Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2009 FBO #2813
SOURCES SOUGHT

T -- High Resolution Aerial Imagery

Notice Date
8/5/2009
 
Notice Type
Sources Sought
 
NAICS
541370 — Surveying and Mapping (except Geophysical) Services
 
Contracting Office
Department of the Interior, Office of Surface Mining, Headquarters, OSM, Headquarters1951 Constitution Ave, NWWashingtonDC20240US
 
ZIP Code
00000
 
Solicitation Number
S09PS00172
 
Response Due
8/19/2009
 
Archive Date
9/18/2009
 
Point of Contact
Trudeau,Dawn 303-293-5059 dtrudeau@osmre.gov<br />
 
E-Mail Address
Trudeau,Dawn
(dtrudeau@osmre.gov)
 
Small Business Set-Aside
N/A
 
Description
Statement of Work Acquisition and Production of High Resolution Aerial Imagery for the Amcoal, New Mexico Mine Site Area ScopeThis statement of work applies to the acquisition of high resolution digital aerial imagery required by the Office of Surface Mining, Reclamation and Enforcement (OSM), Western Region, Program Support Division. Hereafter, called the contracting agency. This document identifies a set of specifications for digital aerial image acquisition and critical process and delivery requirements. ObjectivesThe overall objective is to acquire high resolution digital multispectral imagery at a high resolution, engineering grade scale for the Amcoal, New Mexico mine site. The areal extent of the Amcoal mine site is approximately 300 acres. See Attachment 1 for a map location. Project RequirementsThe requirements for the project consist of the following services and specifications: All aerial mapping efforts will conform to American Society of Photogrammetry and Remote Sensing (ASPRS) large scale mapping standards for 1 = 600. 1. Survey crew is to set ten evenly distributed aerial control panels at the mine site. The site panels will be documented with at least two on-site photographs, showing an overview of the site and features surrounding the area, a GPS rover file, and drawn station diagram of the site. 2.OSM will provide an image base of the area so the vendor can locate points to be collected and provide to OSM where the intended points will be located prior to collection. 3.Point locations collected will be at a precision level of 20cm horizontal accuracy and 20 cm vertical accuracy or better. 4.Imagery will be flown within 24 hours following placement of all control panels, weather permitting. 5.Multispectral aerial photography is required and will be collected with a digital aerial camera in 8-bit format. The wavelength required for Band 1 is between.45 to.52 micometers (m) of the electromagnetic spectrum, Band 2 is.52 to.6 m, Band 3 is.63 to.69 m and Band 4 is.76 to.9 m. 6.Imagery will be collected between 1000 and 1400 to minimize shadow due to sun angle. Imagery shall be acquired only when the collection area is free of cloud cover, cloud shadows, high overcast clouds causing low illumination, haze, fog, smoke, dust, excessive moisture due to rainfall, or other environmental factors causing non-manmade obstruction of the ground surface. Light conditions should be such that collected images are free from smear, blur, or noise. 7.Image resolution required will be 30.48 cm (1 foot) ground sample distance. 8.Planimetric horizontal accuracy requirement is a root mean squared error (RMSE) of 0.7 or better. The vertical accuracy maximum elevation difference shall be +/- 0.7 ft. or better. 9.Imagery will be flown in accordance with specifications required (i.e. 60% side overlap and 30% forward overlap) to generate a digital elevation model (DEM). 10.Horizontal accuracy will be tested by comparing the planimetric coordinates of well-defined ground points with coordinates of the same points from an independent source of horizontal accuracy. Vertical accuracy will be tested by comparing the elevations of well-defined points with elevations of the same points as determined from a source of higher accuracy. When checking elevations, the horizontal position of the ground point may be shifted in any direction by no more than twice its expected accuracy at the 95% confidence level. Points will be distributed to reflect the geographic area of interest and the distribution error of the image. 11.Statistical results from the photogrammetric processes and accuracy determinations will be provided to and evaluated by the contracting agency prior to payment. 12.Image contour intervals will be derived from the extracted DEM at a level of two feet or better. 13.Check point accuracy requirement for both the orthorectified imagery and the extracted DEM will use the National Standard for Spatial Data Accuracy (NSSDA) and be a 0.7 ft. RMSE or better. A minimum of 20 check points will be tested. 14.Website enabled capability so that project progress can be tracked by contracting agency. Project Deliverables1. Ground control point panel photographs, GPS coordinates and station diagrams on CD/DVD media or other storage media with a USB port. 2.Raw multispectral 4 band, 8-bit imagery tiles in GeoTIFF format with associated World files on DVD or other storage media with a USB port.Flight line index in ESRI Arc shapefile format. 3.Multispectral 4 band, 8-bit imagery orthorectified, to above referenced scale and accuracy requirements delivered in GeoTIFF format with associated World files on DVD or other storage media with a USB port.Flight line index in ESRI Arc shapefile format. 4.Orthorectified multispectral 4 band, 8-bit imagery color balanced, mosaicked and delivered in GeoTIFF format with associated World files on DVD or other storage media with a USB port. 5.Flight line index in ESRI Arc shapefile format. 6.Resulting topographic data provided in ESRI Arc GRID TIN format delivered on DVD or other storage media with a USB port. 7.DEM data extracted from TIN to scale and accuracy requirements referenced above and delivered in GeoTIFF format with associated World files on DVD media. 8.Contours extracted to above referenced requirements and delivered in ESRI Arc shapefile format. 9.Accuracy check point statistics per above referenced requirements and delivered in ESRI Arc shapefile format. 10.All deliverables will include metadata documentation consistent with the Federal Geographic Data Committees Content Standards for Digital Geospatial Metadata (FGDC-STD-001-1998; www.fgdc.gov/metadata/csdgm); one metadata file per image tile; project level metadata. Project Delivery ScheduleAerial imagery will be flown as soon as possible following award of this contract. Vendor will get approval from the contracting agency on planned flight schedule prior to image collection. All Amcoal mine site project deliverables must be delivered to OSM no later than six weeks following successful acquisition of the aerial imagery. Vendor SelectionBid documents shall address pricing, product description, product accuracy, and estimated delivery date. Evaluation criteria will be based on pricing 40%, product samples 10% and estimated delivery date 20% and past performance 30%. If vendor has not contracted with contracting agency previously, past performance criteria will not apply. Vendor Bidding PackageThe contracting agency requires bidding be provided by the following criteria.1. Separate bid for the control point collection.2.Separate bid for the digital aerial image collection.3.Separate bid for the DEM extraction process.4.Separate bid for the contour generation process.5.Separate bid for the check point accuracy process. Property RightsThe contracting agency shall have unrestricted rights to all delivered reports and data. The contracting agency expects to place reports and data in the public domain. Attachment 1. Amcoal Mine Site Area Location
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/OSM/1438/S09PS00172/listing.html)
 
Record
SN01900357-W 20090807/090806001305-7ddbd1baaf31fb9f8f00d85cf83c02a2 (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.