|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 3,1998 PSA#2024National Imagery and Mapping Agency, 4600 Sangamore Road, Attn: PCE, MS
D-88, Bethesda, MD 20816-5003 A -- FOUNDATION FEATURE DATA EXTRACTION BROAD AGENCY ANNOUNCEMENT SOL
NMA202-BAA-98-0001 POC Tamara J. Verdon, Contracting Officer, (301)
227-4244, fax (301) 227-5573, e-mail verdont@nima.mil I. INTRODUCTION.
The National Imagery and Mapping Agency (NIMA) invites the submission
of white papers that describe proposed techniques for research on the
subject of feature extraction to improve methods of spatial data
collection. The techniques are needed to enable NIMA to process greater
amounts of imagery to create selected feature data under more stringent
timelines with less manpower while maintaining traditional quality
standards. For those white papers that show merit, NIMA plans to
solicit proposals. Focused research efforts are solicited to advance
the state of the art in the following topical areas: (1) automated
feature extraction from commercial satellite multi-spectral and
pan-chromatic imagery, (2) automated feature extraction from National
Technical Means (NTM) imagery, and (3) automated feature extraction
from NTM and commercial satellite multispectral and panchromatic
imagery. Feature extraction for this effort includes recognition,
delineation, and attribution. Automated for this effort means minimal
operator interaction. The features to be recognized, delineated, and
attributed include (1) River Centerline, Feature Attribute Coding
Catalog (FACC) AP030; (2) Road Centerline, FACC BA010; (3) Trees, FACC
EC030; and (4) Orchard, FACC EA040. These features are a subset of
30-50 features that will populate the United States Imagery and
Geospatial Information System (USIGS) Feature Foundation Database
(FFD). The FFD implements the Digital Geographic Information Exchange
Standard (DIGEST), Version 2.0 (June 97), Part 4, Feature Attribute
Coding Catalog (FACC) to define features, attributes, and values. The
above four features were selected because improvements to their
extraction will provide the greatest value to populating the database.
A description of the USIGS FFD can be found in the Geospatial
Information Infrastructure (GII) -- Master Plan. (See the NIMA Web
Page, http://www.nima.mil, under "What's Hot".) A description of the
attributes and rules for delineation for each of the selected features
is contained in the DRAFT Associated Performance Specification
Foundation Feature Data, MIL-PRF-890049/1, 15 December 1997. The
production system targeted for insertion of the technologies is the
Integrated Production Cell (IPC). The IPC consists of government
cartographers using commercial software and hardware to populate the
FFD. Source data includes NTM imagery, commercial satellite imagery,
existing cartographic data, and other data as required. A description
of the IPC; production software and hardware, production processes,
etc. can be found in the GII Master Plan. The IPC is being spirally
developed, which means that at approximately six months intervals
(called Effectivities) the capabilities of the IPC change. The next
Effectivity is planned for April 1998. At that time the configuration,
production processes, and production metrics will be validated and
become available. It will be against these metrics that the
technologies will be developed and evaluated. New technologies before
they are approved for and integrated into the IPC are evaluated in the
NIMA Prototyping Facility (NPF). To be evaluated in the NPF the
technologies must demonstrate merit. The imagery sources and other
associated data from which the features are to be extracted are
described in the Government Furnished Property (GFP) section of this
announcement. A full copy of this Broad Agency Announcement
NMA202-BAA-98-0001 can be found on NIMA's Web Page http://www.nima.mil,
under "Vendor Opportunities". II. GENERAL INFORMATION. Each single
white paper and then, if requested, each proposal should address a
single topic, however, multiple topics can be submitted by a single
offeror. The topic of primary interest should be clearly identified in
the proposal. Teaming between industry, independent research centers
and academia is encouraged. All software developed as a result of this
effort must comply with the United States Imagery and Geospatial
Information System (USIGS) architecture. (See USIGS documentation,
http://www.nima.mil/aig/). The government shall have Unlimited Rights
to all technical data and software, which directly result from this
research. Results of research shall be written as a paper in a manner
suitable for publication in a national/international peer reviewed
journal or professional journal. Basic Period of Performance: Phase 1
of the program, referred to here as the Basic Period of Performance,
concludes twelve months after contract award. The contract may include
two options for twelve months each. Funding of the options will be
based on offeror's performance. Total Funding: Funding for FY98 is
anticipated to be $650,000. NIMA anticipates to award up to five
proposals. Final number of awards and the number options funded will be
based on funding availability. Funding for the option years is expected
to be at the same level as FY98. III. AREAS OF INTEREST. This BAA is
for three (3) research topics. Full details of the requirement for each
of these topics can be found in NMA202-BAA-98-0001 on NIMA's Web Site
at http://www.nima.mil, under "Vendor Opportunities". TOPIC 1.
Automated Feature Extraction from Commercial Imagery. New algorithms
and advanced data compositing techniques are sought that will allow the
super impositioning of a variety of image sources and enhanced computer
vision tools to allow automated feature extraction. TOPIC 2. Automated
Feature Extraction from National Technical Means (NTM) Imagery. New
algorithms and advanced data compositing techniques are sought that
will allow the super impositioning of a variety of image sources and
enhanced computer vision tools to allow automated feature extraction.
TOPIC 3. Automated Feature Extraction from NTM Imagery and Commercial
Satellite Multispectral and Panchromatic Imagery. New algorithms and
advanced data compositing techniques are sought that will allow the
super impositioning of a variety of image sources and enhanced computer
vision tools to allow automated feature extraction. All offerors for
Topics 2 and 3 shall have DoD Secret certified personnel and facilities
for processing and storage of classified data up to DoD SECRET. IV.
GOVERNMENT FURNISHED PROPERTY. All awarded research shall use the
designated Government Furnished Property (GFP) as test data. No other
data shall be substituted. The GFP will be provided upon award of a
successful proposal. Requests and technical questions regarding GFP may
be submitted in writing to Ms. Chung Hye Read who is the POC for the
GFP (address information is provided in Section IX). GFP is only to be
used for activities and research directly in support of this
announcement. At the completion of the contract, the GFP shall be
returned at the contractor's expense to the address from which it was
shipped. If offeror wants an additional type of data, the type of data
and rationale for data shall be included in the proposal. A full
description of GFE can be found in NMA202-BAA-98-0001 on NIMA's Web
Site, http://www.nima.mil, under "Vendor Opportunities". V.
REQUIREMENTS. The information provided in this BAA, in addition to that
provided in Commerce Business Daily (CBD) Announcement, constitutes as
contemplated in FAR 6.102(d) (2) (1). In the case of the Principal
Investigator leaving the organization he (she) is representing,
Government has the right to terminate the contract. The proposal
submission process is in two stages. First, white papers on one of the
three topics with all four features or any combination of the four
features are sought from prospective offerors. Based on the evaluation
of those white papers, selected offerors will be invited to submit
more detailed proposals. The intent of a request for white papers is to
minimize the labor and costs associated with the production of detailed
proposals. All interested offerors, therefore, are encouraged to submit
white papers. However, all proposals submitted under the terms and
conditions cited herein will be reviewed, regardless of the disposition
(or lack of) white papers. White papers should be no longer than five
double line spaced typed pages and should outline: proposed objectives
and approach; expected outcomes; credentials of key project members;
and costs, in summary. Ten copies of white papers should be submitted.
White papers must be received at the address shown in this Section by
2:00 p.m. EST on 19 Feb 1998. White papers submitted in whole or in
part by electronic media (e.g. computer disk or tape, facsimile
machine, electronic mail) will not be accepted. White papers will be
evaluated against criteria 1, 2, and 3 in Section VI. Letters to
encourage or discourage submission of proposals will be sent directly
to the proposed Principal Investigators on or about 27 Feb 1998.
Further, NIMA responses may be transmitted via facsimile to expedite
communications, so white paper respondents should be sure to include
'fax' numbers in the packages. Proposals. General: Organizationally
approved, signed, completed proposals must be received by the agency at
the address shown in this Section by 2:00 p.m. EST on 8 April 1998.
Please note that only this address servesas the collection point for
proposals. Proposals submitted in whole or in part by electronic media
(e.g., computer disk or type, facsimile machine, electronic mail) will
not be accepted. Proposals received after the deadline will be treated
according to Federal Acquisition Regulation part 52.215-10, Late
Submissions, Modifications, and Withdrawals of Proposals. Proposals
will be evaluated against criteria 1. through 6. in Section VI. Letters
announcing whether or not a proposal is being recommended for an award
will be mailed by about 22 May 1998 directly to the Principal
Investigator. Awards are planned to be in place by about 26 June 1998,
this shall be cited as the proposed start date for the budget.
Submission: A proposal signed by appropriate officials and marked
"Original," along with 10 copies of the signed original, shall be
submitted directly to the address listed below. Each proposal shall be
typed double spaced and no longer than 50 pages, all-inclusive
(including, for example, vitae, cover and signature pages, and budget).
The technical portion (see Section V.D.3, Content) shall be limited to
no more than 30 of the 50 pages. Proposals shorter than 50 pages are
heartily encouraged. Separate attachments, such as brochures or
reprints, that cause the proposal to exceed 50 pages shall render the
entire proposal ineligible. Address for submission of proposals:
NATIONAL IMAGERY AND MAPPING AGENCY ATTN:
PCE/D-88/NMA202-BAA-98-0001/Tamara Verdon, 4600 Sangamore Road
Bethesda, MD 20816-5003. Content: The proposal must be signed,
complete, and self-contained to qualify for review. Proposals must
adequately describe the technical objectives and approaches, and the
expenditures for equipment, all of which will be evaluated by
scientific reviewers per Section VI. Proposals shall include: (1)
Abstract: Provide an abstract no longer than one page. (2) Text: The
technical portion of the proposal shall be limited to 30 pages and
should: (A) Describe in detail the research to be undertaken. State the
objectives and approach and the relationship to state-of-knowledge in
the field and to similar work in progress. Include appropriate
literature citations. Discuss the nature of expected results. (B)
Describe the facilities available for accomplishment of research
objectives. Describe the equipment planned for acquisition under this
program and its application to objectives. (C) Describe in detail
proposed sub-awards or relevant collaborations (planned or in place)
with industry, government organizations, or educational institutions.
Particularly describe how collaborations are expected to facilitate the
transition of research results to application. If sub-awards are
proposed, make clear the division of research activities and provide
detailed budgets for the proposed sub-awards. Descriptions of
industrial collaborations shall explain how the proposed research would
impact the industrial partner's research and/or product development
activities. (D) Identify other parties to whom the proposal has
been/will be sent. (3) Personnel: Describe the qualifications of the
principal investigator and other key researchers involved in the
project. For consortia or collaborations, one individual shall be the
designated principal investigator for purposes of technical
responsibility and contact. (4) Cost: The financial portion of the
proposal, beginning on a new page, shall contain cost estimates
sufficiently detailed for meaningful evaluation, including cost details
for proposed sub-awards. For budget purposes, use an award start date
of 26 June 1998. The budget must include the total cost of the project,
as well as a breakdown of the amount(s) by source(s) of funding (e.g.,
funds requested from NIMA, non-federal funds to be provided as cost
sharing). The costs shall be broken down for the year of the program.
Elements shall include: Time being charged to the project, for whom
(principal investigator, programmer, etc.), and the commensurate direct
labor rates and benefits; All indirect rates; Estimate of material and
operating costs; Costs ofequipment, based on most recent quotations
and broken down in sufficient detail for evaluation; Travel costs and
time, and the relevance to stated objectives; Publication and report
costs; Subcontract costs and type (the portion of work to be
subcontracted and rationale); note that subcontract costs must be
described carefully in both the text and the cost section; Consultant
fees (indicating daily or hourly rate) and travel expenses and the
nature and relevance of such costs; communications costs not included
in overhead; Other direct costs; and Annual total costs for the year.
(5) Certifications: ertifications will be provided for completion upon
determination that an offeror's proposal has been selected for award.
(6) Deliverables: Deliverables Items: The following deliverable items
are required for each contract awarded under this BAA: Bimonthly cost
and technical reports, electronic distribution, and hardcopy; Annual
reports in hardcopy and in hyper-text markup language (html);
Scientific and Technical Reports (draft and reproducible Final Report)
in hardcopy and html; Presentation Materials for all reviews and
demonstrations (hardcopy, in some cases softcopy of slides as
required); Issues and Technical Interchange Briefings at specified
reviews in hardcopy and in softcopy; All software, hardware, and
supporting engineering and technical documentation developed under or
used in conjunction with activities funded under this BAA. The
Government has unlimited rights to data and software, with exception of
embedded COTS products that are enhanced using funds from this BAA;
User documentation of sufficient quality to allow experienced
government personnel to install and use software for demonstration; All
proposed component developments must include experiments and metric
evaluations to measure system and subsystem performance against
explicitly stated goals or requirements; and Final program report that
includes summary of achievements, outstanding issues, and
specification or research goals met, partially met,and what would be
required to achieve those not accomplished. Distribution of the final
report is a public release. Any proprietary information and classified
information shall be attachments to the Final report. VI. EVALUATION
CRITERIA AND SELECTION PROCESS. Criteria: Criteria 1, 2, and 3 will be
used to evaluate white papers. All six criteria will be used to
evaluate final proposals. The primary evaluation criteria, of equal
weight, are: (1) Scientific and technical merits of the proposed
research; and (2) Relevance and potential contributions of the research
to defense missions; Other evaluation criteria, of lesser importance
than l and 2 but equal to each other, are: (3) The qualifications of
the principal investigator and other key research personnel; (4) The
adequacy of current or planned facilities and equipment to accomplish
the research objectives; (5) The impact of interactions with other
organizations engaged in related research and development, in
particular industrial organizations, DoD laboratories and other
organizations that perform research and development for defense
applications; and (6) The realism and reasonableness of cost, including
proposed cost sharing. Process: Proposals will undergo a multi-stage
review. First, technical evaluation teams will review proposals using
the criteria in this Section and as explained in Section IV. Then
senior NIMA managers will review the findings of the evaluation teams.
VII. AWARDS. Awards will be made at funding levels commensurate with
the research and availability of funds. The period of performance is
one year with two options for one year each. Funding of the options
will be based on the awardee's performance and the availability of
funds. Negotiations may result in funding levels less than originally
proposed. Letters announcing whether or not a proposal is being
recommended for an award will be mailed directly to principal
investigators by about 22 May 1998. Awards are expected to be in place
by 26 June 1998. VIII. REQUIRED MEETINGS. All awardees should plan for
a kick-off meeting at NIMA commencing within a week after the contract
is awarded and a design meeting one month after the kick-off meeting.
All awardees, should plan for three meetings per year commencing
within three months after the first design meeting. For the costing
purposes offerors should assume one of these meeting will be held at
NIMA. IX. POINTS OF CONTACT. Technical Point of Contact: Ms. Chung Hye
Read, NIMA/TRB/D-84; Facsimile: (301) 227-3332; Electronic mail:
readch@nima.mil; 4600 Sangamore Road Bethesda, MD 20816-5003.
Contracting Point of Contact: Ms Tamara Verdon, NIMA/PCE/D-88; (301)
227-4244; Facsimile: (301) 227-5573; Electronic mail: verdont@nima.mil;
4600 Sangamore Road Bethesda, MD 20816-5003. (0030) Loren Data Corp. http://www.ld.com (SYN# 0006 19980203\A-0006.SOL)
A - Research and Development Index Page
|
|