Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 14, 2010 FBO #3246
MODIFICATION

D -- Software Development

Notice Date
10/12/2010
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Office of Oceanic and Atmospheric Research, 1315 East-West Highway, Silver Spring, Maryland, 20910
 
ZIP Code
20910
 
Solicitation Number
NRMAG00-11DG
 
Archive Date
11/9/2010
 
Point of Contact
Dena Grose, Phone: 405.325.6513
 
E-Mail Address
dena.grose@noaa.gov
(dena.grose@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
(I) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice and in accordance with the simplified acquisition procedures authorized in FAR Part 13. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (II) This solicitation is issued as a request for quotation (RFQ). Submit written quotes on RFQ Number NRMAG00-11-DG. (III) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-30. (IV) This procurement will be set aside for small business if qualified responses are received. The associated NAICS code is 541690. The small business size standard is $7 million. (V) This combined solicitation/synopsis is for purchase of the following commercial services: Develop software, written in IDL (version 8.0 is preferable), with user-configurable code functionality via user-specified variable input control parameters. Raw data will be High Definition Video frames recorded with a consumer (as opposed to professional) camcorder such as, but not limited to, a Panasonic HDC-TM700K. Recording will be 1080p Progressive Recording (corresponding to a minimum resolvable hydrometeor size of approximately 0.15 mm). The camcorder is suspended about 33 meters below a balloon that flies through storms. A video frame may contain an image of hydrometeor(s) that is obtained with a 1/8000 of a second shutter speed. Software must be able to digitally detect and track individual, illuminated particles against dark background of the particle imaging chamber, and obtain various derived characteristics of individual particles and particle size distributions. (VI) Software must meet the following requirements: 1) Software must be written in IDL as fully documented source code with instructions for use by a person unfamiliar with IDL, including instruction prompts. Documentation must include in-code commenting of significant tasks/functions/routines and a separate, searchable PDF-format Users Manual with step-by-step guidance. 2) Provide a quick-look data perusal capability of individually selected video frames for qualitative assessment of data. The quick look should provide users a convenient capability to skip a selected number of frames, which will allow users to step through the data from a flight. The step-through capability must include single frame, both forward and backward. 3) Automatically load sequence of individual frames from the video camera or other common storage media. 4) For each frame, automatically identify/position and determine the number of particles. Automatically classify the basic shape, such as round, horizontally extended ellipsoid, irregular, indeterminate, particle aspect ratio, etc., of each particle. Software fits appropriate shape models (e.g., circle, ellipse, etc) to estimate shape and relevant parameters as well as statistical deviation from fitted model(s). 5) Automatic calculation of oblateness (i.e., fit oblate-spheroidal model for drop at terminal fallspeed) for drop habit. 6) Produce summary information for the hydrometers, including the number of particles having each basic shape within each specified range of particle sizes in adjacent size bins that can be defined and changed by the end user. Allow optional bin spacing with user-specifiable number of bins (1-100): (1) linear (i.e., input constant bin spacing/number); (2) logarithmic (i.e., input smallest bin width/stretch factor/number). Provide a convenient ability for users to (1) specify the length of time to be included in each summary, (2) specify a start and stop time, or alternatively a start time and length of time, for which a series of summaries will be produced, and (3) automatically process video frames spanning the specified time period to produce and write out in ASCII readable form a series of summaries, each having the specified length of time. Each summary should specify the start time, stop time, and the length of time for which the summary was produced. 7) Produce histograms (i.e., both for total particles and for individual habits) of particle concentration in units of number per unit volume per unit diameter/radius interval. Software must estimate sampling volume derived from product of image width x depth x number of images x image height (i.e., swept out by ground-relative vertical motion of videosonde). (At 30 fps frame rate and approximately 5 m/s balloon rise rate, individual images are non-overlapping and therefore simply summed to obtain desired number of total particles.) 8) Data from balloon-borne GPS tracking will be available. Software needs to integrate the tracking and timing information to indicate the instantaneous location and time of images, as well as the start and stop location and distance spanned for each summary period or the period/mean height/mean temperature/layer thickness corresponding to each histogram. Header record that includes time and GPS-determined location should be attached to image and derived particle attribute (e.g., counts, sizes, oblateness, histograms, etc.) files output by the software. Additional code is desired to report individually or by statistical distributions within each summary period defined as above whether hydrometeors are liquid or frozen for each size range indicated by the summary. Any proposals not meeting the specified requirements must include information as to why different approach is proposed, and why it would be better. (VII) Delivery of all code, instructions, etc., within 120 calendar days after receipt of contract. (VIII) NSSL has 30 days to determine if the delivered software, users manual, etc. fulfill the requirements. Contractor then has 10 business days to submit modified documents. (IX) Provide evidence of contractor's expertise related to requirements of solicitation, specifically: List and provide description of IDL-based image-processing software you have written List and provide brief description of IDL programs (i.e., other than image-processing) you have written List and provide description of relevant IDL program(s) you have written (X) Place of performance is the National Severe Storms Laboratory, 120 David L Boren Blvd., Norman, OK 73072. (XI) FAR 52.212-1, Instructions to Offerors -- Commercial Items (June 2008), applies to this acquisition. (XII) FAR 52.212-2, Evaluation - Commercial Items (Jan 1999), applies to this acquisition. Offers will be evaluated on price and the factors set forth in paragraph (a), and award will be made to the firm offering the best value to the Government. Paragraph (a) is herby completed as follows: Award will be made to (XIII) Contractor whose quote offers the best value to the Government, price and other factors considered. The Government will evaluate quotations based on the following evaluation criteria: 1) Technical capability, 2) Past Performance, and (3) Price. (XIV) The offeror must submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Feb 2009), with its quote. An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (XV) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (Oct 2008), applies to this acquisition. (XVI) The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Feb 2009) applies to this acquisition. The following clauses under subparagraph (b) apply: (6)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (16) 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2). (17) 52.222-3, Convict Labor (June 2008) (E.O. 11755). (18) 52.222-19, Child Labor-Cooperation with Authorities and Representation (June 2007) (15 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (19) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (20) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (22) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (29) 52.225-1, Buy American Act-Supplies (June 2003) (41 U.S.C. 10a-10d). (30)(i) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2212 note, Pub. L 108-77, 108-78, 108-286, 109-53 and 109-169). (32) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.s, proclamations, and statues administered by the Office of Foreign Assets Control of the Department of the Treasury). (37) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). The following clauses under subparagraph (a) apply: None in this subparagraph apply.(XVII)The following clauses are also applicable to this acquisition: 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http:www.arnet.gov The following other terms and conditions apply: 52.214-34 Submission of Offers in the English Language (Apr 1991) 52.214-35 Submission of Offers in U.S. Currency (Apr 1991) (XVIII) As prescribed in 48 CFR 1301.602-170, Contracting Officer's Authority (Apr 2010) - The Contracting Officer is the only person authorized to make or approve any changes in any of the requirements of this contract, and, notwithstanding any provisions contained elsewhere in this contract, the said authority remains solely in the Contracting Officer. In the event the contractor makes any changes at the direction of any person other than the Contracting Officer, the change will be considered to have been made without authority and no adjustment will be made in the contract terms and conditions, including price. (XIX) Defense Priorities and Allocations System (DPAS) and assigned rating does not apply. (XX) The Government intends to award a firm-fixed-price order resulting from this solicitation. Quotes are required to be received in the contracting office no later than 5:00 P.M. CDT on October 25, 2010. All quotes must be emailed or faxed to the attention of Dena Grose. The email address is Dena.Grose@noaa.gov and fax number is (405) 325-1889. (XXI) Any questions regarding this solicitation should be directed to Dena Grose, (405) 325-6513, Dena.Grose@noaa.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/OCSOAR/NRMAG00-11DG/listing.html)
 
Place of Performance
Address: Development of software at vendor's location., Deliver to:, National Severe Storms Laboratory, 120 David L Boren Blvd, Norman, Oklahoma, 73072, United States
Zip Code: 73072
 
Record
SN02309713-W 20101014/101012234112-b4d02467f53ac50f4b2094f833bee831 (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.