Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 23, 2008 FBO #2431
SOLICITATION NOTICE

70 -- NAVTEQ Licenses

Notice Date
7/21/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Surface Deployment and Distribution Command - W81GYE, ATTN: SDAQ, 200 Stovall Street, Alexandra, VA 22332-5000
 
ZIP Code
22332-5000
 
Solicitation Number
W26ALQ81850302
 
Response Due
7/28/2008
 
Archive Date
9/26/2008
 
Point of Contact
Jeffrey H Teague, 6182205069
 
Small Business Set-Aside
N/A
 
Description
COMBINED SYNOPSIS SOLICITATION W26ALQ81850302 NAVTEQ RENEWAL 1. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. 2. Solicitation Number W26ALQ818503. This combined Synopsis/Solicitation is being issued as a Request for Quote (RFQ). 3. This combined Synopsis/Solicitation incorporated provisions and clauses are those in effect through Federal Acquisition Circular, FAC 2005-26 Effective Date 12 Jun 2008. 4. This is a Brand Name Only Request for Quote and is unrestricted. The manufacturer of this item is a large business. The associated NAICS code is 511210 with a small business size standard of $23,000,000 employees. 5. Requirement: ITEM NO 0001 SUPPLIES/SERVICES NAVTEQ License QUANTITY 1 UNIT Lot UNIT PRICE$ AMOUNT$ NAVTEQ License FFP UPDATE OF DATA - UNITED STATES OF AMERICA. TWO UPDATES OF THE LICENSED DATA FOR THE COVERAGE AREA OF THE UNITED STATES OF AMERICA. NAVSTREETS PREMIUM IN ARCVIEW SHAPEFILE FORMAT. In accordance with the attached statement of need. FOB: Destination NET AMT $ ITEM NO 0002 SUPPLIES/SERVICES NAVTEQ License QUANTITY 1 UNIT Lot UNIT PRICE$ AMOUNT$ UPDATE OF DATA - CANADA FOR TWO UPDATES OF THE LICENSED DATA FOR THE COVERAGE AREA OF CANADA. NAVSTREETS PREMIUM IN ARCVIEW SHAPEFILE FORMAT. In accordance with the attached statement of need. FOB: Destination NET AMT $ ITEM NO 0003 SUPPLIES/SERVICES NAVTEQ License QUANTITY 1 UNIT Lot UNIT PRICE$ AMOUNT$ NAVTEQ License EXTENDED LISTING OF POIS FOR THE COVERAGE AREA OF THE UNITED STATES OF AMERICA. In accordance with the attached statement of need. FOB: Destination NET AMOUNT $ ITEM NO 0004 SUPPLIES/SERVICES NAVTEQ License QUANTITY 1 UNIT Lot UNIT PRICE $ AMOUNT $ NAVTEQ License FFP EXTENDED LISTING POIS FOR THE COVERAGE AREA OF CANADA. In accordance with the attached statement of need. FOB: Destination NET AMT $ POP 08-AUG-2008 TO 07-AUG-2009 N/A SDDC TRANSPORTATION ENGINEERING AGENCY PAT BURNETT 709 WARD DRIVE BLDG 1990 SCOTT AFB IL 62225-5015 757-599-1105 FOB: Destination STATEMENT OF NEED The Government requires renewal of NAVTEQ Licenses which shall include the following: A. Contractor will provide the following information for the United States Continental United States and Hawaii and Canada. B. Geographic Data for the Provinces of Canada. C. Geographic Data for United States Continental United States D. Vendor will provide 2 updates of License Data during the contract for Provinces of Canada and United States Continental United States E. Data will be provided in NAVSTREETS Premium ArcView SHAPEFILE Format. F. No Limit of Vehicles G. Data can be used for GeoCoding and routing H. AVL permitted I. Dynamic routing (Exception Basis, i.e., snow storm, hail, rain storm, etc) J. Provide the following NAVSTREETS Premium data: II. --Certain Major Highway III. --Certain Interstate Shields IV. --Certain Secondary Highways V. --Certain Highway Shields VI. --Certain Railroads VII. --Certain Zones VIII. --Certain Administrative Area Boundaries IX. --Certain Oceans X. --Certain Islands XI. --Certain Waterway Polygons and Segments XII. --Certain Land Use Features XIII. --Certain Streets XIV. --Certain Points of Interest (POI) 1. Certain Named Places 2. Certain Hospitals 3. Certain Parks & Recreation 4. Certain Transportation Hubs 5. Certain Shopping 6. Certain Travel Destinations 7. Certain Restaurants 8. Certain Entertainment 9. Certain Auto Maintenance, Service and Petrol 10. Certain Financial Institutions 11. Certain Educational Institutions 12. Certain Business Facilities 13. Certain Parking 14. Certain Community Service Centers 15. Certain Border Crossings XV. --Certain Signs XVI. --Certain Condition/Driving Maneuvers XVII. --Certain Condition/Driving Maneuvers Date/Time Modifiers XVIII. --Certain Condition/Driving Maneuvers Maneuvers Links XIX. --Certain Z-Levels XX. --Certain Intersections XXI. --Certain Traffic Codes XXII. --Expanded Points of Interest for the United States and Canada 6. FAR 52.212-1, Instructions to Offerors Commercial Items, applies to this acquisition with no addenda attached. 7. FAR 52.212-2, Evaluation Commercial Items, applies to this acquisition. Evaluation criteria: Low Priced Offer that conforms to the solicitation requirements. 8. Offerors are required to complete FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and submit a copy with their offer unless offerors representations and certifications are current at the ORCA website 9. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition with no addenda. 10. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. No additional clauses cited within the clause apply. 11. Quotes are due to this office no later than 11:30 am CST, 28 July 08, at SDDC-AQ Attn: Jeffrey Teague 709 Ward Dr. Bldg 1990 Scott AFB IL 62225 Quotes may be emailed to: Jeffrey.teague@us.army.mil Quotes may be faxed to: 618-220-5740 12. Point of contact for questions concerning this combined synopsis/solicitation may be directed to: Primary:Jeffrey Teague 618-220-5067 Jeffrey.teague@us.army.mil Alternate:Don Gilbert 618-220-5069 Justification and Approval for Other Than Full and Open Competition A. Contracting Activity: Headquarters, Military Surface Deployment and Distribution Command (SDDC), SDDC Contracting Center, 709 Ward Drive, Bldg 1990, Scott Air Force Base, IL 62225 B. Description of Action: The purpose of this action is to renew license agreement through a purchase order on a Brand Name basis, to renew NAVTEQ Premium United States, Hawaii, and Canada quality map data in (NAVTEQ) Shape-File format. The contract that is currently in place is W81GYE-07-P-0103 and is a firm fixed price contract. TWCF funds are available for this purpose. C. Description of Supplies/Services: The proposed contract will allow the continuation of United States, Hawaii, and Canada map data in Shape-File format, as well as the expended/enhanced Points of Interest (POI) for the United States and Canada. This data is for Intelligent Road and Rail Information Server (IRRIS). The digital map data features - road geometry contains dozens of road attributes for every kilometer, from speed restrictions to lane configurations. IRRIS has integrated the routing capability of NAVTEQ in with numerous other transportation datasets and attributed the specific Military Convoy routes. The network allows users to create origin to destination routes in web application. It also offers users Point of Interest (POI) for the United States and Canada. The Points of Interest along the route include approximately 12 million points of interest. They include shopping centers, gas stations, hotels, schools, hospitals, fire, police and other emergency response information, etc. The data enables turn-by-turn directions. The network allows users to create origin to destination routes in web applications. The data is received in ArcView Premium Shape-File format. The Points of Interest are used to effectively analyze and respond to emergency situations. IRRIS uses this data for automated alert notifications. For example, certain shipments are restricted from stopping near certain retail facilities. The POIs are needed to perform spatial analysis on shipments, compare locations of shipments to restricted facilities and send out an automated alert to the Operations Center and the Defense Transportation Tracking Service (DTTS) of the violation should one occur. D. Authority Cited: The statutory authority is 10.U.S.C 23304(1) as implemented by FAR6.302-1(a)(2)(iii)(A) and (B), Substantial duplication of cost to the Government that is not expected to be recovered through competition and Unacceptable delays in fulfilling the agencys requirements. E. Reason for Authority Cited: The IRRIS project at SDDCTEA has been in development and production over 8 years. Re-tooling and re-programming for an application other then NAVTEQ would result in significant costs far exceeding the acquisition price of this requirement. The impacts include NAVTEQ data integration into the IRRIS production application and National Bridge Inventory (NBI) integration activities with the IRRIS application. Use of different applications would require significant re-tooling of the IRRIS application to support multiple sources in lieu of the NAVTEQ comprehensive source. The IRRIS routing engine has been tested and matched to NAVTEQ data as an important feature of the IRRIS application and re-tooling to an alternate application would require significant development and testing and would not achieve the accuracy of the current NAVTEQ data. NAVTEQs data collection methodology using GPS and driving provides an accurate source of ground truth positioning and most closely aligns with positioning specifications of the IRRIS tracking application. 1. IRRIS integrates and is required to maintain compatibility with the National Geospatial and Intelligence (NGA) Palenterra application Homeland Defense. 2. NAVTEQ has over 60 countries to date with full routing and turn by turn navigation attributions which are essential components for accurate IRRIS tracking and routing. NGA has standardized on NAVTEQ data for both Homeland Defense and the source for worldwide routing and navigation. This affords the Army superior ability in quickly deploying the IRRIS tracking application worldwide. Currently IRRIS is used in North America, has been tested in Western Europe and is planning expansion into the Middle East. NAVTEQs worldwide coverage affords the Army the greatest flexibility in deploying IRRIS worldwide in response to military deployment activities worldwide. 3. NAVTEQ has the basic data layer. The data was coded by GeoDecisions and SDDCTEA personnel. Significant changes would be required if another application was selected, coding would have to be re-done, the routing system, and the tools within IRRIS that access the data would also have to be recoded. This would involve many man hours, plus a learning curve. While the conversion was being implemented, IRRIS would be down. IRRIS has integrated the routing capability of NAVTEQ in with numerous other transportation datasets and attributed the specific Military Convoy routes. F. Efforts to Obtain Competition: Sought potential sources that might be available to fulfill this requirement. This effort was unsuccessful because of the uniqueness of the systems with which the product interfaces. Reviewed Army and DoD IDIQ contracts and Enterprise agreements and found no compatible software or the availability of this item. GSA was also reviewed and there are no available contracts to purchase this or any other compatible software. G. Actions to Increase Competition: Technology will be monitored periodically to determine potential sources. H. Market Research: The internet was used to research companies that provide premium quality map data. Tele Atlas was located. A comparison was done and after performing research is was determined that NAVTEQ has the best source of road network data with a focus on data accuracy, data coverage, and the ability to maintain the accuracy of the data as new build-out and new construction occurs. NAVTEQ was determined to be the only application with the features, compatibility and quality required. No other comprehensive application was found that meets the governments need. I. Other Facts: By continuing the services with NAVTEQ - funding, downtime of IRRIS and manpower will be saved. Should another vendor be awarded this contract, the processes would have to be rewritten. The data structures and formats for the data received would be different. Not only would the processes have to be rewritten but new software would have to be purchased, new approvals would have to be obtained from DISA and NETCOM and the IRRIS Accreditation would have to be updated. New approvals and accreditation would be required. While the conversion of the data was being done, there would be down time. Downtime of this system is unacceptable as it negatively impacts the tracking of AA&E and OSM shipments in CONUS. 1. As a result of 9/11 terrorism the National Geospatial and Intelligence Agency (NGA) Office of Americas which has the charter of Homeland Defense was formed. 2. Data testing and analysis was performed by NGA Office of Americas. After their research is was determined that NAVTEQ was the best source for this code. As such, NGA has standardized on NAVTEQ data the Transportation Layer Road Network provider. As such, all systems like IRRIS that must interact with NGA systems such as Palanterra must use the NAVEQ data so that data will remain aligned and the applications will remain tightly integrated. 3. Switching to another application at this time is not considered logical based on the additional dollars and risk that would be required, re-programming of code, down time of IRRIS to accomplish the conversion and due to the fact that NAVTEQ data interfaces with University of Tennessee and NGA. As well as Tele Atlas not having the qualifications that are required to meet SDDCTEAs requirements.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=bac515b4133c22d42f713d61d2b030a2&tab=core&_cview=1)
 
Place of Performance
Address: Surface Deployment and Distribution Command - W81GYE ATTN: SDAQ, 200 Stovall Street Alexandra VA
Zip Code: 22332-5000
 
Record
SN01619099-W 20080723/080721223127-bac515b4133c22d42f713d61d2b030a2 (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.