Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 17, 2005 FBO #1482
SOURCES SOUGHT

C -- OPEN SKIES TREATY SUPPORT - TARGET MAINTENANCE AND GROUND TRUTH DATA COLLECTION SERVICES

Notice Date
12/15/2005
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Other Defense Agencies, Defense Threat Reduction Agency, Defense Threat Reduction Agency (Headquarters), DTRA Annex 8725 John J. Kingman Road, MSC 6201, Fort Belvoir, VA, 22060-6201
 
ZIP Code
22060-6201
 
Solicitation Number
Reference-Number-OSP060002680
 
Response Due
12/29/2005
 
Archive Date
1/13/2006
 
Description
The Defense Threat Reduction Agency (DTRA) seeks information as to potential qualified small businesses and other sources with specific experience and expertise to provide construction, maintenance, ground truth data collection and reporting and support services for optical (photographic and video), infrared line-scanning and synthetic aperture radar calibration targets which are used during missions within the framework of the Treaty on Open Skies. This is a SOURCES SOUGHT SYNOPSIS; there is no solicitation available at this time. No response will be provided to requests for a solicitation. THIS SOURCES SOUGHT SYNOPSIS IS PUBLISHED FOR MARKET RESEARCH PURPOSES ONLY. The Open Skies Division of DTRA (headquartered at Fort Belvoir, Virginia) is responsible for implementing the provisions of the Treaty on Open Skies. Signatory states conduct unrestricted aerial observation flights over the territories of other member nations. Imagery gathered during these aerial observation flights is obtained from four categories of sensors: optical photographic, optical video, infrared line-scanning and synthetic aperture radar devices. The treaty limits the best resolution of each type of sensor and establishes a minimum flight altitude at which each sensor configuration might be used. The process of establishing minimum flight altitudes involves the visual analysis of aerial images of ground-based calibration targets applicable to the type of sensor involved. The sensor systems, aircraft, and calibration targets must pass a process of international review, inspection and performance verification/certification. DTRA?s requirement involves the contractor supporting these missions. Precise specifications for the desired characteristics of an infrared calibration target are under review by the international Open Skies community, once approved, the CONTRACTOR WILL BE REQUIRED TO build, characterize, maintain, and support portable infrared calibration targets. Such a target must be able to establish the best resolution of an infrared sensor (which the treaty limits to, ?no better than 50 cm?). Current design ideas for such infrared calibration targets include the use of multiple, painted, aluminum-coated, marine-grade plywood boards of varying lengths placed on the ground in separate groups of three. The aluminum must be applied to the wood in such a way as to avoid any uneven thermal coupling resulting from the formation of air pockets between the surface of the wood and the aluminum laminate. High-quality paints in a variety of grey levels must be applied in such a way as to make a uniform pigment along the entire surface of the board. The treaty task here is to make the infrared target as homogeneous in its thermal characteristics as possible. Other efforts required of the contractor would include, but are not limited to, storing, shipping, and maintaining the infrared calibration target. Similarly, when efforts (such as data collection events, certifications, demonstration flights, annual baseline evaluations, etc.) involve sensors and targets from the other categories, the contractor SHALL support such endeavors with the appropriate, existing calibration targets. Certified optical and synthetic aperture radar calibration targets are located at Travis AFB, CA and Wright-Patterson AFB, OH. The optical calibration target is a series of black-and-white bars of progressively diminishing length and width painted on airfield concrete with a black, painted background. Site work may be required to repair, upgrade, or maintain the non-portable calibration targets. Support for these targets will require the contractor to travel to the target locations. Support and maintenance of all calibration targets and reporting their characterization data is required. Maintenance and support for optical and synthetic aperture radar calibration targets includes, but is not limited to: periodic soft-cleaning, non-destructive snow removal, target deployment, periodic repainting, collecting annual baseline measurement data, collecting ground truth data (as specified in the Treaty on Open Skies and its Annexes) and forwarding those reports to DTRA at the completion of an effort. Characterization data and other reports shall be provided to DTRA in written and electronic forms. The contractor shall collect ground truth data at the end of each pass by the Open Skies aircraft over the calibration target. Target and background reflectivity data will be collected with a spectral photometer and/or spectral radiometer. A digital camera with 180 degree field of view (FOV) Fish-Eye Lens shall be utilized to document cloud cover over the target. In addition to the spectral photometer/radiometer and digital camera, the Contractor shall provide the following equipment: -Global Positioning System (GPS) Inclinometer -Measuring Tape (5 meter) -Compass -Equipment Calibration Certificates (With manufacturers? specifications) Mandatory Requirements: The infrared calibration target must be: Portable (the contractor shall be responsible for crating and transporting/shipping the targets to mission locations). Able to establish a range of ?delta-T?s? the lowest of which being 3 degrees Celsius relative to the ground or a neighboring component of the calibration target. Able to establish the resolution of a sensor configuration, whose best resolution may not exceed 50 centimeters. Painted according to specified uniformity standards. Rapidly measured by external instrumentation for their radiometric characteristics in the bands from either 3 to 5 or 8 to 12 micrometers. Placed in storage containers that protect the calibration targets? components during storage, shipping and transportation. Contractor shall provide indoor storage for the duration of the contract. DTRA?s intent is to award a single award time and materials, indefinite quantity/indefinite delivery contract categorized under NAICS Code 541330 Engineering Services. Any prospective small business awardee must perform 51% of the required effort. The performance period is anticipated to be from 1 September 2006 through 31 August 2007, with four one-year options. This SOURCES SOUGHT SYNOPSIS is NOT a Request for Proposals (RFP); it is a market research tool being used to determine the availability, business size and existing contractual vehicles of qualified experienced sources prior to issuing an RFP. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT SYNOPSIS. Any information submitted by respondents as a result of this synopsis is strictly voluntary. This synopsis is for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. The amount of information available for publication at this time is limited. Interested sources are requested to provide clear and convincing evidence of their capability to perform these services. Interested sources may submit company literature and/or provide a capability summary not to exceed eight (8) pages in length describing their relevant corporate experience providing these types of services as identified above. RESPONSES SHOULD INCLUDE THE FOLLOWING INFORMATION: Company name, address, point of contact, phone number, and e-mail address. The following company information is further requested: Cage Code and DUNs Number, and Business Size, etc., Provide information regarding existing contractual vehicles that may be used to obtain these services, e.g., GSA Schedule, existing DoD contracts, etc. All information submitted in response to this synopsis shall be received on or before December 29, 2005. Submit information by mail, fax or email to: Defense Threat Reduction Agency (BDCI), ATTN: Elizabeth Colvin, 8725 John J. Kingman Rd, MS 6201, Ft. Belvoir, VA 22060-6201. E-mail address: elizabeth.colvin@dtra.mil, fax number (703) 767-4691. Telephonic responses are not acceptable. All documentation shall become the property of the Government.
 
Place of Performance
Address: Varied
 
Record
SN00953210-W 20051217/051215212948 (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.