Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2009 FBO #2836
AWARD

C -- RECOVERY - Orthophotos for the Santa Rosa Plain and Russian River Areas from Historical Aerial Photography

Notice Date
8/28/2009
 
Notice Type
Award Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, USA Engineer District, San Francisco, ATTN: CESPN-CT, 1455 MARKET STREET, San Francisco, California, 94103-1399, United States
 
ZIP Code
94103-1399
 
Point of Contact
James E Hallman, Phone: 4155036974
 
E-Mail Address
james.e.hallman@usace.army.mil
(james.e.hallman@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Award Number
W912P7-06-D-0001-0017
 
Award Date
8/28/2009
 
Awardee
Towill, Inc., 444 Natoma Street, San Francisco, California 94103-2909, United States
 
Award Amount
$48,017.23
 
Description
U.S. ARMY CORPS OF ENGINEERS SAN FRANCISCO DISTRICT 1455 Market Street, 16th Floor San Francisco, CA 94103 CESPN-R August 4, 2009 Scope of Services for: CONTRACT NO.: W912P7-06-D-0001 TASK ORDER: TBD CONTRACTOR: Towill, Inc PROJECT: ARRA Funded Historic Aerial Photography TITLE: Orthophotos for the Santa Rosa Plain and Russian River Areas 2. BACKGROUND In January 2000, Towill, Inc. was tasked to conduct aerial surveillance photography of the Santa Rosa Plain and the Russian River for the USACE San Francisco District. In March 2000, about 300 exposures of color infrared photography were taken for both areas. For the Santa Rosa Plain, nine (9) flight lines and 243 exposures were taken at a scale of 1:12000 (1" = 1000') with 60% overlap and 26% sidelap. For the Russian river, strip photography of ten (10) flight lines and 59 exposures were taken at a scale of 1:24,000 (1" = 2000') with 20% overlap. No aerial survey targets were placed or surveyed as a part of this project. Towill, Inc. delivered one (1) set of contact prints, one (1) set of flight index maps, and two rolls of aerial film to the USACE San Francisco District. The San Francisco District has a need to produce orthophoto imagery from the aerial photographs flown in March 2000. A photo control field survey was not performed as part of the March 2000 project and the Russian River project has limited stereo-overlap (20%). A modified approach for producing the orthophoto imagery is required as a result of these two conditions: 1) survey control points required to geo-reference the aerial photos will be transferred from other existing map sources as a substitute for field survey and 2) the National Elevation Dataset (NED) will be utilized as a substitute for stereodigitized terrain data. The map accuracy resulting from this approach will be equal to or better than standard USGS 1"-1000' digital orthophoto quads (DOQs). 3. OBLIGATION OF CONTRACTOR: The Contractor will provide the services and submittals as detailed in the following sections. 4. OBLIGATION OF THE GOVERNMENT: Government personnel will be available for advice, guidance, and comments on all work under this contract. Any comment, advice and/or guidance given by the Government personnel will be to assist the Contractor in performing the work and will not change the scope of work or release the Contractor from performing all work required herein unless written notification of such, signed by the Contracting Officer (CO) is received by the Contractor. Should the Contractor require assistance from the Government in regards to this scope, they shall contact one of the Government's points of contacts given in section 1 of this scope of work. The Government's point of contact will then either assist the Contractor directly, or provide an appropriate point of contact to answer the Contractor's questions. 5. DESCRIPTION OF WORK: a. The AE shall request historical aerial film for Santa Rosa Plain and Russian River from the District photo archives. b. The AE shall scan the photography at a resolution of 12.5 microns (approx. 2000 dpi.) 3 c. The AE shall locate photo identifiable features on the scanned photo images and use the best available existing maps to provide real-world coordinates for each photo ID point. Acceptable reference data for the Santa Rosa Plain Area include USGS Digital Ortho Quarter Quads (DOQQs), Color Ortho Quarter Quads (COQQs) or other imagery and/or spatial data sources from State, County or Local governments that have a known accuracy of 1" = 1000' or better. Acceptable references data for the Russian River Area must have a known accuracy of 1" = 2000' or better. No field work is to be performed under this task order. d. The AE shall obtain readily available terrain data, such as the National Elevation Dataset, to be used in orthophoto production. e. The AE shall create an ortho tiling system that shall result in file sizes that are manageable for use by the District. A shapefile index of the tiles shall be created and attributed with the image name. The tiling plan shall be submitted to the District for review and approval. f. All georeferenced imagery and shapefiles shall be delivered in Universal Transverse Mercator (UTM), Zone 10N, National American Datum (NAD) 83 and a horizontal unit of Meters. g. The AE shall produce orthophotography for the Santa Rosa Plain and the Russian River areas (as shown on the map exhibit). The Santa Rosa Plain shall be produced at a 0.25 meter resolution and the Russian river at a 0.5 meter resolution. Orthophoto images shall be produced in both GeoTIFF and MrSid formats. h. The AE shall provide an index map showing the coverage and image name of each orthophoto tile. The index map shall be in PDF format. 6. SUBMITTALS The final delivery submittal shall consist of the following data: (1) full frame image scans of aerial photography in MrSid format with no greater than 1:10 compression; (2) orthophoto index and tiling plan in PDF format; (3) orthophoto tiles for each geographic area in both GeoTIFF and MrSid format; (4) one mosaic-ed MrSid image for each geographic area (5) an orthophoto index in shapefile format (6) associated metadata files All submittals shall be sent to Jane M. Hicks, at the address given in section 1 of this scope of work. All submittals shall include a cover letter specifying the exact submittal that is being delivered, the contract number, the task order number, and the date of delivery. A copy of this cover letter shall also be sent to the addresses given in section 1 of this scope of work for the Contracting Officer (CO) and the Contracting Officer Representative (COR). All electronic mail submittals should state in the subject line the exact submittal that is being delivered, the contract number, the task order number, and the date of delivery. The electronic mail shall also include an electronic carbon copy (cc) to the Contracting Officer (CO) and the Contracting Officer Representative (COR). 4 7. PERIOD OF SERVICE (calendar days): All work shall be completed within 60 calendar days after receiving notification to proceed (NTP) from the Contracting Officer (CO). 8. OWNERSHIP: The Government, for itself and such others as it deems appropriate, will have unlimited rights under this contract to all information and materials developed under this contract and furnished to the Government and documentation thereof, reports, and listings, and all other items pertaining to the work and services pursuant to this agreement including any copyright. Unlimited rights under this contract are rights to use, duplicate, or disclose text, data, drawings, and information, in whole or in part in any manner and for any purpose whatsoever without compensation to or approval from the Contractor. The Government will at all reasonable times have the right to inspect the work and will have access to and the right to make copies of the above-mentioned items. All text, electronic digital files, data, and other products generated under this contract shall become the property of the Government. By reference, the following DFAR clauses are included in this contract as a part of the requirements herein: DFAR 252.227-7013, "Rights in Technical Data - Noncommercial Items." DFAR 252.227-7018, "Rights in Noncommercial Technical Data and Computer's Software - Small Business Innovation Research (SBIR) Program." DFAR 252.227-7019, "Validation of Asserted Restrictions - Computer Software." DFAR 252.227-7028, "Technical Data or Computer Software Previously Delivered to the Government." DFAR 252.227-7037, "Validation of Restrictive Markings on Technical Data." 9. DELIVERY MEDIA AND FORMAT: A copy of all imagery data and files developed under this contract shall be delivered to the Government on electronic digital media at project completion. The electronic digital data and files shall be provided on a USB powered external hard drive. The external label for each electronic digital media shall contain at a minimum the Contract Number, Delivery Order, and date, and a list of filenames when applicable. 10. METADATA: Where appropriate, submittals should include metadata compliant with the FGDC metadata standard for each data set that is part of the report or that was used in making the report. The FGDC metadata standard is described in documents listed on this web page -- http://ww.fgdc.gov/metadata/contstan.html -- under "CSDGM Version 2 - FGDC-STD-00l-1998." The Contractor may use any method to create the metadata, including using a text editor, a GIS such as ArcMap, or the attached template. Data sets include, but are not limited to, paper documents, text files, Microsoft Office files, GIS files, CAD drawings and elevation data (e.g., digital elevation models, digital terrain models and hydrographic surveys). Data sets do not include text documents listed in the bibliography. Data sets do not include primary data used only to derive other data. However, data developed by the Contractor must include metadata describing how the contractor derived the data. 5 11. GOVERNMENT FURNISHED MATERIAL: The Government will supply the aerial photography. The Contractor may ask for contracting or technical clarifications about this scope of work from the point of contacts given in section 1 of this scope of work.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACAW07/Awards/W912P7-06-D-0001-0017.html)
 
Record
SN01931373-W 20090830/090829002145-d54f3938f113236cc433801133106068 (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.