|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 14,1996 PSA#1551Defense Mapping Agency, PCA, MS D-88, 4600 Sangamore Road, Bethesda,
Maryland 20816-5003 A -- INTELLIGENT MAP UNDERSTANDING BROAD AGENCY ANNOUNCEMENT DUE
053196 POC Point of Contact: Contracting Officer, Leslie Vandivere, MS
D-88, Voice (301) 227-2158, Fax (301) 227-2218, E-Mail
vandiverel@dma.gov The U.S. Defense Mapping Agency (DMA) is soliciting
proposals for research projects on the subject of intelligent map
understanding/vectorization to improve methods of automated spatial
data collection. The main objective of this research is the development
of algorithms, techniques, and processes in automated vectorization
from maps and imagery. Focused research and development efforts are
solicited to advance the state of the art in the following five (5)
topical areas: automated feature recognition and delineation from
imagery; automated feature recognition, delineation, and attribution
from map and imagery sources; automated text recognition and
association from digital raster maps; automated text and label
placement; and pioneering processes and technologies. A single proposal
may address a portion of a topic, a single topic, or multiple topics.
If the proposal spans multiple topics, however, the topic of primary
interest should be clearly annotated in the proposal. Proposals from
industry, independent research centers, academia, and teams of the same
are encouraged. Only proposals from U.S. offerors will be considered
for award. All software developed as a result of this effort must be
open and interoperable to comply with DMA's Technical Architecture
Framework and Implementation Guide (TAFIG), Version 1.0, October 28,
1994. The government shall have Unlimited Rights to all technical data
and software which result from this research. Results of research of
awarded proposals shall be written as a paper in a manner suitable for
publication in a peer reviewed journal. TOPIC 1. AUTOMATED FEATURE
RECOGNITION AND DELINEATION. Topic 1A. Automatic Feature Recognition,
Delineation, and Attribution Using Commercial Imagery: New algorithms
and advanced data compositing techniques are sought which will allow
the super impositioning of a variety of image sources and enhanced
computer vision tools to allow automatic feature identification,
delineation, and attribution. There are two main objectives of this
topic area: 1) Efficient automatic feature recognition, delineation,
and attribution using the supervised classification of multispectral
imagery in conjunction with SPOT panchromatic imagery over large
geographic areas and 2) Generation and population of vector data and
geospatial information by maximizing the use of global rules to
automatically merge similar areas and detect and resolve slivers and
gaps in topology thereby limiting analyst interaction and reducing
extraction time. Features and attributes of interest as well as imagery
sources to be used are discussed in the Government Furnished Property
(GFP) section of this announcement. Topic 1b. Automatic Feature
Recognition, Delineation and Attribution Using Multispectral and
National Technical Means Image Sources. New algorithms and advanced
data compositing techniques are sought which will allow the super
impositioning of a variety of image sources and enhanced computer
vision tools to allow automatic feature identification, delineation,
and attribution. There are two main objectives of this topic area: 1)
Efficient automatic feature recognition, delineation, and attribution
using the supervised classification of multispectral imagery and radar
imagery in conjunction with National Technical Means (NTM) over large
geographic areas and 2) Generation and population of vector data and
geospatial information by maximizing the use of global rules to
automatically merge similar areas and resolve slivers and gaps in
topology thereby limiting analyst interaction and reducing extraction
time. Features and attributes of interest as well as imagery sources to
be used are discussed in the Government Furnished Property (GFP)
section of this announcement. All offerors for Topic 1B shall have
approved facilities and personnel for storage and processing of
classified data up to DoD SECRET level. TOPIC 2. AUTOMATED FEATURE
RECOGNITION, DELINEATION, AND ATTRIBUTION FROM MAP AND IMAGERY SOURCES:
New techniques are sought for automated identification and attribution
of features from a scanned, color litho (in raster format) and from
the integration of the color litho with high resolution, panchromatic,
digital imagery. The goal of this effort are new, automated feature
extraction techniques with a focus on recognition, delineation, and
attribution from the rasterized, color litho and from the rasterized,
color litho composited with the digital imagery. Desired output are
digital, vector feature data at the maximum level of attribution
possible within severe time constraints and with minimal operator
intervention. Features and attributes of interest as well as imagery to
be used are discussed in the Government Furnished Property (GFP)
section of this announcement. TOPIC 3. AUTOMATED TEXT RECOGNITION AND
ASSOCIATION FROM DIGITAL RASTER MAPS: New research is needed to develop
automated techniques for the recognition of text and the correlation of
the text with its associated feature. The relationship between a
feature and its associated text is based on the placement of the text
relative to the feature, type size and style, and interference with
type for neighboring features. Areas without definitive edges or
outlines are particularly difficult to capture from printed maps. Text
placement plays an important part in the identification and
attribution of such areas. Techniques to be developed include but are
not limited to: automated character recognition; construction of words
from individual characters; translation of words into semantic
meaning; and association of words on the map to its corresponding
feature/symbol. The GFP Section discusses the data to be used in
research activities. TOPIC 4. AUTOMATED TEXT AND LABEL PLACEMENT: New
techniques are sought in the field of automated text and label
placement. Automated name and label placement, particularly on a
product with much detail (e.g. topographic maps or hydrographic
charts), has not matched the quality of manual text placement achieved
by trained cartographers. The goal of this effort is the development
of algorithms that provide automated name and label placement on
densely detailed map or chart products which accomplish the quality of
placement achieved by professional cartographers using manual
placement methods. The developed algorithms shall automatically place
names and labels to accomplish the same, or very near the same, quality
of placement as achieved in manual name placement as depicted on the
hardcopy product. The GFP Section discusses the data to be used in
research activities. TOPIC 5. PIONEERING PROCESSES AND TECHNOLOGIES:
Research is sought for pioneering new technology for extracting
geo-coded features in the development of geospatial information.
Research should pioneer new ideas with little or no boundaries and be
viable. Proposed research may use any of the data provided as
Government Furnished Property (GFP) or offeror may provide a unique
data source for research. GOVERNMENT FURNISHED PROPERTY: With the
exception of Focus Area 5, all awarded research shall use the
designated GFP as test data. No other data may be substituted. Except
as noted below, the GFP will be provided upon award of a successful
proposal. All imagery sources will be orthorectified. Requests and
technical questions regarding GFP may be submitted in writing to Ms.
Michele Limoges Motsko who is the POC for GFP (address information is
below). GFP is only to be used for activities and research directly in
support of this announcement. At the completion of the contract, the
GFP shall be returned at the contractor's expense to the address from
which it was shipped. If offeror wants an additional type of data, the
type of data and rationale for data shall be included in the proposal.
A. The government furnished property (GFP) for Focus Area 1A is: SPOT
panchromatic imagery in Raster Product Format (RPF); SPOT MSS; LandSat
MSS; scanned, color map (scanned at 1000 dpi) in Group 4 compressed
Tagged Image File Format (TIFF); hardcopy of the topographic map; and
a list of selected features and attributes. The source data will cover
approximately a 15' x 15' geographic area. The list of selected
features and attributes may be requested during proposal preparation.
The request should be directed to the GFP POC. B. The GFP for Focus
Area 1B is: SPOT MSS; LandSat MSS; Radar imagery in National Image
Transmission Format 2.0 (NITF)format ; National Technical Means Imagery
in Raster Product Format (RPF); scanned, color map (scanned at 1000
dpi) in Group 4 compressed Tagged Image File Format (TIFF); hardcopy of
the topographic map; and, a list of selected features and attributes.
The source data will cover approximately a 15' x 15' geographic area.
The list of selected features and attributes may be requested during
proposal preparation. The request should be directed to the GFP POC. C.
The GFP for Focus Area 2 includes a scanned 7.5 minute quadrangle
(scanned at 1000 dpi) in Group 4 compressed Tagged Image File Format
(TIFF); Digital Orthophoto Quadrangle (DOQ) (the distribution format of
the DOQ file contains four ASCII header records, followed by a series
of 8-bit, binary image data records); corresponding hardcopy quad
sheet; and a list of selected features and attributes. The area covered
by the provided source material is Washington D.C. The list of selected
features and attributes may be requested during proposal preparation.
The request should be directed to the GFP POC. D. The GFP for Focus
Area 3 is the hardcopy and scanned city map as described in paragraph
C above. E. The GFP for Focus Area 4 will be a digital data set in
Vector Product Format (VPF), the corresponding hardcopy litho, VPFView
software, basic guidance for names placement, and a list of attributes
which require text or label placement. F. For Focus Area 5, the offeror
may request any of the listed GFP for use in research or the offeror
may provide a unique data set along with rationale for using the data
set. PROPOSAL SUBMISSION: Eight copies of the offeror's proposals shall
be submitted via standard mail to Ms. Leslie Vandivere (phone
301-227-2158), Contracting Officer, 4600 Sangamore Road, Attn.: PCA,
Mail Stop D-88, Bethesda, MD 20816-5003 by COB at DMA by 31 May 1996.
Proposals shall consist of two volumes, a technical volume and a cost
volume. The cost volume shall be specific and separate from the
technical volume. Cost figures shall not be shown in the technical
volume. The technical volume shall present a clear and concise summary
of the research approach and development objectives (including
schedules and milestones), provide information on prior experience of
offeror in the targeted technical area(s), and supply resume(s) of
principle investigator(s). The cost volume shall contain cost
information sufficient to determine reasonableness of the price or cost
realism. The cost information shall include a complete cost breakdown
of the proposed effort including labor rates and hours, as well as the
rationale for the basis of the estimate. The cost breakdown shall be
directly traceable through section/paragraph numbers to the technical
volume. EVALUATION PROCESS: Evaluation of proposals will be
accomplished through a peer or scientific review process. Scientific
and/or peer evaluators from DMA and other Government organizations will
evaluate proposals. Proposals will be evaluated using the following
criteria which is listed in descending order of relative importance.
(A) Overall Scientific and Technical Merit. (B) Degree to which
techniques proposed are new and advance the body of research and
current applications. (C) Adequacy of principle investigator(s)'
qualifications, capabilities, and experience to provide technical
direction for offeror's proposal. (D) Adequacy of offeror's resources
(including hardware and software), capabilities, technical credentials
and relevant experience to support the proposed effort. (E) The
Reasonableness and Realism of Proposed Costs and Fees will be
considered, but not scored or otherwise combined with the technical
factors. OTHER INFORMATION: Upon completion of proposal evaluation, the
offeror will be notified of selectability or non-selectability.
Selectable proposals will be considered for funding; non-selectable
proposals will be destroyed. Not all proposals deemed selectable will
be funded. Decisions to fund selectable proposals will be based on
scientific and technical merit, potential contribution to the
advancement of the targeted technical topic(s), and availability of
funds. For Topics 1A, 2, 3, 4 and 5, initial funding is projected to be
$500K for Fiscal Year (FY) 1996 for the award of several proposals.
Additional funding may be made available to fund additional work so
proposals should be valid for twelve (12) months from the date of the
release of this announcement. For Topic 1B, initial funding is $250K
(distinct and separate from the $500K for all other topics) for FY96
for the award of two or more proposals. The Government reserves the
right to select for award all, some, or none of the proposals received
in response to this announcement. No request for proposal (RFP) or
other solicitation will be made. Technical questions may be submitted
in writing to Ms. Michele Limoges Motsko (fax 301-227-2988; e-mail
motskom@dma.gov), 4600 Sangamore Road, Attn.: ATPE, Mail Stop D-85,
Bethesda, MD 20816-5003. All remaining questions, other than technical
questions or questions concerning the government furnished property,
may be submitted in writing to the Contracting Officer, Ms. Leslie
Vandivere, at 301-227-2218 (fax) or e-mail vandiverel@dma.gov. (0072) Loren Data Corp. http://www.ld.com (SYN# 0001 19960313\A-0001.SOL)
A - Research and Development Index Page
|
|