Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 29, 2012 FBO #3870
SOURCES SOUGHT

99 -- Web Services Software AFWA Processing

Notice Date
6/27/2012
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ESC - Electronic Systems Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
 
ZIP Code
01731
 
Solicitation Number
FA8730XXXXXXX
 
Archive Date
8/10/2012
 
Point of Contact
Jillian N. Segarra, Phone: 7812255096, Jennifer Carrion, Phone: 781-225-5075
 
E-Mail Address
jillian.segarra@hanscom.af.mil, jennifer.carrion@hanscom.af.mil
(jillian.segarra@hanscom.af.mil, jennifer.carrion@hanscom.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought Description for Web Services Architecture Software for Air Force Weather Processing Needs This is a Sources Sought Notice. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose if this notice is to obtain information regarding the availability and capability of all qualified sources to perform a potential requirement. 1. BACKGROUND: Air Force Weather (AFW) is currently investigating its software architecture plans for its regionally focused Operational Weather Squadrons (OWS) for the follow-on to the Joint Environmental Toolkit (JET) Build 2C. The AFW consolidated Web content (AFW-WEBS) currently runs and uses data from the Air Force Weather Agency (AFWA) headquarters using Open Geospatial consortium (OGC) compliant software. To address performance and continuity of operations issues, AFW will look to bring the AFW-WEBS weather forecast product production and dissemination capability to the OWSs by integrating AFW-WEBS into the JET framework and generating image tiles locally. 2. Purpose and Objectives: The purpose of this notice is to identify vendors able to deliver a Non-Developmental Item (NDI)software solution to ingest, decode, store, retrieve, and create weather products at the regionally dispersed six AF OWSs while adhering to the OGC protocols of Web Mapping Service (WMS), Web Coverage Service (WCS), and Web Feature Services (WFS). The objective of this effort is to produce a seamless capability between the AFWA headquarters and the OWS for AFW-WEBS product generation and distribution. The software solution needs to be compatible with the current OGC compliant AFW-WEBS software operating at AFWA. The goal is to provide AFW the ability to migrate product generation from the AFWA headquarters to the OWSs to provide for continuity of operations if AFWA headquarters should have an outage and to decrease the time to generate products by requiring the amount of network applications needed. 3. Project Requirements: The required NDI database-oriented Geographic Information System (GIS) capability shall be able to ingest, decode, store, retrieve, and create weather products using interfaces based on the OGC web services specifications, WMS, WCS, and WFS. The required capability shall have the ability to synchronize weather databases across the Wide Area Network to support the automatic recovery from loss of connectivity and provide "generate local - federate global" data strategies without the use of a central hub and spoke architecture. The required capability must be able to run in the Microsoft Windows environment, not impact other software packages running on the JET servers and be able to meet, and shall comply with the following Information Assurance (IA) controls specified in DOD Instruction 8500.2, Information Assurance Implementation, for Mission Assurance Category (MAC) "Level II" (per DODI 8500.2, and Confidentiality Level "Sensitive" (per DODI 8500.2), that are applicable to the technical configuration of the JET system equipment and software In addition, it shall be compatible with the Joint Meteorological and Oceanographic (METOC) Broker Language (JMBL) currently used by AFWA. The required capability shall be compliant with the following: World Meteorological Organization (WMO) Manual No. 386 (Manual on GTS, incl. Attachment II), WMO Manual No. 306 (Manual on Codes), WMO Manual No. 485 (Manual on Global Data Processing System), and International Civil Aviation Organization (ICAO) Annex 3 (incl. Amendment 73). The required capability shall be able to handle all standard WMO data formats. The required capability shall have the following functions: -capability to display, generate and print surface charts, upper-air charts, weather charts, model outputs, and remote-sensing imagery -capability of overlaying of meteorological data and features -capability to display all Numerical Weather Prediction (NWP) products with an unlimited number of models and parameters • capability to combine different models or computations between models in overlays • extensible satellite and radar support (including nowcasting) with composing, coloring, re-projecting and multi-channel combining of images • visualization of standard meteorological data formats with customizable styling • production of forecasts and forecast charts including Forecaster in the Loop (FITL) products • production of horizontal and vertical cross-sections • production of thermodiagrams and hodograms from observations and models • integration of nowcasting data products • presence of templates allowing on-map visualization of customized bulletins • extended customizable shapefile orography with unlimited precision and content • direct access to received reports and messages • extensive chart and table output including weather monitoring for both observations and models • built-in equation editing • capability to produce all current AFW-WEBS products • capability to output data in the following formats in bitmap formats (i.e., JPG, T4, PNG, GIF, TIFF, BMP, XPM), Scalable Vector Graphics (SVG), Adobe® Portable Document Format (PDF) The delivered software shall come with an annual COTS software licensing or maintenance support agreement that will include updates as WMO or DoD data formats are added or updated. In addition, the annual license or maintenance agreement shall support continued compliance with the OGC web services standards. 4. Anticipated period of performance: The anticipated period of performance would be begin during FY 2015 or 2016 and would be renewed annually at the discretion of the Government. 5. Other important considerations The respondents shall have the ability to provide training for operators of the software in the form of Computer Based Training or live classroom instruction. 6. Capability statement/information sought As part of their response, responders must provide a capability statement that demonstrates that they can deliver the required capability with a commercial-off-the-shelf product. Specifically the response should demonstrate that they meet all of the requirements identified in Section 3 and should include companies and organizations that have purchased the software that they propose. This statement shall be limited to five (5) pages and shall be provided in electronic form to the secondary points of contact noted within this announcement (see below). Please copy the primary. This notice does not obligate the Government to award a contract or otherwise pay for the information provided in the response. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Any organization responding to this notice should ensure that its response is complete and sufficiently detailed to allow the Government to determine the organization's qualifications to perform the work. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. After a review of the responses received, a pre-solicitation synopsis and solicitation may be published in Federal Business Opportunities. However, responses to this notice will not be considered adequate responses to a solicitation. Confidentiality. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any non-proprietary technical information in any resultant solicitation(s). 7. Agency/Office: U.S. Air Force, Electronic Systems Center 8. Contracting Office Location: ESC/HBAK 75 Vandenberg Drive Hanscom AFB, MA 01731-2103 9. Type: Sources Sought 10. Solicitation Number: N/A 11. Title: Web Services Architecture Software for Air Force Weather Processing 12. Classification Code: 7372 13. NAICS Code: 511210 14. Response Date: 26 July 2012 15. Primary Point of Contact: Ms. Jillian Segarra : jillian.segarra@hanscom.af.mil 16. Secondary Point of Contact: Mr. Frank Ruggerio: frank.ruggerio@hanscom.af.mil Ms. Jennifer Carrion: Jennifer.carrion@hanscom.af.mil 17. Description: see above 18. Place of Contract Performance: Offutt AFB, NE; Scott AFB, IL, Shaw AFB SC; Davis-Monthan, AFB, AZ; Barksdale AFB, LA; Hickam AFB, HI; and Kapaun AB, GE;
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA8730XXXXXXX/listing.html)
 
Place of Performance
Address: Offutt AFB, NE; Scott AFB, IL, Shaw AFB SC; Davis-Monthan, AFB, AZ; Barksdale AFB, LA; Hickam AFB, HI; and Kapaun AB, GE;, Nebraska, United States
 
Record
SN02788200-W 20120629/120628000003-6017e970b353e1cc3078ccd1c02e3ca6 (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.