Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 19, 2014 FBO #4620
SOURCES SOUGHT

D -- Imagery Hosting Web Service

Notice Date
7/17/2014
 
Notice Type
Sources Sought
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
Office of the Chief Procurement Officer, Washington, District of Columbia, 20528, United States
 
ZIP Code
20528
 
Solicitation Number
RUIO-14-A0018
 
Archive Date
8/8/2014
 
Point of Contact
Maria Z. Tran, Phone: 202-447-5738
 
E-Mail Address
maria.tran@hq.dhs.gov
(maria.tran@hq.dhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Subj: Sources Sought - Imagery Hosting Web Service (Terrapixel) This Sources Sought Notice is issued for the sole purpose of conducting market research in accordance with the Federal Acquisition Regulation (FAR) Part 10. The Department of Homeland Security is considering all vendors, small business, and unrestricted vendors as possible sources to fulfill the subject requirements. The applicable North American Industry Class System (NAICS) code is 518210. The performance period will be a twelve (12) month, subscription. The following are the salient characteristics of the requirement: The geospatial Imagery processing and dissemination cloud subscription services to provide the Department of Homeland Security (DHS) shall have the capability for rapid upload and dissemination of geospatial imagery for internal and external stakeholders using secure web services that are interoperable with industry standards for geospatial information exchange and BingMaps web services in support of DHS internal and external systems including integration with the DHS Geospatial Information Infrastructure (GII) and DHS Common Operating Picture (COP) that supports the DHS National Operations Center (NOC). The software/web service has to have: 1. Ability to upload, process, and publish collected geospatial imagery and geospatial data and to share that information securely across the Homeland Security community. 2. Ability to create, manage, and publish web-based services with a secure user interface that allows users to upload, process, and publish incident imagery and geospatial data; support for industry standards formats for geospatial imagery 3. Support for the following geospatial information formats and standards: png PNG (Portable Network Graphics) Image format, svg SVG (Scalable Vector Graphics) Image format, tiff TIFF/GeoTIFF Image format, gif GIF Image format, peg JPEG Image format, pnm PPM/PGM/PBM Portable PixMap Image format, adrg ADRG (ARC Digitized Raster Graphics) format, doq USGS DOQ/DOQQ (Digital Orthophoto Quadrangle) format, nitf NITF (National Imagery Transmission Format) (CIB, CADRG) and SHAPE 4. Ability to support Open Geospatial Consortium standards for imagery/data exchange including the ability to publish cascading web map services (WMS) and BingMaps Web Map Tiling services. 5. Ability to interoperate with BingMaps web services 6. Ability to notify users regarding changes to existing imagery/data services or posting of new services 7. Ability to process uploaded imagery at a rate of 250G per hour; operates on a Federal Information Security Management Act (FISMA) accredited platform. Interested vendors should submit a tailored Capability Statement for the above requirement not to exceed five (5) single sided pages including all attachments, resumes, charts, etc. (single spaced, 12 point font minimum) that clearly details the firm's ability to perform the aspects of the requirement described above. All Capability Statements sent in response to this sources sought notice must be submitted electronically (via e-mail) to the contracting officer Maria.tran@hq.dhs.gov, include the subject line of this notice on your email. Responses with your tailored capability statements are due no later than 12:00pm (EST) on Thursday, 24 July 2014. Negative responses are required.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/OCPO/DHS-OCPO/RUIO-14-A0018/listing.html)
 
Place of Performance
Address: The primary place of performance will be the Department of Homeland Security, washington DC, Washington DC, 20005, United States
Zip Code: 20005
 
Record
SN03429402-W 20140719/140718000021-4d90cfa559e14b9824dfba9ebb769664 (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.