Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2008 FBO #2334
SOLICITATION NOTICE

T -- Aerial Film Scanning

Notice Date
4/15/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
812921 — Photofinishing Laboratories (except One-Hour)
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-D-08-AERIALSCAN
 
Point of Contact
Tanya N Bealmer,, Phone: 970-498-1175
 
E-Mail Address
tbealmer@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
Submit all quotes electronically to tbealmer@fs.fed.us. Telephone inquiries WILL NOT BE ENTERTAINED. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. The solicitation number is AG-82FT-D-08-AERIALSCAN and the requirement is issued as a request for quote (RFQ). Date posted to FedBizOpps: 15 APRIL 2008 Date posting will close: 28 APRIL 2008 The Government intends to award a Firm-Fixed Price indefinite delivery, indefinite quantity (IDIQ) contract for film image scanning. The desired period of performance for the services described herein is anticipated to be 01 days after date of contract award and shall last for a period of 12 consecutive months. The services includes the contractor furnishing all labor, transportation, equipment, materials, supplies and supervision needed to perform image scanning from aerial film as described herein. This contract will include a base year and four one-year options. There will be no future synopsis in the event the options included in the contract are exercised. No new work can be issued after one year following award of initial contract unless an option year is exercised. The total contract value and cumulative delivery order issuances will not exceed $500,000.00. The procurement shall consist of services including image scanning for Kodak Aerocolor III negative (2444/SO-846) 9.5 inch film or equivalent. Orders will be made from either in entire film rolls or specifically identified frames within a film roll. Order quantity is in varying amounts from 1 to 10,000 scans and can occur throughout the calendar year with the majority occurring during the summer months. The magnitude of work is not accurately predictable due to the inability to forecast fire, weather, and insect/disease related forestry events in advance of their occurrence. Pricing should be provided for each CLIN listed below as well as for each of the four option periods. Individual requested requirements include: CLIN 0001: Aerial film image scanning for Kodak Aerocolor III 2444/SO-846 9.5 inch film or equivalent. CLIN 0002: Aerial photograph titling 9.5 inch film. CLIN 0003: Sample scan sets for Kodak Aerocolor III 2444/SO-846 9.5 inch film or equivalent. GENERAL REQUIREMENTS: All developed aerial film shall be maintained free of chemicals, stains, tears, scratches, abrasions, watermarks, finger marks, lint, dirt, and cared for so that physical defects are avoided. The imagery shall be maintained clear and sharp and free from dust and scratches and other imposed defect. Film must be carefully cleaned before scanning so that the quality of the resulting scans is not impacted. Any marks placed on the film for titling or editing purposes shall be removed prior to scanning The scan shall include the film image from edge to edge of the film and all fiducial marks associated with the image. The data block should be excluded from the scan. The scans shall be clear and sharp in detail with uniform density, and free from dirt and other defects in the digital imagery in accordance with the following requirements: (a) Resolution. Aerial photography shall be scanned such that the final product results in a 600 dots per inch (40 microns) resolution or the resolution specified in the individual task order. (b) Accuracy. The geometric accuracy of the scan shall be such that a Root Mean Square Error (RMSE) of 2 or less results when registering the calibrated fiducial marks to the scanned image. (c) Histogram. The histogram of scanned images must represent all the pixels with the digital image without clipping highlight or shadow detail from the image. (d) Color Requirements. Color balance is defined as balancing the color between the three primary colors and their complimentary secondary color. Red and cyan must be balanced. Green and magenta must be balanced. Blue and yellow must be balanced. Color saturation is achieved so that minimum colors do not look like a grayscale image and the maximum colors do not bleed into another area of the image. The scanned images shall capture red, green, and blue channels for both natural color and color infrared at 8-bits per channel. File Format. Tagged Image Files (TIFF). Scanned files shall be submitted in accordance with the Baseline TIFF 6.0 file format as defined in the TIFF 6.0 Specifications. All baseline TIFF 6.0 files shall store data as uncompressed RGB full-color images as defined in the specification using the little-endian byte order and shall only contain one image file directory (IFD). All TIFF files submitted shall be readable by older applications that assume TIFF 5.0 or an earlier version of the specification. TIFFs that use designated Extended TIFF 6.0 file features shall not be acceptable. Features designated as not recommended for general data interchange are considered extensions to the Baseline TIFF 6.0 specifications, and will not be acceptable. This includes TIFFs that use one of the major new extensions such as tiled images. In the TIFF 6.0 specification, the term tag refers only to the identifying number, the term field refers to the entire field, including the value. Tags that are defined by the TIFF specification are called public tags and shall not be modified outside of the parameters given in the latest TIFF specification. Tags numbered 32768 or higher, sometimes called private tags, are reserved and shall not be acceptable. Enumeration constants numbered 32768 or higher are reserved and shall not be acceptable. Do not choose your own tag numbers, use only those specified in the Baseline TIFF 6.0 Specification for RGB full-color. Tags numbered in the reusable 65000-65535 range shall not be acceptable. TITLING REQUIREMENTS: Titling may or may not be required. If required, the type of titling requirement (project or resource) will be supplied on each individual order. At a minimum titling will require that each exposure shall be clearly titled on the northern edge of the film, using standard block lettering 6.35 mm (1/4 inch) letters. The titling shall be sharp, legible, and uniformly applied with a non flaking black ink. SAMPLE SCANS: Sample scans may or may not be required by the customer. If ordered, the contractor shall be responsible for determining the format in which the scans are delivered to the Government. The scans may be uploaded to a secure internet site or be submitted via some other media type. The Government will not supply any storage media for sample scan requirements. MEDIA REQUIREMENTS: All scanned images shall be delivered on DVD, External Hard Drives, or other media to be indicated in the individual task order(s). a. Digital Versatile Disks (DVDs). All digital versatile disks (DVDs) shall be delivered on archival media, 4.7 Gigabytes (GB) (120-minute) per disk DVD+/-R, ISO 9660 Mode 1 format using level 2 interchange. The Contractor must insure that each and every copy session has been properly closed. No multi-session enabled DVDs shall be acceptable. The DVD media shall have a label attached identifying the digital contents of the DVD. Thermal printed DVDs are acceptable. DVD media shall be packaged in standard single DVD jewel cases (5-5/8 inch x 4-15/16 inch x 3/8 inch) with a clear front cover. The DVD label should be readable without opening the case or removing the DVD from the case b. External Combo USB2.0/IE1394 (Firewire) Hard Drives. All external hard drives shall be Combo style drives, capable of both USB2.0 and IE1394 (Firewire) connections. The drives shall be formatted using the New Technology Filing System (NTFS.) Drives will be provided by the Government at the time the delivery order is issued. During the term of this contract, and any applicable options, it may be required that the contractor supply the drive at some time in the future. This requirement will be negotiated if it occurs. If supplied by the contractor (as specified in the task order) the drives shall become property of the USDA and shall not be returned to the contractor. Each drive shall have a label attached identifying the project name. In addition to the packaging requirements in D-2, the drive shall be shielded by enclosure in an anti-static bag or container. EQUIPMENT REQUIREMENTS: Color photogrammetric scanners shall be used for this requirement. STORAGE REQUIREMENTS: Processed aerial film in sealed containers shall be stored in a dust free environment within a temperature range of 10 to 21 degrees Celsius and a relative humidity of 30-50%. Due to the sensitivity and availability of images captured, the Government is requesting that, as a minimum, the film be stored in a fire vault with a minimum 80 minute burn time rating. Delivery location will be specified on each delivery order and each shipped film will be accompanied with a return FedEx label that has been paid for by the Government. Performance Standards: Scan orders under 1,000 images shall be completed within five business days; scan orders between 1,001-2,000 images shall be completed within ten business days; scan orders from 2,001-3,000 images shall be completed within fifteen business days; and scan orders in excess of 3,000 images will be set on an individually negotiated return date. The North American Industry Classification System (NAICS) Code is 812921 Film developing and printing/photo-finishing services. The Size Standard is $6,500,000. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGAR) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. The following provisions and clauses applicable to this requirement include: FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following additional FAR clauses cited in the clause: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.219-14, Limitations on Subcontracting; FAR 52.222-3, Convict Labor; FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1, Buy American Act-Supplies; FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional applicable clauses are: FAR 52.227-14, Rights in Data-General. Offerors must be registered in the Central Contractor Registration (CCR) database with a DUNS number in order to participate in this procurement. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov. Quotes must reference the CAGE code or DUNS number of the responding vendor, and a valid TIN number. Contractors who believe they possess the expertise and experience shall submit a quote in writing to Tanya Bealmer, RMRS Acquisition Management, USDA Forest Service, 240 West Prospect Road, Fort Collins, CO 80526, or electronically to: TBealmer@fs.fed.us. In addition to the price quote contractors are required to provide the names and phone numbers of three references for past performance verification. Voice communications will not be entertained. Responses must be received not later than 9:00 a.m. MST 28 APRIL 2008. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified, and indicate the appropriate NAICS code.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=04e5c6a5b1e2c11032cd5dd4fbbd44f7&tab=core&_cview=1)
 
Place of Performance
Address: Contract Performance will occur at vendor's location., Fort Collins, Colorado, 80526, United States
Zip Code: 80526
 
Record
SN01554447-W 20080417/080415220558-04e5c6a5b1e2c11032cd5dd4fbbd44f7 (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.