SOLICITATION NOTICE
T -- RFI- Remotely Controlled Mapping Vehicle
- Notice Date
- 2/8/2017
- Notice Type
- Presolicitation
- NAICS
- 541370
— Surveying and Mapping (except Geophysical) Services
- Contracting Office
- BLM OC-NOC SVC & SUPPLY SEC(OC663) DENVER FEDERAL CENTER BLDG. 50 POB 25047 DENVER CO 80225 US
- ZIP Code
- 00000
- Solicitation Number
- L17PS00174
- Response Due
- 2/22/2017
- Archive Date
- 3/9/2017
- Point of Contact
- Houghton, Kelly
- Small Business Set-Aside
- N/A
- Description
- Please see the attached RFI and attachments 1 and 2. 1.SCOPE: This is a Request for Information (RFI), as defined in Federal Acquisition Regulation (FAR) 15.201(e). The Government is issuing this RFI in an effort to understand market availability, technical characteristics, cost, and functionality of tools, applications or products capable of satisfying the capabilities described in this RFI. Any information submitted by respondents to this request is strictly voluntary. This is not a request for proposal, request for quotation, or invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. The Government does not intend to award a contract on the basis of responses from this RFI or pay for the preparation of any information submitted or for the use of such information. All information received from this RFI will be used for planning and market research purposes only. To the maximum extent possible, please submit non-proprietary information. Any proprietary information submitted should be identified as such and will be properly protected from disclosure. The Government shall not be liable for damages related to proprietary information that is not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Responses to the RFI will not be returned. 2.BACKGROUND: The Bureau of Land Management (BLM) seeks a contractor to provide services using a remote controlled mapping vehicle to image/map the interior of an abandoned adit in the BLM ¿s Elko, NV District. This adit is managed by the BLM ¿s Wells NV Field office (see attached map). It is a hazardous mine that is projected to be closed in the summer of 2017. The adit is approximately160 feet long, has been excavated into sandstone (see attached photos), and in the walls are carved inscriptions from the 1880s forward. The BLM has been informed that they are not to go underground or enter the adit to document the inscriptions due to safety concerns. The BLM is looking to record the historical inscriptions before the adit is closed and needs the expertise from industry to help them accomplish the initiative. The preferred product to come out of this survey would include high-quality digital photographs clearly showing all inscriptions in the walls of the adit with locational data as to their positions relative to each other (depth from adit portal is also acceptable). If the potential for laser scanning or some other form of micro-topographic analysis of the walls of the adit exists, information regarding this technology would be welcomed. Risks have not yet been determined. 3.PURPOSE: The purpose of this RFI is to gather information on best practices and cost estimates for a Remotely Controlled Mapping Vehicle for a Hazardous Mine Adit in Elko, NV. The BLM is interested in a remotely controlled mapping vehicle that could enter the adit, image/map the interior very precisely, and come back out safely. Due to the inscriptions, the BLM seeks an imaging solution and not just ground-based LIDAR. Preferred technology is a Robotic system designed to explore and map abandoned mines. BLM is seeking a very high resolution (sub-millimeter) stereo imaging solution over the entire length of the adit with a wide angle lens on a full frame digital SLR (or high-quality mirrorless) camera. The solution will need to include artificial lighting and mechanism to provide high precision scaling (relative scaling is fine) of the three dimensional models. BLM does possess the capability to develop the 3D dimensional models in-house if proper, high quality imagery and scaling are provided. 4.ENTRY PROHIBITIONS: The BLM is not aware at this time of anything prohibiting entry, as long as the device can fit inside the adit. The entrance of the adit is approximately four feet high and three feet wide. Manual entry is currently prohibited. BLM personnel, contractors, and volunteers are not permitted to enter abandoned mines, per restrictions set forth in the BLM Handbook. It is anticipated that a drone cannot safely enter the area. In addition, there is a strong suspicion that the adit is contaminated with Hantavirus. 5.PERIOD OF PERFORMANCE: The period of performance is to be determined. Work would need to commence as soon as possible, given that the adit is projected to close in summer of 2017. Mapping preferably would begin in May 2017, or when the snow has melted off enough to get to the adit safely and easily. 6.RESPONSES AND INSTRUCTIONS If your organization has the potential capacity to perform these contract services, please provide the following information: (1) Organization name, address, email address, web site address, and telephone number (2) size and type of ownership for the organization [i.e., small business, small disadvantage business, 8(a) firm, etc.]. Business experiences, sizes, types, and socioeconomic designations shall be included with the capability statements. (3) Capability statement specifically addressing the vendor ¿s capability of providing remote controlled imaging/mapping services within a hazardous mine adit (or similar environment), to meet the purpose (Section 3) stated above. Within your capability statements (3), please also address: a. The amount of time necessary to execute this type of effort. b. The data deliverables and file formats of these services. c. The methodology of these services- please include discussions on model scaling and illumination solutions. d. The estimated cost of these services- please separate out the costs for data collection and data processing. e. Foreseeable risks associated with these types of services. (4) If applicable, Rationale supporting a different NAICS or PSC, should you believe there to be more appropriate codes for these services. 7.DUE DATE Responses must be received by 0800 am (Mountain Standard Time) on 22 February 2017. Please email capability statements to the following address: khoughton@blm.gov. Please direct any additional questions or specifics needed to specifically respond to this requirement to khoughton@blm.gov. Response should be single-spaced, Times New Roman, 12 point font, with one inch margins all around, compatible with MS Office Word 2007, with a total page count not to exceed (5) pages. 8. ATTACHMENTS 1. Location of Hice Mine Adit_Map 2. Field Inspection Photos of Hice Mine
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOI/BLM/NCR/L17PS00174/listing.html)
- Record
- SN04395738-W 20170210/170208234540-50b7462fb127ef39397fe0f9f458ddc4 (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 |