SOURCES SOUGHT
66 -- Upgrade to Applanix Digital Sensor Systems
- Notice Date
- 2/6/2014
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Eastern Region Acquisition Division, Norfolk Federal Building, 200 Granby Street, Norfolk, Virginia, 23510, United States
- ZIP Code
- 23510
- Solicitation Number
- NCNL3000-14-00015
- Archive Date
- 3/8/2014
- Point of Contact
- Katie Carter, Phone: 7574416880, Melissa R Sampson, Phone: 757-441-6561
- E-Mail Address
-
katie.carter@noaa.gov, melissa.r.sampson@noaa.gov
(katie.carter@noaa.gov, melissa.r.sampson@noaa.gov)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice Background: The National Oceanic and Atmospheric Administration (NOAA) is mandated to survey to Nation's shoreline. The NOAA National Ocean Service (NOS) has historically used aerial mapping imaging/camera systems to perform this mission. These systems are critical tools used by NOS to accomplish its Coastal Mapping Program, the Aeronautical survey Program, research and development projects, and emergency response activities related to natural disasters. Since 2000, the original equipment manufacturer of all current NOS aerial camera systems is the Applanix Corporation. NOAA and NOS have tailored its aircraft, employee training, workflows, and products based on the Applanix Digital Sensor System (DSS). This has streamlined costs and increased efficiency versus operating additional systems made and supported by other manufacturers. Notice: This is a Sources Sought Notice for a commercial acquisition. The Government does not intend to award a contract on the basis of this Notice or reimburse the costs incurred by potential offerors in providing the information requested herein. Technological advances, software licensing, and increased demand for the NOS aerial mapping imaging products and services require updates of the NOAA owned systems; as such, it is NOAA's objective to obtain needed upgrades to its current Applanix DSS(s). These upgrades will provide improved image resolution, the ability to capture both nadir and oblique imagery, and system redundancy for increased capacity and reliability to meet current and future demands. Accordingly, the National Oceanic and Atmospheric Administration (NOAA), National Geodetic Survey (NGS), and Eastern Acquisition Division is conducting market research to determine potential sources capable of providing upgrades to Original Equipment Manufacturer, Applanix DSS Systems, as well as associated maintenance/licensing of Applanix hardware and software as detailed herein: The North American Industrial Classification System (NAICS) code is 334511, Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The small business standard for this NAICS code is 750 employees. This is not a request for technical or cost proposals. All types of business concerns, both large and small, are encouraged to submit a brief, typed Capability Statement in response to this sources sought announcement demonstrating their capability to provide the below listed Applanix products and services. Requirements: 1. Upgrade existing DSS 439 DualCam Red, Green, Blue / Near Infrared (RGB/NIR) to DSS 500 DualCam RGB/NIR with 80 megapixel (MP) RGB and 60 MP NIR cameras. This camera is compatible with most NOAA owned aircraft, but will be primarily operated aboard the NOAA King Air (N68RF) to capture nadir imagery to support Coastal Mapping, Aeronautical Survey, and Emergency Response. The upgraded camera provides a higher resolution allowing the aircraft to operate higher and more efficiently. It is also more compact and lightweight, which frees up the limited payload capacity. The upgrades include: a. DSS DualCam Metric Digital Imager b. New Trimble AP50, IMU-46 c. DSS V500 Dual Cam Computer System d. DSS external GNSS e. DSS DualCam Hardware accessories f. DSS DualCam software accessories g. DualCam mount housing (nadir) for SSM350 mount h. SS350 3-axis gyro stabilized mount upgrade from customer furnished GSM 3000 i. Remote camera head j. 12 month DSS hardware warranty k. 12 month DSS software warranty l. 12 month maintenance for POSTrack V3.X license m. One (1) annual maintenance/overhaul period n. Training and field support services 2. Upgrade existing DSS 439 SingleCam (RGB only) to DSS 539 DualCam (RGB only) for dual oblique (side looking) imagery collection. This camera is compatible with the most NOAA owned aircraft, but will be primarily operated aboard the NOAA King Air (N68RF) to support Coastal Mapping, Aeronautical Survey, and Emergency Response. NOAA currently has very limited oblique imager collection capability. This imager is deemed high value to NOAA, USGS, and FEMA stakeholders in order to provide vertical assessment of features which is not possible with nadir imagery. The dual oblique camera will be operated in conjunction with the upgraded nadir camera aboard the NOAA King Air to provide a seamless nadir/oblique product, which is not currently possible. The dual oblique camera upgrade will include: a. DSS DualCam Metric Digital Imager (using customer furnished sensor heads s/n CAM0112 and s/n CAM0131; camera body and 60MM lens b. Customer furnished IMU (serial number 404697) c. DSS V500 DualCam Computer system d. DSS external GNSS e. DSS DualCam hardware accessories f. DSS DualCam software accessories g. DualCam mount housing for SM350 mount h. SM350 3-axis gyro stabilized mount i. Remote camera head j. NRE, DualCam 39MP oblique mount housing k. 12 month DSS hardware warranty l. 12 month DSS software warranty m. 12 month maintenance for POSTrack V3.X license n. One (1) annual maintenance/overall period o. Training and field support services 3. Acquisition of a new DSS 539 SingleCam (RGB only) to provide increased capability/reliability for nadir imagery collection. This camera is compatible with most NOAA owned aircraft, but will be primarily operated aboard NOAA's fleet of Twin Otter aircraft. It will be flown alongside NOAA's topographic-bathymetric lidar to capture visible imagery for comparison against lidar data. These datasets are important pieces in supporting coastal recovery and resiliency as they provide decision makers with needed coastal intelligence. The new camera will include: a. DSS SingleCam Metric Digital Imager to include customer furnished sensor head (serial number CAM0122) b. Customer furnished IMU (serial number 411883) c. DSS V500 SingleCam Computer System d. DSS external GNSS e. DSS SingleCam hardware accessories f. DSS singleCam software accessories g. 12 month licensing for DSS POSPac Mobile Mapping Suite (PosTrack 3.X, GNSS-Aided Internal Processing Tools, Photogrammetry Tools, DSS Tools, and InflightOrtho) h. Remote camera head i. 12 month DSS hardware warranty j. 12 month software warranty k. One (1) annual maintenance/overhaul period l. Training and field support services 4. Renewal of POSPac software maintenance/licensing on currently Applanix systems for the period 6/1/2014 through 12/31/2014. Specific licenses include: a. GNSS-Inertial SmartBase Tool (part #10004369-9): POSPac s/n 3026, POSGNSS s/n 8347 POSPac s/n 2789, POSGNSS s/n 7954 POSPac s/n 225-1176, POSGNSS s/n 5556 POSPac s/n 2579, POSGNSS s/n 6576 POSPac s/n 232-1198, POSGNSS s/n 5751 POSPac s/n 231-1205, POSGNSS s/n 5753 POSPac s/n 1215-760, POSGNSS s/n 8790 b. Phot. Tool Set, EO-QC (part #10004367-12): POSPac s/n 232-1198 POSPac s/n 231-1205 c. Photogrammetry Tool Set to ATG (part #10004369-5): POSPac key s/n 2579 POSPac key s/n 1215-760 d. Rapid Ortho Image (part #10004369): POSPac key s/n 2579 POSPac key s/n 1215-760 RapidOrtho ONLY Keys s/n 2578 s/n 2577 s/n 2576 s/n 2575 s/n 2574 s/n 2573 e. DSS Tool Set, POSPac (part #10004369-6): POSPac key s/n 2579 POSPac key s/n 1215-760 DSS Tools ONLY Keys s/n 2578 s/n 2577 s/n 2576 s/n 2575 s/n 2574 s/n 2573 5. Renewal of extended hardware and software maintenance on existing systems, and Inflight Ortho (INPHO) licenses on currently owned systems, covering a one year period beginning 1/1/2014 with renewal options for three additional years. Specific licenses include: a. OrthoMaster INPHO Maintenance (part #10004674-1) License: 2-1891689 (5932) b. OrthoMaster INPHO Maintenance (part #10004676-1) License 2-1891687 (5930) c. INPHO OrthoMaster Maintenance for Rapid Ortho (part #10005500) WIBU Keys: 2-1402633 (4716) 2-1402646 (4702) 2-1402632 (4717) 2-1402634 (4701) 2-1402614 (4715) 2-1402645 (4714) 2-1402641 (4705) 2-1402648 (4708) d. OrthoVista License Maintenance INPHO (part #10004676-2): 2-1891690 (5933) 1-18916881 (5931) 1-1181441 (4344 SE) 1-1181441 (4344) 2-2305659 (6360) 2-2305658 (6359) 1-1181440 (4345 SE) 1-1181440 (4345) e. MatchT DSM INPHO (part #10004676-4) Key s/n 2885 f. DTMaster Stereo INPHO (part #10004676-5) Key s/n 2886 g. Firmware/Controller (part #10004449-90) POSTrack 510 V5 PCS s/n 3993 h. Firmware/Controller (part #10004449-90) DSS 439 410PCS s/n 2852 DSS DualCam 410 PCS s/n 2921 i. Hardware Warranty (part #10004445-51C) POSTrack 510 V5 System (PCS s/n 3993, FCS s/n 39821, IMU and GPS s/n 413068) 6. Three additional option years for extended hardware and software licensing/support on the new DSS 539 SingleCam (as listed in Item 3) to specifically include the DSS POSPac Mobile Mapping Suite: a. POSTrack V3X b. GNSS-Aided Inertial Processing Tools c. PHOTOgrammetry Tools d. DSS Tools e. Inflight Ortho Submission: Firms who believe they have the capabilities to provide the required hardware and software components described in the requirements above must furnish detailed information concerning their capabilities. Submitted Capability Statements shall include the following: (1) Company name and address (2) DUNS number (3) Type of business (e.g., large business, small business, 8(a), veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business, as validated via the Central Contractor Registration (CCR) (4) Company point of contact - name, phone and email address (5) Demonstration of the capabilities possessed for meeting the requirements Firms shall submit an electronic copy of the requested information to Katie Carter, Contract Specialist, via email at katie.carter@noaa.gov, no later than 2:00 p.m. Eastern Standard Time (EST) February 21, 2014. Responses will not be returned. Any questions or responses to this Sources Sought announcement shall be directed to Katie Carter via the email address provided. No feedback will be provided regarding individual Capability Statements. Information received will be considered solely to make informed decisions regarding a potential procurement. Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract. No reimbursement for costs will be made associated with providing information in response to this Sources Sought announcement or follow-up information requests, if applicable.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/EASC/NCNL3000-14-00015/listing.html)
- Place of Performance
- Address: Contractor's Facilities, United States
- Record
- SN03283381-W 20140208/140206235803-af70d3b664c3d1963b74ad10eff2f922 (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 |