MODIFICATION
R -- Advanced Geospatial Intelligence (AGI) Image Science and Analytical Support
- Notice Date
- 11/19/2012
- Notice Type
- Modification/Amendment
- NAICS
- 541690
— Other Scientific and Technical Consulting Services
- Contracting Office
- National Ground Intelligence Center, ATTN: IANG-CS-LO/MS204, 2055 Boulders Road, Charlottesville, VA 22911-8318
- ZIP Code
- 22911-8318
- Solicitation Number
- W911W5-RGEOSPATIAL
- Response Due
- 12/3/2012
- Archive Date
- 1/18/2013
- Point of Contact
- sandra.schuck@us.army.mil, 4349511674
- E-Mail Address
-
National Ground Intelligence Center
(sandra.schuck@us.army.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS MODIFICATION CORRECTS THE NAICS CODE TO 54190. Solicitation Number: W911W5-RGeospatial Notice Type: Sources Sought NAICS Code: 541690 This is a Small Business SOURCES SOUGHT NOTICE; not a pre-solicitation notice or a request for proposals. The purpose of this notice is for market research purposes only to obtain information regarding the availability and capability of qualified small business sources and does not obligate the Government to any contractual agreement. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. Your responses to the information requested will assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. An organization that is not considered a small business under the applicable NAICS code should not submit a response to this notice. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Not responding to this notice does not preclude participation in any potential future solicitation. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website (http://www.fedbizopps.gov). It is the potential offeror's responsibility to monitor this site for the release of any future synopsis or solicitation. The purpose of this notice is to identify sources with the capability to provide Scientific & Technical Advanced Geospatial Intelligence services in order to address intelligence requirements. 1.Experienced in working the continuum of remote sensing and applying image science and AGI production and development solutions to meet intelligence requirements. 2.Employ personnel with the type of specific training, education, and experience requirements a. Image Scientists shall have a minimum of a 4-year degree from an accredited school in a field of basic or applied science or engineering. Advanced degrees beyond the Bachelor's level are preferred. Typical fields of study include, Remote Sensing, Chemistry, Physics, Biology, Geology, Electrical Engineering, Mechanical Engineering, Chemical Engineering, Environmental Science, Geography, and the Agricultural Sciences. In special cases, commiserate experience will be accepted in lieu of educational requirements. b. AGI Analysts shall have a minimum of a 4-year degree from an accredited school in a field of basic or applied science or engineering. Typical fields of study include, Remote Sensing, Chemistry, Physics, Biology, Geology, Electrical Engineering, Mechanical Engineering, Chemical Engineering, Environmental Science, Geography, and the Agricultural Sciences. In special cases, commiserate experience will be accepted in lieu of educational requirements. c. Experienced in developing and advancing the capabilities of spectral, hyperspectral, OPIR, IR collection, processing, and detection systems. d. Thorough knowledge of employing non-literal methods, techniques, and processes in order to address intelligence requirements. Contract employees will be familiar with extracting information from a dataset that cannot be discerned via literal (visual) methods and providing context and meaning to information for intelligence purposes. e. Experience with and have training in ENVI and MATLAB or equivalent development and processing programs before the performance period begins. Training in ENVI is assumed to include the Introduction to ENVI course, Spectral Processing in ENVI, or equivalent spectral processing courses. 3.Thorough familiarity with remote sensing imaging and non-imaging systems (e.g., multispectral, hyperspectral, thermal, radar, OPIR, and infrared). The contractor shall routinely process, analyze and exploit Advanced Geospatial Intelligence data from remote sensing systems, including, but not limited to hyperspectral, multipspectral, thermal, infrared, and Synthetic Aperture Radar (SAR), and Overhead Persistent Infrared (OPIR). The contractor shall provide scientific and applied subject matter expertise to develop and advance spectral, OPIR, and related capabilities. The contractor shall collect spectral and infrared ground truth data, calibrate and operate field collection instruments, such as spectrometers and fourier transform infrared sensors, process signatures, interpret and apply signatures. The contractor shall develop algorithms, methods and techniques in order to address intelligence requirements. The contractor shall convert methods and techniques into broadly usable tools. The contractor shall produce intelligence assessments, intelligence reports, and annotated graphical products. The Contractor shall have a thorough understanding of the biophysical parameters that contribute to a signature's quantitative and qualitative diagnostic features. The contractor shall apply that understanding in order to address intelligence needs by characterizing or identifying targets of interest. The contractor shall provide input on questions regarding the phenomenology of remote sensing data collection systems for the Army NGIC. The Contractor shall be able process and interpret spectral data for a wide variety of defense applications. For example, image data types to include Worldview, Landsat, SPOT, ASTER and similar sensors. The Contractor shall be able process and interpret Visible, Near-Infrared, Shortwave Infrared hyperspectral data, such as that generated from AVIRIS, Hyperion, and COMPASS sensors. The Contractor shall characterize or identify materials of interest by their respective diagnostic features in the VIS/NIR/SWIR region of the spectrum. The contractor shall develop algorithms, methods, techniques, and processes to advance VIS/NIR/SWIR characterization, detection, and identification capabilities. The Contractor shall be able process and interpret Mid-Wave and Long-Wave IR data such as that produced by the SEBASS sensor. The Contractor shall characterize and or identify materials of interest by their respective diagnostic features in the region of the spectrum. The contractor shall develop algorithms, methods, techniques, and processes to advance MWIR/LWIR characterization, detection, and identification capabilities. The Contractor shall operate field collection instruments, such as, an ASD or Ocean Optics spectroradiometers, collect, pre-process and post-process in-situ signature data. The Contractor shall operate field collection instruments, such as a SOC 400-T, pre-process and post-process in-situ signature data. The Contractor shall be able operate field collection instruments, such as a Bomem FTIR, pre-process and post-process in-situ signature data. The Contractor shall have the ability to process and interpret SAR data such as that produced by the RadarSAT sensor. As mission requirements dictate, Contractor shall be able to travel to government and non-government facilities OCONUS and within CONUS for periods of 120 days or more. All necessary travel shall be coordinated with the government in advance and payment shall be limited to actual and allowable costs as determined by application of the government's Joint Travel Regulation in effect at the time of travel. Travel expenses will be paid, at cost, against the contract line item contained in the schedule. The period of performance will be for one base year and four option years with an anticipated start date no later than 30 September 2013. Performance requires a TOP SECRET contractor facility clearance. Contractor personnel performing under this contract must be U.S. Citizens, have a final TOP SECRET clearance with a Single Scope Background Investigation (SSBI), and must be eligible for indoctrination to the Sensitive Compartmented Information (SCI) level. Some positions may require a Polygraph examination if additional accesses are required. The contractor is responsible for obtaining all necessary security clearances for contractor personnel. This TOP SECRET level contractor facility clearance requirement may also apply to affiliates, team members, and subcontractors if they have access to classified information. Submission Instructions: Prospective sources possessing the capability, experience, and security clearance qualifications are invited to submit a response. Interested sources shall provide all feedback in writing to Sandra.j.schuck.civ@mail.mil. Responses shall not exceed 10 pages and shall be submitted via email in a Microsoft compatible format. Interested sources should provide the following information with their submission: 1) company name and address; 2) Commercial And Government Entity Code (CAGE) Code; 3) point of contact's name, phone number, and email address; 4) business size and status if applicable (e.g. 8(a) Program, HUB Zone, Service Disabled Veteran-Owned, Women-Owned, etc.); and 5) capability information in response to the requirement. No proprietary, classified, confidential, or sensitive information should be included in your response. The Government reserves the right to use any nonproprietary technical information in any resultant solicitation(s). Please submit responses to Sandra Schuck, Contracting Officer at sandra.j.schuck.civ@mail.mil no later than 3:00PM (local eastern time) on 3 December 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/INSCOM/DASC02/W911W5-RGEOSPATIAL/listing.html)
- Place of Performance
- Address: National Ground Intelligence Center ATTN: IANG-CS-LO/MS204, 2055 Boulders Road Charlottesville VA
- Zip Code: 22911-8318
- Zip Code: 22911-8318
- Record
- SN02933789-W 20121121/121119234537-9397a41fe38e8171eac223a717192457 (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 |