SOURCES SOUGHT
B -- Military Terrain and Hydrologic Analyses, Databases and Studies of Selected Areas III
- Notice Date
- 8/25/2010
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- USACE Geospatial Center, CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592, ALEXANDRIA, VA 22315-3864
- ZIP Code
- 22315-3864
- Solicitation Number
- W5J9CQ-10-R-0019
- Response Due
- 9/10/2010
- Archive Date
- 11/9/2010
- Point of Contact
- Nilda Lugo, 703-428-6272
- E-Mail Address
-
USACE Geospatial Center
(nilda.e.lugo@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The US Army Corps of Engineers, Army Geospatial Center (AGC), has a requirement for Military Terrain and Hydrologic Analysis, Databases and Studies Support. The purpose of this Request for Information (RFI) is to determine if there are sources capable of satisfying the governments requirements. No proposals are being requested or accepted under this RFI. Feedback addressing the clarity, feasibility, scope, and potential alternative means of meeting the governments requirement is sought. The anticipated North American Industry Classification System Code (NAICS) for these requirements is 541370. The business size standard is $4.5M, which means that a company, including its affiliates, would be considered a 'small business' if their average annual gross receipts does not exceed $4.5 Million for the past three years. If a company has not been in business for three years, the average weekly revenue for the number of weeks the company has been in business is multiplied by 52 to determine the average annual receipts. Your response should identify your business size (large or small) in relation to this NAICS Code. Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. Handling of material up to SECRET is required. TOP SECRET/SCI Facility clearance is required for on-site support at AGC. Storage Clearances of at least SECRET level are required. Capabilities Package: AGC is assessing the existence of sources and is requesting capability packages from industry on the requirements below. We are seeking a prime that must be capable of demonstrating at a minimum, items (1) through (2) below. The prime may employ partners to complete at least 90% of the remaining items and may employ partners to complete the top two (2) as well, as long as the ability to demonstrate the top two (2) items on its own has been fully demonstrated. Interested sources shall possess an in-depth understanding of the requirements listed below. Responses must be limited to no more than 25 pages and must address the following specific areas: 1. Experience in providing expertise in the following disciplines: geology, ground water, hydrology, geography, photo/imagery interpretation, soils, forestry, military science, urban planning, digital cartography, and technical report generation as they relate to military terrain, weather, water resources, and environmental data analysis. 2. Experience in providing expertise in the use of Earth Resources Data Analysis System (ERDAS) Imagine, Environment for Visualizing Images (ENVI), and Environmental Systems Research Institute (ESRI) ARCGIS software and associated modules to capture spatial and attribute data in the analysis and compilation of military terrain, water resources, and environmental data (or similar studies) and database development and management. The contractor is also required to have a thorough knowledge of Enterprise Geodatabases in a Microsoft SQL, and ESRI Spatial Database Engine (SDE) environment. 3. Experience in providing support with expertise in data management and dissemination. Skilled in Windows, able to manipulate data files, proficient in ArcGIS, basic image and map manipulation, possess a basic understanding of databases and database development, database management, and database integration; and be familiar with National Geospatial-Intelligence Agency (NGA) geospatial data and other standard data formats. 4. Experience in providing technical support with the use, development, implementation, deployment, and maintenance of Geospatial Visualization Services including Skyline, Google, and ESRI products. 5. Experience in providing technical support with the use, development, implementation, deployment, and maintenance of TerraGo Technologies GeoPDF format and suite of tools along with Adobe Systems software and technology in support of geospatial requirements. 6. Experience in providing Systems Engineering and Technical Assistance (SETA) expertise and support in the areas of program management, program planning, risk assessment, system design, future system architecture definition, information technology; engineering, physical and life sciences, Geospatial Information Services (GIS), military operational concepts, DoD acquisition, geospatial data tasking, processing, exploitation, and dissemination; and the editing, quality control, and data management of geospatial data. 7. Experience in providing enterprise geospatial synchronization including integration of system technologies, standards, data, and processes delivering a sharable geospatial foundation, facilitating a Common Operational Picture (COP) to the Warfighter. 8. Experience in providing expertise with Microsoft SQL, relational databases, Open Geographic Information System (GIS) Consortium compliant web services; structuring of moderate to large geospatially-oriented web sites, including multi-layered interactive map layouts, content organization, interactive features, and database integration; and on-site support for ColdFusion, ASP, Javascript and.NET technologies. Any submission of such product literature or catalog cut sheets will be treated separate from, and will have no bearing on, any subsequent evaluation of proposals submitted in response to any resulting future formal Request for Proposals (RFP). AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. RESPONSES ARE DUE NO LATER THAN 10 September 2010. Capability packages must be emailed to Tabassam Salim, Contract Specialist, Tabassam.salim@usace.army.mil and to Elvie A. Thompson, Contracting Officer, Elvie.a.thompson@usace.army.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/1a7c852a9ef7bc96b456582f20847b10)
- Place of Performance
- Address: USACE Geospatial Center CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592 ALEXANDRIA VA
- Zip Code: 22315-3864
- Zip Code: 22315-3864
- Record
- SN02253830-W 20100827/100825234847-1a7c852a9ef7bc96b456582f20847b10 (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 |