Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
SOLICITATION NOTICE

67 -- Acquisition of a Mapping Quality Metric - Medium Format Digital Aerial Imaging System

Notice Date
12/23/2008
 
Notice Type
Combined Synopsis/Solicitation
 
Contracting Office
Department of the Interior, Fish and Wildlife Service, CGS-WO, Contracting and Facilities Management, Region 3 US Fish & Wildlife Service1 Federal Drive, Room 652 Fort Snelling MN 55111
 
ZIP Code
55111
 
Solicitation Number
301819Q073
 
Archive Date
12/23/2009
 
Point of Contact
Elaine DeGroot Contract Specialist 6127135218 Elaine_DeGroot@fws.gov;<br />
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION NO. 301819Q073 - SUPPLY: MAPPING QUALITY METRIC - MEDIUM FORMAT AERIAL IMAGING SYSTEM, U.S. FISH & WILDLIFE SERVICE (REGION 3), FORT SNELLING, MINNESOTA (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued (ii) The solicitation number is 301819Q073 and is issued as a request for quotation (RFQ) (iii) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28 (iv) This solicitation of offers is issued for full and open competition. NAICS code is 334119 Other Computer Peripheral Equipment Manufacturing. The magnitude of this acquisition is estimated to not exceed $600,000.00. (v) Pricing must be provided for the following line items:Line Item 0001 Mapping quality metric - medium format aerial imaging system, Quantity - 1 Lump SumLine Item 0002 Flight Planning Software, Quantity - 2 EachLine Item 0003 Image Processing Software, Quantity - 2 EachLine Item 0004 Installation/Maintenance, Quantity - 1 Lump SumLine Item 0005 Training, Quantity - 1 Lump Sum (vi) Description of requirements: 1. Acquisition of the camera system will include:1.1. System installation - camera mounting must provide a seal sufficient to minimize loss of cabin heat to allow camera operation below 0 degree Celsius outside air temperature.1.2. Operator hardware/software training and manuals (2 sets/2 licenses)1.3. Mission Planning Software (2 sets/2 licenses)1.3. Mission Navigation Software (1 set) 2. Background2.1 For over 100 years the U.S. Fish and Wildlife Service (Service) has used aerial reconnaissance in the forms of direct observation and remote sensing to meet its legislated responsibilities (e.g., especially those outlined in the National Wildlife Refuge System Improvement Act and Migratory Bird Conservation Act). Over the past 17 years, the Service has met some of these responsibilities using an analog, film-based aerial camera (Jena LMK2000) operated onboard Service aircraft. This in-house capability has equipped the Service to accomplish small and time sensitive aerial surveys of federal trust species and their habitats, research and development projects, emergency response activities related to natural disasters and the subsequent damage assessment, and law enforcement activities involving chain of custody elements. These surveys are conducted year-round throughout the U.S. and Canada, requiring a system that can be operated in a variety of harsh climates and remote areas. These surveys meet legislated responsibilities and do not compete against traditional professional mapping surveys, which the Service continues to use. 2.2 Due to the age of the analog camera and the shift to digital image acquisition and interpretation, the Service is seeking a medium-format digital aerial imaging system to replace the analog camera. It is the Service's objective that this replacement system will afford an improved capability to meet the Service's legislated responsibilities with increased safety, efficiency, and effectiveness. Even though the criteria list below is quite extensive, many of the commercial digital aerial imaging systems will exceed the criteria in some cases and not meet the criteria in other cases. The Service also has a limited budget for this acquisition therefore all offers will be evaluated based on the criteria and the cost of the system. 3. Acronyms DEMDigital Elevation ModelDTMDigital Terrain ModelESRIEnvironmental Systems Research InstituteFMCForward Motion CompensationFOVField of ViewGPSGlobal Positioning SystemGSD Ground Sample DistanceIMUInertial Measurement UnitINSInertial Navigation SystemIRInfraredMSLMean Sea Level 4. Platform - The Service operates a non-pressurized 1990 Partenavia P68 Observer 2 with a standard 2.1 X 1.5 ft camera hatch that can be opened and closed in flight. The system must fit in this airplane without any modifications to the airframe. Cabin measurements, electrical system descriptions and images can be accessed at www.vulcanair.com. 5. To be considered, all submissions shall show that the aerial imaging system proposed meets the following minimum requirements:5.1. All end products are GIS-ready (TIFF/GeoTIFF, JPG, GRID, SHP).5.2. Ability to capture data in at least the following four discrete radiometric bands: IR, Red, Green, and Blue; describe how this is accomplished5.3. Capable of operating in an un-pressurized aircraft up to 12,500 ft MSL5.4. 28 Volts DC - 60 amp maximum combined electrical requirement for sensor and control systems5.5. Ability to rapidly review images for basic quality and completeness during, and immediately after flight5.6. Minimum image size of 39 megapixels5.7. Minimum 12-bit pixel depth5.8. Demonstration of an integrated software-based orthorectification is required using the same 25km X 75km area described in Software ((6.2.1) below, including accuracy statements and processing time involved.5.9. Integrated GPS/INS and Flight Management System (describe the GPS and INS/IMU recording rates)5.10. System delivery, installation, and associated training must be completed by April 15, 2009. 6. The government desires several system attributes that will increase overall effectiveness. At a minimum, potential vendors who submit proposals in response to this solicitation are required to address the following items.6.1. HARDWARE6.1.1. Describe the automated camera system calibration features; is the procedure fully or partially automated? How long does it take to calibrate?6.1.2. Describe and provide the documentation on the sensor's geometric and radiometric stability.6.1.3.Describe the separation of the radiometric bands.6.1.3.1. Provide detailed spectral sensitivity information of each band.6.1.3.2. Describe filtering options for increased band discrimination6.1.4.Describe the maximum GSD at 1,000 feet above ground level and the across-track FOV for each lens available as well as the parameters required to achieve 2 inch/pixel resolution at 30% forward over-lap (e.g., lens, altitude, airspeed).6.1.5.Describe lens options and the FOV of each. Are additional lenses included in system price or purchased separately?6.1.6.Is system sensor capable of a cross-track width coverage of 6,000 pixels or greater to maximize image footprint?6.1.7.Describe how FMC is addressed. If a system being proposed utilizes FMC, describe the technique and results. If a proposed system does not utilize FMC, show that this does not significantly contribute to pixel smear, and the resulting loss of geometric and / or radiometric accuracy. 6.1.8.Describe the GPS and INS/IMU components and recording rates6.1.9.Is there an option to increase mosaic accuracy by using differential correction in post-processing?6.1.10.Does system generate header/metadata recording file for post processing and archiving (i.e., exterior orientation AND image header, exterior orientation OR image header or neither)6.1.11.Describe gyroscopic stabilized and / or azimuth compensating mounting options (identify if the system is stabilized along multiple axes, single axis or none)6.1.12.Imagery will occasionally be collected in sub-freezing conditions (< 0 Celsius outside air temperature), with cabin temperatures potentially as low as -5 Celsius. Please state if system will be fully operational in these conditions and describe the procedure for warming to minimal operating temperature.6.1.13.Proposals shall address data storage and archiving systems, including current and planned solutions. At a minimum, it is desired that the system include removable storage devices with a combined minimum capacity of 1 Tbyte. Describe if drives are platter-based or solid state and the cost of additional drives.6.1.14.This system will be installed in a non-pressurized aircraft. Provide a detailed description of the installation / removal procedures, including time estimates to complete the iteration, including any ensuing calibration / quality assurance considerations.6.1.15.A minimal power requirement is desired and must be compatible with a 28 volt system. Describe power filtration and provide detailed power requirements for all system components. Describe how electromagnetic radio frequency interference is eliminated.6.1.16.Describe the minimum crew required for operation.6.1.17.Indicate if the system has received, or is in the process of receiving, the United States Geological Survey / Inter-Agency Digital Imagery Working Group (IADIWG) Certification6.1.18.Describe the warranty and maintenance structure and costs included with the digital imaging system and what components are covered (Include options for additional maintenance terms).6.1.19.For those components that are field serviceable by the operator, the following turnaround times are expected: In the U.S. - 1 day to ship parts, Outside the U.S. - 3 days to ship parts. 6.1.20.Describe past upgrade options for owners of current system and future upgrade options for the proposed system (is system modular or will an upgrade require complete replacement?).6.1.21.The submission shall include a description of training proposed for government personnel, including system installation, operation, maintenance, and removal and imagery acquisition and post-acquisition processing.6.2. SOFTWARE6.2.1.A minimal number of stereo models for a typical survey project area are desired. Assuming a 60% end-lap and 30% side-lap requirement, a calculation of the number of stereo models to cover a 25 km x 75 km area at 0.5', 1.0', and 2.0'/pixel resolutions shall be made and submitted with the proposal. What software would be used to generate these stereo models, is the process automated, and what is the processing time for each model?6.2.2.Describe an integrated software-based orthorectification process using the same 25km X 75km area, including accuracy statements, processing time, and software involved. 6.2.3.Describe the software and methodology employed in DEM and DTM generation using stereo pairs and provide an estimated accuracy statement. List mission planning and navigation software provided. 7. PERFORMANCE - Proven reliability is important. Proposals shall include the number of units sold to date, average system age, and relevant service data (if new make & model, then state information for the previous model). The service data shall include at a minimum:7.1. Number of unscheduled maintenance calls7.2. Average time (in days) to completely resolve unscheduled maintenance calls7.3. Frequency of scheduled maintenance (per unit in service in 2008)7.4. Average time required for scheduled maintenance7.5. Owner's references (minimum of 3, maximum 5) 8. SAMPLE PRODUCTS - Please provide at least four stereo images in adjacent flight lines, an orthomosaic, and DEM/DTM of the same site for evaluation (6-12"/pixel imagery preferred). Document acquisition and processing parameters (60% endlap/25% sidelap, 70mm lens, 1000m AGL, GPS differentially processed, etc.) (vii) Delivery is due April 15, 2009. Product installation, flight installation, and live training will be at Lakeville, MN. One copy of software to be installed at the Regional Headquarters, Fort Snelling, MN and the second copy to be installed at the Upper Midwest Environmental Science Center in LaCrosse, WI. In is anticipated that the installation at LaCrosse would be in conjunction with a test/training flight subsequent to the installation and testing of the camera unit. Acceptance and FOB point is at destination. (viii) The provision at 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition and addenda to the provision includes all quotes to be in English and priced in U.S. dollars. (ix) The provision at 52.212-2, Evaluation -- Commercial Items, applies to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows: Technical capabilityPricePast performanceSample Products Technical capability, past performance, and sample products, when combined, are approximately equal to price. (x) Offerors shall complete and include one completed copy of the FAR provision at 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. (xi) FAR Clause 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. (xii) FAR clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The following additional FAR clauses cited in the clause are applicable to the acquisition: 52.203-06 Alt I, 52.219-4, 52.219-08, 52.219-28, 52.222-352.222-19, 52.222-26, 52.222-21, 52.222-35, 52.222-36, 52.222-37, 52.222-39, 52.222-50, 52.232-33, (xiii) Additional terms and conditions applicable to this acquisition are as follows: 144839.01IT SECURITY REQUIREMENTS The contractor shall comply fully with the security requirements of the "Information Technology Security Requirements for Acquisition Guide" as published by the U.S. Department of the Interior, Fish and Wildlife Service. The Guide is available at http://www.fws.gov/contracts/acqlink.html. This Guide addresses three basic types of IT contracts and states different sets of requirements for each type. The security requirements of the Guide sections applicable to this contract are (only those marked apply): XX 4.1 Commercial Off-the-shelf Hardware or Software_____ 4.2 Development or Maintenance of Custom Applications Services_____ 4.3 Outsourced IT Services or On-Site Support Services Any instance of a material non-compliance will be cause for declaring this contract in default. 144842.01Contractor Performance System (CPS) The Contractor Performance System (CPS) is a Federal, multi-agency, web based system created to collect, maintain, and disseminate contractor performance information as required by the Federal Acquisition Regulation, Subpart 42-15. The system allows contractors to access interim and final evaluations electronically for review and comment following registration into the system. Contractors receiving awards in excess of $25,000 are required to register in this system. You may register using the following website: http://cpscontractor.nih.gov. This site provides instructions on how to register and offers computer-based training for contractors through the "CPS Contractor On Line Training" hyperlink. There is no fee for registration or use of the system. Electronic evaluations are available to registered Contractors for review 30 days from the date the evaluation is sent. (xiv) N/A (xv) N/A (xvi) Quotes must be received by 4:00 P.M. Central Time on February 2, 2009. Two copies of quotes must be submitted to the U.S. Fish and Wildlife Service, Region 3, Contracting and Facilities Management Division, Attention: Elaine DeGroot, 1 Federal Drive, Fort Snelling MN 55111-4056. (xvii) For information regarding the solicitation, please contact Elaine DeGroot at 612/713-5218 or Elaine_degroot@fws.gov
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cac608eb72ccb6b8dcfd7ca7728b8469&tab=core&_cview=1)
 
Place of Performance
Address: Lakeville, Minnesota<br />
Zip Code: Fort Snelling, Minnesota<br />
 
Record
SN01723354-W 20081225/081223215220-cac608eb72ccb6b8dcfd7ca7728b8469 (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.