Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 29, 2010 FBO #3108
SPECIAL NOTICE

B -- Request For Information

Notice Date
5/27/2010
 
Notice Type
Special Notice
 
NAICS
518210 — Data Processing, Hosting, and Related Services
 
Contracting Office
USACE Geospatial Center, CONTRACTING DIVISION, 7701 TELEGRAPH RD BLDG 2592, ALEXANDRIA, VA 22315-3864
 
ZIP Code
22315-3864
 
Solicitation Number
NEWMILITARYTERRAIN
 
Archive Date
8/25/2010
 
Point of Contact
Tabassam Salim, 703-428-7863
 
E-Mail Address
USACE Geospatial Center
(tabassam.salim@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information For Military Terrain and Hydrologic Analyses, Databases and Environmental Studies of Selected Areas II The US Army Corps of Engineers, Army Geospatial Center (AGC), has a requirement for Military Terrain and Hydrologic Analyses, Databases and Environmental Studies Support. The purpose of this Request for Information (RFI) is to determine if there are sources capable of satisfying the governments requirements. No proposals are being requested or accepted under this RFI. Feedback addressing the clarity, feasibility, scope, and potential alternative means of meeting the governments requirement is sought. The anticipated North American Industry Classification System Code (NAICS) for these requirements is 518210. The business size standard is $25.0M. Your response should identify your business size (large or small) in relation to this NAICS Code. Contractor personnel will require DoD security clearances at least at the SECRET level for key personnel. Handling of material up to SECRET is required. TOP SECRET/SCI Facility clearance is required for on-site support at AGC. Storage Clearances of at least the SECRET level are required. Capabilities Package: AGC is assessing the existence of sources and is requesting capability packages from industry on the requirements below. We are seeking a prime that must be capable of demonstrating at a minimum, items one (1) through two (2) below. The prime may employ partners to complete at least 90% of the remaining items and may employ partners to complete the top two (2) as well, as long as the ability to demonstrate the top two (2) items on its own has been fully demonstrated. Interested sources shall possess an in-depth understanding of the requirements listed below. Responses must be limited to no more than 25 pages and must address the following specific areas: 1.Experience in providing expertise in the following disciplines: geology, ground water, hydrology, geography, photo/imagery interpretation, soils, forestry, military science, urban planning, digital cartography, and technical report generation as they relate to military terrain, weather, water resources, and environmental data analysis. 2.Experience in providing expertise in the use of ERDAS Imagine and ESRI ARCGIS software and associated modules to capture spatial and attribute data in the analysis and compilation of military terrain, water resources, and environmental data (or similar studies) and database management. The contractor is also required to have a thorough knowledge of Enterprise Geodatabases in a Microsoft SQL and SDE environment. 3.Experience in providing Systems Engineering and Technical Assistance (SETA) support in the areas of program management; program planning; risk assessment; future system architecture definition; system design; management and technical support for Advanced Concept Technology Demonstrations (ACTDs); demonstration planning and execution; imagery and geospatial data tasking, processing, exploitation, and dissemination; and the editing, quality control, and data management of geospatial data. 4.Experience in providing support with expertise in data management and dissemination. Skilled in Windows, able to manipulate data files, proficient in ArcGIS, basic image and map manipulation, possess a basic understanding of databases and data management, and be familiar with NGA and other common geospatial data formats. 5.Experience in providing collection, storage, processing, quality control, dissemination, and related services to support Buckeye using LIDAR and other sensor technologies. 6.Experience in providing expertise with Microsoft SQL, Oracle relational and geospatial databases, Open GIS Consortium compliant web services, structuring of moderate to large geospatially-oriented web sites, including multi-layered interactive map layouts, content organization, interactive features, and database integration and onsite support for ColdFusion, ASP, Javascript and.NET technologies. Interested Sources are discouraged to submit product literature in response to this RFI. 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 Proposals (RFP). AGC will not pay for information or comments provided and will not recognize any costs associated with submission of comments. RESPONSES ARE DUE NO LATER THAN 26 JUNE 2010, 4:00 PM EST. Direct all questions regarding this Sources Sought to the attention of Tabassam Salim, Contract Specialist, Phone: (703) 428-7863, Fax (703) 428-6995, E-mail: tabassam.salim@usace.army.mil, Elvie A. Thompson, Contracting Officer, Phone: (703) 428-3771, Fax: (703) 428-6995, E-mail: Elvie.A.Thompson@usace.army.mil. This notice is not a Request for Proposals, Invitation for Bid, or Request for Quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/31436a454bc4019b2aea0bb759419a00)
 
Record
SN02162180-W 20100529/100527235123-31436a454bc4019b2aea0bb759419a00 (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.