SOURCES SOUGHT
T -- Cartographic Web Services
- Notice Date
- 6/17/2011
- Notice Type
- Sources Sought
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- Other Defense Agencies, National Geospatial-Intelligence Agency, St Louis Contracting Center (ACSS), Attn: ACSS Mail Stop L-13, 3838 Vogel Road, Arnold, Missouri, 63010-6238
- ZIP Code
- 63010-6238
- Solicitation Number
- HM157511T0011
- Point of Contact
- Douglas H. Verseman, Phone: 3146760195
- E-Mail Address
-
douglas.h.verseman@nga.mil
(douglas.h.verseman@nga.mil)
- Small Business Set-Aside
- N/A
- Description
- This announcement is for information purposes only. The suggested North American Industry Classification System (NAICS) code is 541370. The Government seeks to identify interested offerors for this potential procurement action and to gather information that may influence the shape of any future Request for Proposal (RFP). This announcement does not constitute an RFP and it does not restrict the Government to any ultimate acquisition approach or strategy. This announcement does not represent a commitment by the Government in any form. The Government will not pay for any information that is submitted by respondents to this announcement. This is not a request for proposals, quotations or bids. 1.0 Background The National Geospatial-Intelligence Agency (NGA) provides timely, relevant, and accurate geospatial intelligence (GEOINT) in support of national security to the National System for Geospatial-Intelligence (NSG). The NSG is the combination of technology, policies, capabilities, doctrine, activities, people, data, and communities necessary to produce GEOINT in an integrated multi-intelligence, multi-domain environment. A key Agency priority is to provide and maintain a consistently-produced feature dataset to support a variety of requirements and to provide products made from these features. Through this announcement, NGA is seeking an innovative, industry solution that provides a cartographic web service for customer use anywhere in the world with connectivity to NGA's NIPRNet. 2.0 Cartographic Web Service (CWS) Specifics A key Agency priority is to provide a sophisticated cartographic service for the NSG customers (including in-theatre/low bandwidth situations) to create printable georeferenced PDFs of an area of interest (AOI) utilizing NGA provided vector data for situational awareness. Additionally, the web service must provide for customers the ability to add customer supplied vector data for application use in conjunction with NGA data. The applications must be compatible with hand-held, mobile viewing devices. NGA local data standards or formats will include but not limited to: NSG Feature Data Dictionary (NFDD) Local (LTDS) Vector Product Format (VPF) Feature & Attribute Coding Catalog (FACC) DTED/SRTM/HRTE Phase 1: Within 30 days of award of a resulting contract, NGA requires industry to provide a web-based capability for: -Feature generalization -Feature symbolization (MILSPEC or near MILSPEC) -Feature conflict detection/resolution -Type placement -Grid/graticule generation -Georeferenced PDF generation that meets the NGA eCHART specification of a TLM-like product -Web service server (including software) will reside at industry location but will access NGA NIPRNet -Requisite Local FACC/NFDD data must reside at NGA on NIPRNet -Generated georeferenced PDF graphic must be cartographically correct with respect to layering, confliction, generalization and scale. No marginalia is required. -Resulting complete, cartographic representation must be rendered in 5 minutes (less is preferred) Phase 2: By 30SEP11, NGA desires further enhancement of the service to include: -Contour generation -CADRG generation -Geonames inclusion -Web service server (including software) will reside at industry location but will access NGA NIPRNet -Requisite Local FACC/NFDD data must reside at NGA on NIPRNet -Generated georeferenced PDF graphic of a TLM-like product that is cartographically correct with respect to layering, confliction, generalization and scale. No marginalia is required. -Resulting complete, cartographic representation must be rendered in 5 minutes (less is preferred) Phase 3: For the remainder of 365 days from the date of award resultant contract, industry will continue to provide the web service comprised of server and developed software from Phase 2 at the industry location with continued access to NGA provided data on NIPRNet. 3.0 Information Desired Request interested and qualified sources address the following in accordance with the submittal instructions below: •Relevant Corporate Knowledge/Experience •Provide a corporate capability statement that describes your core web-based cartographic and dissemination competencies, experience/familiarity with NGA FACC/NFDD data, NGA specifications for map composition/production, georeferenced PDF production, NGA map printing requirements, web-based applications and data access, including FACC/NFDD datasets to be utilized for the demonstration. Please include any innovative ideas, new capabilities, or applications that your company could offer that directly support the CWS environment and future development. •Identify relevant contracts held within the last three (3) years, to include i. Awarding Agency/Office; ii. Contract type, contract value and number of personnel utilized; iii. Identification of subcontractors; Describe the specific nature of the support provided and explain why it is relevant. Describe how corporate knowledge/experience gained through contract performance could be of benefit to NGA in the future. To be considered under this announcement, NGA requires industry to demonstrate a current web-based capability (within 10 business days of this FedBizOpps closure) of: -Web service (including software) and requisite Local density FACC/NFDD data will reside at the industry location -On the fly, web-based, georeferenced PDF of a TLM-like product must be near-cartographically correct with respect to layering, confliction resolution, feature collapse with scale, searchable text in the PDF, generalization, and scale. Demonstrate how other non-NGA data can be incorporated and layered with NGA data. No marginalia is required. -Resulting georeferenced PDF must be rendered in less than 10 minutes (5 minutes or less is preferred). -Industry will demonstrate this capability via social communication software such as GoToMeeting or like capability that can be accessed on NGA NIPRNet. Industry will also make the web-based capability available for NGA testing via www for a period no less than 15 calendar days from the closure date of this announcement. 4.0 Submittal Instructions Submissions are due no later than 2:00 p.m. Central Standard time on July 01, 2011. Potential Offerors not responding to this announcement will not be precluded from any further participation. Your response must include: A. Business name, address, telephone, fax, email address, website address (if any), CAGE code and DUNS number, the full name of a company point of contact (POC), POC email address, POC telephone number and POC fax number. (Secure and unclassified information is requested.) B. Business Size in accordance with NAICS Code 541370 (in addition, any small disadvantaged business designations.) All questions whether general, contractual, or technical shall be submitted via e-mail to Douglas.H.Verseman@nga.mil no later than COB June 24, 2011. The Government will endeavor to respond to all questions. Valid questions and responses will be posted without reference to the company submitting the question, for all interested parties to review. To aid government review, submissions are limited to no more than 7 pages. A page is defined as each face of an 8-1/2 X 11 inch sheet with information contained within an image area of 7 X 9 inches. Type size shall be 12-point proportional font. Briefings and/or briefing charts in lieu of written responses are not acceptable. The respondent shall screen all emails for computer viruses prior to submittal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/NIMA/PCSL-13/HM157511T0011/listing.html)
- Place of Performance
- Address: 3838 Vogel Road, Arnold, Missouri, 63010, United States
- Zip Code: 63010
- Zip Code: 63010
- Record
- SN02475774-W 20110619/110617234454-70e86379f7ce9dc7d5478b5d2eb561d3 (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 |