendor 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. Contract period is twelve (12) months from notice to proceed. 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. 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 Contractor offices. The Contractor shall furnish the required personnel, resources, materials, and equipment necessary to meet the specifications of this SOW. 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 not require travel. If needed, 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 collect satellite imagery for sixteen (16) Air Combat Command installations within the contiguous United States (Appendix A) and two hundred and fifty (250) locations in Southwest Asia and Central and South America (Appendix B). 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 collect satellite imagery for all locations. Specific support tasks and deliverables are outlined in Section 5.0 below. Travel is not 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 tele-conference kick-off meeting with Contracting Officer Representative (COR) within ten (10) days after award. 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 Satellite Imagery Collection The Contractor shall collect orthorectified satellite imagery at sixteen (16) Air Combat Command CONUS installations and two hundred and fifty (250) OCONUS locations within CENTAF and AFSOUTH areas of operation in Southwest Asia, Central and South America. CONUS locations will need to be collected during calendar year 2008 (CY08). The OCONUS collections can be collected from beginning of award date. A list of OCONUS locations and priority will be provided upon award of contract. Delivered images will consist of mosaic, color, high resolution imagery in a compressed and uncompressed format. Compressed images will be in MrSID format at a 1:20 compression rate. Uncompressed images will be in GeoTIFF format. Imagery delivered will be georeferenced with a positional accuracy of CE 90% and a RMSE error of less than 4 meters. Imagery will be provided in WGS84 datum, projected in the appropriate UTM zone. (Appendix C) Control will be obtained from the National GeoSpatial Intelligence Agency (NGA). HQ ACC GeoBase will provide control for the site if not available. Images should contain minimal cloud cover, with zero percent cloud cover over the airfield and with less than 10% cover for within the site boundary and less than 20% coverage for the rest of the scene. Image metadata files should also be provided in XML format, which should contain specifics about accuracy, temporal collection information, datum and coordinate system. . 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 Telecon and PowerPoint or MS Project Presentation Award + 10 days 5.2 PWP Document (Word Format) Email, Hardcopy Award + 10 days 5.3 Monthly Status Reports Email Monthly 5.4 Collect Satellite Imagery DVD Award + 330 days 5.4 Orthorectification N/A Award + 330 days 5.4 Metadata XML Award + 330 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 Contracting Manager is: Susan Baldwin ACC AMIC/PKA COMM: 757-225-7714 susan.baldwin@langley.af.mil The COR is: Elton Sledge, Maj, USAF Chief, GeoSpatial Information Office 129 Andrews St Ste 102 Langley AFB VA 23665 757-225-1455 elton.sledge@langley.af.mil Appendix A: CONUS Site locations SITE_NAME COUNTRY Upper Left Lower Right Barksdale AFB USA 32.65/-93.82 32.36/-93.51 Beale AFB USA 39.29/-121.61 38.98/ -121.27 Creech AFB USA 36.73/-115.87 36.45/-115.49 Davis Monthan AFB USA 32.31/-111.05 32.02/-110.72 Dyess AFB USA 32.58/-100.00 32.26/-99.70 Ellsworth AFB USA 44.29/-103.29 44.00/-102.92 Holloman AFB USA 33.05/-106.29 32.69/-105.92 Langley AFB USA 37.22/-76.55 36.95/-76.17 Minot AFB USA 49.01/-102.50 47.35/-100.25 Moody AFB USA 31.11/-83.36 30.83/-83.04 MtHome AFB USA 43.18/-116.05 42.91/-115.69 Nellis AFB USA 36.37/-115.20 36.10/-114.87 Offutt AFB USA 41.25/-96.09 40.99/-95.73 Seymour Johnson AFB USA 35.47/-78.15 35.21/-77.77 Shaw AFB USA 34.11/-80.63 33.83/-80.31 Whiteman AFB USA 38.85/-93.74 38.59/-93.38 Appendix B: OCONUS Site Locations A detailed site and priority list will be provided upon contract award. Each site location is approximately 100 sqkm. Appendix C: Imagery Requirements Spatial Resolution: < 1 meter Product Type: Customized Orthorectified Product Max. Angle off-nadir: 17 degrees Temporial Resolution: 330 days from award date Format: GeoTIFF, MrSID Cloud Cover: 0% on airfield, <10% within installation boundary, <20% rest of scene NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (07-SEP-2007); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/ACC/AACCONS/FA4890-07-Q-0112/listing.html)
 
Place of Performance
Address: HQ ACC/CER Langley AFB VA
Zip Code: 23606
Country: UNITED STATES
 
Record
SN01399764-F 20070909/070907230602 (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.