Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 07, 2022 SAM #7677
SOURCES SOUGHT

R -- R--CONFLATION S/W SUPPORT AND WEB HOSTING

Notice Date
12/5/2022 3:12:53 PM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0223Q0017
 
Response Due
12/12/2022 2:00:00 PM
 
Point of Contact
Beals, Trisha, Phone: 303-236-9330, Fax: 970-226-9230
 
E-Mail Address
tbeals@usgs.gov
(tbeals@usgs.gov)
 
Description
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Department of Interior, U.S. Geological Survey (USGS) is conducting MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS Code 541511 with a Small Business Size Standard 30M capable of providing Conflation Software Support and Web Hosting as described in the Salient Characteristics described below. Salient Characteristics Conflation Software Support and Web Hosting: The services are to provide and configure conflation software and web hosting to the U.S. Geological Survey - National Geospatial Technical Operations Center (NGTOC). Conflation is a process that combines new spatial data that overlaps with existing spatial data to create data that has improved temporal quality and spatial accuracy. The software and web hosting will support applied research activities funded by the National Geospatial Program; specifically, to perform a second phase of a pilot. The proposed awardee, 1Spatial provided conflation software and web hosting under a prior FSS order 140G0120F0470 to conduct a pilot study to research and test the capabilities and performance of conflation software based on a prioritized set of USGS requirements. The second phase is to complete testing of the 1Spatial solution with implementing additional USGS requirements to complete the suitability assessment of a fully integrated and functioning workflow for conflation of geospatial data into the National Hydrography Dataset (NHD) by USGS and external data stewards. 1. The National Geospatial Program (NGP) is beginning to acquire new hydrography features extracted from the USGS 3D Elevation Program (3DHP) data, which will greatly increase the number of features from 25 million features in the current National Hydrography Dataset (NHD) to an estimated 200-300 million 3D features in the 3DHP dataset when coverage is complete for the Nation. Capabilities such as QA/QC tools in an object-oriented cache are needed to allow efficient processing of very large datasets. 2. Data integration and transformation anticipated with 3DHP involves challenges working with multiple data schemas, data sources, and attribute transfers. Leveraging capabilities such as an object-oriented cache enables flexibility to work with these schemas and sources and enables software to function on a range of IT infrastructure including cloud-based systems. 3. Data quality and integrity is a primary objective with 3DHP. A rules-based software engine is necessary to automate data error identification and correction. 4. User-configurable software reduces the need for custom development of data management tasks to include data validation, correction, conflation, and enhancement as well as automated data creation. THERE IS NO SOLICITATION AT THIS TIME. ALL COST ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSBILITY OF THE CONTRACTOR. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Responses to this announcement are requested from (1) SBA certified Small Business HubZone firms; (2) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (3) Service-Disabled Veteran-Owned small Business firms; (4) Small Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541511 with a Small Business Size Standard 30M. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (1) through (4) above, any solicitation may be issued as unrestricted without further consideration. Interested small business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. Your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually. All responses must be submitted NLT December 12, 2022 at 5:00pm EST via e-mail to: tbeals@usgs.gov. This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d733068b5dc440fe94e6d754580c6269/view)
 
Record
SN06535371-F 20221207/221205230107 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.