|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 27,1997 PSA#1769National Imagery and Mapping Agency, 4600 Sangamore Road, Bethesda, MD
20816-5003 A -- REPLACEMENT CORRECTION CBD FOR GEOSPATIAL INFORMATION INTEGRATED
PRODUCT TEAM=92S (GI IPT) GEOSPATIAL INFORMATION INFRASTRUCTURE GII 97
REQUIREMENT - SOL BAA POC Contract Specialist Steve Johnson (301)
227-4508 and Contracting Officer, Mary Ann Klaner (301) 227-2235 PART
1 OF 2. This announcement is a replacement correction for the CBD
announcement appearing in the 22 January 1997 edition. I. INTRODUCTION.
The National Imagery and Mapping Agency (NIMA), on behalf of the
Geospatial Information Integrated Product Team (GI IPT), is soliciting
proposals for the Geospatial Information Infrastructure 97 (GII 97).
The purpose of this effort is to gain information about the
technologies and procedures necessary to support a comprehensive GII
which embodies loosely coupled, highly integrated robust tools enabling
performance of dynamic functions and services. The GI IPT also will
consider component technologies and products which offer useful and/or
innovative solutions that could become part of a comprehensive GII.
Construction of GII 97 is an iterative process, following the spiral
development plan of the GI IPT. This solicitation is part of the first
spiral process for identifying available GII 97 relevant commercial
and nondevelopmental technologies. A second spiral, beginning in April
is planned. Background information on the GI IPT and the spiral
process being used by the GI IPT was provided in the 27 December 1996
edition of the CBD, and also is available on the GI IPT web site at
http://164.214.2.57/. The GI IPT has been actively working with
industry and academia through the Open GIS Consortium/IPT Task Force
conducting market research for commercial and nondevelopmental item
technologies and data sources relevant to the GII 2000 requirement. The
OGC/IPT Task Force process is open to all interested commercial
industry and academic organizations. Information on the OGC/IPT Task
Force is available on the OGC web site at http://www.opengis.org/ipt/.
GII 2000 functional requirements relevant to this solicitation are
contained in Volume 2 of the GI IPT Master Plan draft version 0.2,
dated January 1997. The Master Plan is available from the GI IPT web
site as listed above. The functional requirements form the basis of the
technology and source data matrices being developed in the OGC/IPT Task
Force. The technology and source data matrices will match technology
solutions and commercially available data sources to individual GII
2000 requirements. Because the technology and source data matrices are
an important element of the GI IPT=92s work, all component
technologies and data sources included in proposals answering this
solicitation will be included in the technology or data matrix. The
first iteration of the technology and source data matrices will be
available by 20 February 1997 on the above referenced OGC web site. On
20 and 21 February 1997 there will be a meeting of the OGC/IPT Task
Force. An agenda item will be this solicitation. The meeting is open;
anyone planning to respond to this solicitation is encouraged to
attend. Information on the agenda, meeting location and time will be
available on the OGC web site listed above. II. GENERAL INFORMATION.
From this solicitation, the GI IPT expects to make multiple awards for
potential GII 97 solutions. Proposals should indicate if it represents
a comprehensive or component solution. For comprehensive GII solutions,
teaming is strongly encouraged. Additionally, the GI IPT strongly
encourages the use of the =93Other Transactions=94 authority of 10
U.S.C. 2371, =93Section 845.=94 The =93Section 845=94= authority allows
a commercial-type contract to be put in place for testbed development
efforts such as GII 97. Within 30 days of =93award of contract,=94 the
technology solutions should be available to install in the GPF for
follow-on =93hands-on=94 evaluation, testing, and feasibility
demonstrations. All= awards will be based on a best value assessment.
The GI IPT expects that each award typically will be: 1. For a basic
period to cover the GPF evaluation and technology feasibility
demonstration efforts through November 1997, the end of GI IPT period.
2. For an optional Government decision to acquire or lease for one
year a successful solution 3. For an optional Government decision to
acquire up to five additional configurations of a solution At the
conclusion of the tests, evaluations, and feasibility demonstrations
the Government may also decide to integrate any solution with other
existing or emerging GII solutions or systems. The original submitter
of successful solution may be requested to provide this support.
Results of the awards made for candidate solutions to be demonstrated,
and the subsequent results of the evaluation and testing, and
feasibility demonstrations conducted in the GPF will be publicly
announced. III. CONDITIONS=97GENERAL= This GII 97 solicitation is
specifically for four functional GII areas and associated requirements
contained in Volume 2 of the GI IPT Master Plan draft version 0.2,
January 1997. Potential proposers are advised to read this announcement
and the GI IPT web site thoroughly. They explain the GI IPT=92s needs
in the four functional areas of concern to this solicitation= =97a GII
architecture, geospatial information production, geospatial
information management & dissemination, geospatial information
application. Proposals may be submitted by industry, academia (US
institutions of higher education, other than federal government, with
degree-granting programs in science and/or engineering) or by consortia
or collaborations. Consortia or collaboration proposals must name one
principle party as the responsible point-of-contact. Similarly, one
member=92s institution or organization= will be the primary awardee for
purposes of award execution. The relationship among the institutions
and their respective roles, as well as the apportionment (i.e.
sub-award) of funds among the members, must be described in both the
proposal text and budget. IV. REQUIREMENTS FOR PROPOSALS. Prospective
proposers are requested to participate in the OGC/IPT Task Force
process, in particular the development of the technology and source
data matrices described in Part I above. Specifically, all technology
or source data components contained in a proposal must also be
submitted as technology and source data components for the OGC/IPT Task
Force technology and source data matrices. An on-line submission form
is available on the OGC web site listed above. a. General. Proposals
must be received at the address shown below by 12:00 p.m. E.S.T on
Monday, 10 March 1997. Proposers are requested to coordinate their
delivery of proposals with Steve Johnson 301-227-4508 or Mary Ann
Klaner 301-227-2235. The Government will consider both unclassified
and/or classified proposals up to SECRET COLLATERAL for this
requirement. Coordination for delivery of all classified proposals
shall be made with Mary Ann Klaner. Proposals submitted in whole or in
part by electronic media (e.g., facsimile machine, electronic mail)
will not be accepted. Proposals received after the deadline will be
treated according to Federal Acquisition Regulation part 52.215-10,
Sections (a) (1) through (a) (5). Proposals will be evaluated against
criteria (1) through (4) in Section V. Persons and resources from
MITRE=92s Economic Decision and Analysis Center will facilitate and
support the Government=92s evaluation process of the proposals. MITRE
persons will not participate in the evaluation itself. Awards are
planned to be in place by about 22 April 1997; this should be cited as
the proposed start date for the budget. b. Submission. A proposal
signed by appropriate authorized representative officials and marked
=93Original,=94 along with 4 copies of the signed= original, should be
submitted directly to the address listed below. To be eligible for
consideration, all copies of the proposal should include a hardcopy of
the completed OGC/IPT Task Force technology or data submission form
for each component technology or data type included in the proposal.
The attached technology and data submission forms are in addition to
the rest of the written proposal, and do not count against the total
number of pages. The forms are available on-line at the OGC web site
listed above. Each proposal should be typed on 8-1/2 by 11 inch paper,
using a font size no smaller than 12 points. Proposals should be no
longer than 50 single sided pages, all-inclusive (including, for
example, cover/signature page, and budget), except for the technology
and data submission forms. The technical portion should be limited to
no more than 30 of the 50 pages. The identification of the proposal as
a comprehensive or component solution should be made in the first
paragraph of the technical portion. Proposals shorter than 50 pages are
encouraged. Separate attachments, such as brochures or reprints, that
cause the proposal to exceed 50 pages can render the entire proposal
ineligible. A copy of offeror=92s proposal on a single DOS formatted
3.5=94 diskette in Microsoft Word version 6.0 format for text,
graphics, and tables; Microsoft Powerpoint version 4.0 for graphics;
and Microsoft Excel version 5.0 for spreadsheets or tables is
requested. The address for submission of proposals is: NATIONAL IMAGERY
AND MAPPING AGENCY,FY97 GII 97 Spiral I,PCU (D-88), ATTN: Steve
Johnson, 4600 Sangamore Road,Bethesda, MD 20816. Content. The proposal
must be signed, complete, and self-contained to qualify for review.
The GI IPT is most interested in a comprehensive GII which embodies
loosely coupled, highly integrated robust tools enabling performance of
dynamic functions and services. However, the GI IPT also will consider
component technologies and products that offer useful and/or
innovative solutions which include integrated services and reusable
components. Proposals should be marked as either a comprehensive GII
solution, or a component GII technology or product. Proposals should
include: 1. Cover page: Reference BAA and title; identify individual or
team included in proposal; identify principal investigator/program
manager; proposal effort title and schedule; type of vehicle proposed;
and signature and title of official authorized to obligate
contractually, and with whom negotiations should be conducted. The
cover page should be included on the original proposal and each of the
4 copies. 2. Abstract: Provide an abstract no longer than one page. 3.
Text: The technical portion of the proposal should state in the first
paragraph whether the proposal is a comprehensive GII solution or a
component GII solution, should be limited to 30 pages, and should: a.
Describe in detail all GII-related systems, products, and services that
will be provided by the offeror for installation in and support of the
GPF and for use in support of exercises/demonstrations. For
GII-related systems and products, the offeror shall identify the vendor
and item nomenclature. For services, the offeror shall indicate the
nature of the service (such as installation, maintenance, training,
engineering support), and the provider of the service (if different
from the offeror). b. Describe in detail each of the GII 97 technical
and management evaluation factors included in section V below,
indicating how the offered GII-related systems, products, and services
will accomplish GII 2000 objectives: Describe the proposed sub-awards
or relevant collaborations (planned or in place). If sub-awards,
collaborations or consortia are proposed, make clear the division of
responsibilities and provide detailed budgets for these. 4. Schedule:
Provide a schedule that shows the soonest the solution can be installed
in the GPF, when training can begin, how long training will take, and
when the system will be ready for formal test and evaluation. 5.
Management: Describe the qualifications of all organizations involved
in the GII 97 solution. For consortia or collaborations, one
organization should be designated as the principle point-of-contact. 6.
Cost: The financial portion of the proposal, beginning on a new page,
should contain cost estimates, based on a firm fixed price,
sufficiently detailed for meaningful evaluation, including cost details
for any proposed sub-awards. For budget purposes, use an award start
date of 22 April 1997. The budget must include any GII-related systems,
products, and services that are to be provided but are not included in
the firm fixed price, such as any GII-related systems and products
that will be provided on loan. The firm fixed price, together with the
loan agreements, shall cover all proposed contractor effort during the
demonstration period of performance. Also include labor rates and other
cost factors that could be used to calculate additional support
activities in the GPF, including exercises and demonstrations. The cost
should include the total cost of the solution, as well as a breakdown
by component technology or source data. The costs should address the
base period and optional Government decisions discussed in Section II
above. The proposal should include the following cost information for
GII-related systems and products that are being provided as a part of
the GII 97 solution being proposed, including GII-related systems and
products that are included in the firm fixed price and those that are
being provided under loan agreement: a. Cost for all components in the
solution b. Annual operations/maintenance cost, including upgrades and
enhancements for the solution. c. Amount and type of =93glue code=94 or
interface software developed specifically for GPF= use that is not a
part of commercially offered GII-related systems and products
user/operator training cost for each required training course. (0022) Loren Data Corp. http://www.ld.com (SYN# 0001 19970127\A-0001.SOL)
A - Research and Development Index Page
|
|