SOURCES SOUGHT
R -- BUCKEYE High-Resolution Three-Dimensional Geospatial Information Operations & Technology Integration (HR3DGI O&TI) III for USACE Army Geospatial Center
- Notice Date
- 12/11/2023 8:49:18 AM
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- W6RN USA GEOSPATIAL CTR ALEXANDRIA VA 22315-3864 USA
- ZIP Code
- 22315-3864
- Solicitation Number
- WS-24-0020
- Response Due
- 2/12/2024 8:00:00 AM
- Archive Date
- 02/27/2024
- Point of Contact
- Courtney Freeman, Phone: 7034286602, Haiyan Li, Phone: 7034283662
- E-Mail Address
-
courtney.d.freeman@usace.army.mil, haiyan.li@usace.army.mil
(courtney.d.freeman@usace.army.mil, haiyan.li@usace.army.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE ONLY. � NO PROPOSALS ARE BEING REQUESTED OR ACCEPTED IN RESPONSE TO THIS NOTICE� LARGE AND SMALL BUSINESSES RESPONSES ARE ENCOURAGED FOR THIS SOURCES SOUGHT NOTICE.�������� This announcement does not obligate the Government to award a contract, nor does it obligate the Government to pay for any preparation costs. The information provided in this notice is subject to change and does not bind the Government. Interested sources are discouraged from submitting commercial literature in response to this notice. Any submissions 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 Proposal (RFP). AGC has not made a commitment to procure any of the products or services discussed, and the release of this notice should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. All submissions become Government property and will not be returned. Requirement Title: BUCKEYE High-Resolution Three-Dimensional Geospatial Information Operations & Technology Integration (HR3DGI O&TI) III for USACE Army Geospatial Center Background: �The High-Resolution Three-Dimensional Geospatial Information Operations and Technology Integration (HR3DGI O&TI) program in support of wide area airborne geospatial (worldwide in all US Combatant Commands (CCMD) simultaneously), terrestrial, and subsurface collection via manned and unmanned airborne and terrestrial platforms to capture 5, 10 and 50 cm Electro-Optical (EO); 50 cm Light Detection and Ranging (LIDAR) and Bathometry. This work supports the collection, processing, dissemination, storage, and maintenance of high-resolution three-dimensional (3D) geospatial information required to create �high-resolution 3D geospatial data products, analysis and meshing of various phenomenology to create and deliver 2, 2.5 and 3D content over all operationally relevant portions of the Earth. The contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform the HR3DGI O&TI III support task except for those items specified as government-furnished property, services, and information. This acquisition is a non-personal service and is not for performance of Inherently Government Functions. Feedback addressing the clarity, feasibility, scope, and potential alternative means of meeting the Government's requirement is sought. Purpose: The purpose of this Sources Sought Notice is to gain knowledge of interest, capabilities, and qualifications of firms capable of performing the functional requirements contracts of this magnitude, and to address any questions, recommendations or concerns from Industry. The Government must ensure there is adequate competition among potential pool of responsible contractors. Prior Government contract work is not required for submitting a response under this Sources Sought Notice announcement. This Sources Sought Notice is not intended to be a Request for Proposal nor Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. It is to request statements regarding the company's ability to demonstrate existing-or-developed expertise and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement. Submission of Capabilities statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in tailoring requirements to be consistent with industry capabilities. This synopsis is for information and planning purposes only and is neither to be construed as a commitment by the Government nor will the Government pay for information solicited. Respondents will not be notified of the results of the evaluation. The purpose of this effort is to collect, process, disseminate, store, and maintain high-resolution 3D geospatial information by conducting aerial and terrestrial collection operations. The processing and production of required high-resolution 3D geospatial data products will be over operationally relevant portions of the Earth as directed by DoD customers and collection requirement. In addition, the Department of Defense is pursuing advancement in Light Detection and Ranging (LIDAR), Foliage Penetration (FOPEN), and bathymetry sensor technology. This is a result of the operational requirement to operate over varied terrain and littoral regions, to provide high fidelity mapping from a higher altitude, higher velocity aircraft platform (to reduce risk from adversary fire). Department of Defense requires advancement in supporting LIDAR, FOPEN and bathymetry collection, data processing, storage, and dissemination technology. Current LIDAR collection systems are rapidly improving/increasing area collection rates as well as increasing the geospatial fidelity of the data. In order, to keep pace with the improving collection systems, improved data processing needs to be developed and tested. Contractor-provided services include support to the BuckEye HR3DGI OTI III program. These services cover all program requirements, including Personnel; Materials; Manned Fixed Wing Platform Collection and Processing; Unmanned Aerial Platform Collection and Processing; Terrestrial Platform Collection and Processing; Dissemination, Storage, and Maintenance; Mobilization and Demobilization; and all necessary Program Management responsibilities, which include Meetings, Deliverables, Schedules, Configuration Management, Personnel Management, Risk Management, Quality Control, Security, and Overall Program Compliance. Security Requirements: The contractor will be required to have access to data and systems that are for Unclassified, Controlled Unclassified Information (CUI), Secret, Top Secret (TS), Sensitive Compartmented Information (SCI), Special Access Program (SAP) and/or Alternative Compensatory Control Measures (ACCM) during performance of the task order(s). All personnel, assigned to future task orders, accessing government facilities and/or systems shall possess at least a SECRET clearance. Key personnel, assigned to future task orders, shall possess a TOP SECRET clearance and be eligible for SCI adjudication on the start date of a task order period of performance, per the needs of each task order. Requested Information:� Do not send your organization�s standard Capabilities Statement or Brochure. The Government is requesting specific information in order to determine Large and Small Businesses capabilities. The Government may use information received under this notice to determine if a small business reserve or set-aside is appropriate. This Sources Sought Notice does not restrict the Government as to the ultimate acquisition approach. Capability Statement: Request companies submit a Capability Statement that presents your technical capability for providing the support services as it relates to the subject requirements. The Capability Statement shall at the minimum address the specific areas as identified below. Please provide the following: 1) Company name and Point of Contact(s) (Name, Title, Phone Number, and Email Address) 2) UEI number and CAGE code 3) If a Small Business the Small Business Administration (SBA) Socioeconomic Status (to include 8(a), HUBZone, SDVOSB, etc.), if applicable 4) Current Facilities Security Clearance Level Status 5) A brief Statement of Capability (maximum 12 pages) size 12 Arial/Times New Roman Font; which demonstrates the company�s ability to meet what is listed below (General Information and Requirements 1-10). Government is seeking those that possess and demonstrate an in-depth understanding of all the requirements. Mark any proprietary information accordingly.� 6) Provide maximum of three (3) Relevant Past Performance information on PRIME Government contracts of similar size and scope within the past three (3) years. Also, if you can provide the specific contract number to allow for review. Relevant Past Performance information will be limited to maximum of three (3) per each occurrence. 7) Capability of providing technical competency and experience in the listed set of requirements, as a Prime contractor or using subcontractors and/or partners Direct all questions regarding this source sought to the attention of Contract Specialist, Email Courtney.d.freeman@usace.army.mil and Contracting Officer, Email Haiyan.LI@usace.army.mil ������������������������������������������������������������������������������������������������������������������������������������������ Subject of email for Capability Statement shall be as follows:� BUCKEYE High-Resolution Three-Dimensional Geospatial Information Operations & Technology Integration (HR3DGI O&TI) for USACE Army Geospatial Center �� Capability Statement � Vendor Name Questions regarding the Requirements shall be submitted using the following format: Question #1: Requirements#:� Or Question #1:� General Capability Statement Responses and questions should be received by Contract Specialist, Courtney Freeman, courtney.d.freeman@usace.army.mil, for planning purposes BUCKEYE High-Resolution Three-Dimensional Geospatial Information Operations & Technology Integration (HR3DGI O&TI) for USACE Army Geospatial Center �� Capability Statement � Vendor Name ��� �������������������������������������� Requirements of which to be addressed in the capability statement: Provide all resources and equipment to perform wide area airborne geospatial and bathymetric collection (worldwide in all US Combatant Commands (CCMD) simultaneously) via manned and unmanned airborne platforms that can operate between 5,000 -45,000 feet AGL using government furnished commercial sensors to capture 5, 10 and 50 CM EO, 50 CM LIDAR, Foliage Penetration (FOPEN), and 20 meter depth bathymetry.� Provide the ability to acquire, fuse and integrate satellite and other phenomenology with airborne collected data sets; must be capable of performing real time data integration on the ground and during flight on an appropriately equipped aircraft. Provide the ability to collect airborne data using contractor owned aircraft capable of integrating Government furnished sensors within 60 days of contract award (must be able to operate a minimum of 2 aircraft per CCMD within 60 days of contract award and capable of collecting a minimum of 600 sq/km per flight/aircraft) Perform wide area land based (terrestrial) mobile geospatial LiDAR collection using government furnished commercial sensors Perform wide area bathymetric collection using government furnished commercial sensors Perform mobilization (deployment), demobilization (redeployment), and all program management, security and logistics activities inherent with conducting aerial and terrestrial collection operations worldwide Provide on-site (where deployed) geospatial data processing, analysis and meshing of various phenomenology to create and deliver 2, 2.5 and 3D content for use by Army Programs of Record Provide large scale worldwide advanced cloud based geospatial processing and dissemination in a rapid fashion (e.g., <24 hours).� Provide geospatial system engineering, development and integration to address advancing wide scale geospatial collection using existing and emerging remote-sensing technologies (e.g.LiDAR, EO, SAR, Hyper-spectral & MASINT, and other phenomenology); Provide a centralized CONUS based content management, data exploitation, geospatial data analysis and geospatial content management to support end user requests
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/f3bd80dcd7d04189b4d2ef6c0cd5595c/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06908996-F 20231213/231211230046 (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 |