Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 12, 2020 SAM #6800
AWARD

66 -- AW3D DTM Data

Notice Date
7/10/2020 5:55:20 PM
 
Notice Type
Award Notice
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
W2R2 COLD RGNS RSCH ENG LAB HANOVER NH 03755-1290 USA
 
ZIP Code
03755-1290
 
Solicitation Number
W913E520P0048
 
Archive Date
07/25/2020
 
Point of Contact
Kim D Roberson, Phone: 2173733478
 
E-Mail Address
kim.d.roberson@usace.army.mil
(kim.d.roberson@usace.army.mil)
 
Award Number
W913E520P0048
 
Award Date
07/10/2020
 
Awardee
L3HARRIS TECHNOLOGIES, INC. Palm Bay FL USA
 
Award Amount
303383.00
 
Description
This combined synopsis/solicitation for commercial items prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number W913E520Q0024 is being issued as a request for quotation (RFQ). The associated North American Industry Classification System (NAICS) code is 334519 � Other Measuring and Controlling Device Manufacturing, which has a small business size standard of 500 employees. The U.S. Army Engineer Research and Development Center (ERDC), Cold Regions Research and Engineering Laboratory (CRREL)�s Remote Sensing/GIS Center of Expertise (RS/GIS CE) branch in Hanover, NH seeks to procure AW3D Standard 2.5 m Digital Terrain Model (DTM) data of over fifty (50) OCONUS locations around the world based on PRISM data retrieved from the Advance Land Observing Satellite (ALOS). The DTM data is required as an input for hydraulic flood inundation modeling. �Product Specifications: The DTM data shall be Brand Name to the AW3D 2.5m Digital Terrain Model Data covering 50 sites and a total of 32.478 sq. km. as follows: The countries included in the data requirement include: Azores, Bahrain, Belgium, British Indian Ocean Territory, Djibouti, Germany, Greece, Greenland, Guam / U.S. Territory, Guantanamo Bay, Italy, Japan, Marshall Islands, Spain, Turkey and the United Kingdom (UK); � Data voids in the AW3D Standard 2.5m DTM shall be evaluated and filled with either available SRTM data or AW3D Enhanced 2m DTM, which is derived from the latest 0.5m archive high resolution satellite imagery. Determination of void fill data source will be based on the void proximity to specific locations in each area of interest (aoi). It�s anticipated that the majority of void fills will be satisfied with SRTM data; � Delivered data format requirements include geotiff file format in Geographic WGS8 projection; and � Data shall be delivered on external hard drives with directory structures organized by country and README files describing directory content. � The AW3D Digital Terrain Model (DTM) satellite imagery provides the only existing imagery dataset compiled with images acquired by the Advanced Land Observing Satellite ""DAICHI"" (ALOS) which is necessary to fulfill the Government�s requirement. The ALOS has three sensors including the required Panchromatic Remote-sensing Instrument for Stereo Mapping (PRISM). This PRISM uniquely provides three independent optical systems for viewing nadir, forward and backward producing a stereoscopic image along the satellite's track. �PRISM's wide field of view (FOV) provides three fully overlapped stereo (triplet) images of a 35km width without mechanical scanning or yaw steering of the satellite. Without this wide FOV, forward, nadir, and backward images would not overlap each other due to the Earth's rotation. AW3D is a registered trademark of NTT DATA and RESTEC, having only three (3) authorized distributors in the United States and as such, this procurement is being restricted to the brand name and not sole sourced to the manufacturer in accordance with FAR 13.501(a)(1)(i). Please reference the attached RFQ for applicable provisions and clauses.� The following factors shall be used to evaluate offers: ability to meet the required brand name requirements, technical specifications, and price. Award will be made to the lowest price technically acceptable offeror. FOB Destination: Hanover, NH 03755. Payment Terms: Net 30 Please provide responses to this notice, no later than Thursday, 2 July 2020, 12:00 PM, Central Daylight Time (CDT) to: Kim.D.Roberson@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, and complete representations and certifications. This system combines data that was formerly contained in the Central Contractors Registration (CCR), Online Representation and Certifications (ORCA), and the Excluded Parties List System (EPLS). For more information, review the SAM website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/68ddeda2684b4c9d94ef78ba647ba505/view)
 
Place of Performance
Address: Hanover, NH 03755, USA
Zip Code: 03755
Country: USA
 
Record
SN05717203-F 20200712/200710230154 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.