|
COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1996 PSA#1750National Imagery and Mapping Agency, 4600 Sangamore Road, Bethesda, MD
20816-5003 R -- SOURCES SOUGHT FOR GEOSPATIAL INFORMATION INTEGRATED PRODUCT
TEAM'S (GI IPT) GEOSPATIAL INFORMATION INFRASTRUCTURE (GII) 2000
REQUIREMENT SOL NMA100-97-R-5034 POC Contracting Officer, Ms. Mary Ann
Klaner (301) 227-2235 SOURCES SOUGHT -- This initial annoucement
provides overall background on this sources sought Geospatial
Information Infrastructure (GII) 2000 requirement including reference
to information contained on the GI IPT webpage. The GII 2000
requirement is being developed by the Geospatial Information Integrated
Product Team (GI IPT), which is chaired by the National Imagery and
Mapping Agency on behalf of the Defense and national security
communities. In this announcement, we also are asking for industry
comment on the first draft of evaluation criteria to be used in
selecting candidate GII 97 solutions. The need for a Geospatial
Information Infrastructure (GII) 2000 can be seen in the Defense
Department's Joint Vision 2010 (JV 2010). JV 2010 talks about the need
for interoberability, quick insertion of advanced technology through
spiral development, greater reliance on commercial solutions and
information superiority becoming the cornerstone of successful mission
execution. GII 2000 takes JV 2010's conceptual template for achieving
what it terms "full spectrum dominance" to the next logical level by
developing the GII to include producing, managing and disseminaing
geospatial information, and software tools needed by the customers to
compose a common view of the mission space. In addition to supporting
US Defense operations, we envision the GII as supporting a common view
of the mission space that also is part of US foreign policy, and US
National Security operations. The GI IPT has two deliverables due by
October 1997. (1) A GII Master Plan-GII 2000 and Beyond: A business and
investment strategy, which will describe the iterative implementation
of the necessary business processes, cultural changes, and technology
infusions needed for a GII to be successful. (2) GII 97, a demonstrable
capability of the GII that includes many of the new business practices
encouraged through a GII, and a suite of technology_predominantly
commercial and nondevelopmental items_that enables a GII. It is our
desire to incorporate the greatest input and participation from
commercial industry and academia in a timely manner to support the
development of both deliverables. The IPT selected the Open GIS
Consortium, Inc., (OGC) of Wayland, MA to facilitate a process for
commercial industry and academia involvement. Industry and academia
participation in supporting the definition and implementation of the
GII is of critical importance, as the IPT desires to take the greatest
advantage of commercial and nondevelopmental items as makes sense.
This announcement invites industry to participate in the GI IPT market
research activity facilitated by the OGC. The OGC/IPT Task Force
process will be the primary mechanism for this market research. The
Government is using two methods to obtain information via the Task
Force process: informal Government/Industry and academia interaction at
Task Force meetings; and a formal consolidation of information
submitted by industry and academia. Informatoin sought includes (1)
technology component technical information, and (2) commentary and
review of GI IPT products (i.e. the GII 2000 requirements document, and
Master Plan drafts). The technology component technical information
will form the basis of a technology matrix, which is meant to summarize
the state of available commercial and nondevelopmental technology
components matched to GII 2000 functional requirements. The GI IPT will
iterate the GII 2000 requirements via the Master Plan drafts. Formal
products from the Task Force_i.e. technology matrix, and commentary and
review of GI IPT products_also will be iterated. Each iteration of the
technology matrix also provides the GI IPT a baseline for commercial
and nondevlopmental items available for use in GII technology
capability demonstrations. Thus, the GI IPT strongly encourages all
interested industry parties to become involved in the OGC/IPT process.
Upcoming OGC/IPT Task Force meetings are tentatively scheduled for
13-15 January and 10-12 February in the Washington, D.C. area.
Registration for these meetings_at no costd_is via the web at
http://www.opengis.org/ipt/. The OGC/IPT process stresses joint
government and industry involvement in the form of regular
participation and dialogue. Those interested in participating may
contact OGC representatives Messrs. David Schell and Louis Hecht by
telephone: (508) 655-5858, fax: (508) 655-2237. The OGC mailing address
is 35 Main Street, Suite 5, Wayland, MA 01778. Information on the
OGC/IPT process is available on the World Wide Web at the GI IPT page
http://164.214.2.57/ and the OGC web page http://www.opengis.org/ipt/.
OGC's support to the GI IPT as the facilitator of industry/academia
exchanges and consolidator of industry data from meetings and/or
electronic transmission of requested information is accomplished on a
non-filtered basis. The OGC will not be involved in any evaluation nor
award decisions of industry proposals for capability demonstrations
leading to GII 97. The first capability demonstration of a
comprehensive GII will be GII 97. The GI IPT will solicit commercial
and nondevelopmental items from the technology matrix for inclusion in
GII 97. Because we desire to learn what a comprehensive GII provides
and enables, we intend to solicit for these technologies in a holistic
approach, that is, as GII solutions vice individual parts. Because of
this approach, other requirements related to integration, cost, etc.
will be requested. The Government anticipates evaluating and selecting
multiple GII 97 proposed solutions. These candidate GII 97 solutions
will be further tested and evaluated at the government's Geospatial
Prototype Facility. The results of these tests and evaluations will
support a Government decision for what the GI IPT declares as GII 97.
For GII 97, the GI IPT is looking for commercial and nondevelopmental
items that would, in combination, create a holistic GII technical
solution. The following draft evaluation criteria will aid in
determining which of the proposed solutions hold the greatest potential
for satisfying the technical requirements of a GII 97. The GI IPT is
seeking feedback from industry and academia on the understandability of
the these criteria. Industry comments on the draft evaluation criteria
are required by 5:00 p.m. EST 6 January 1997. They should be provided
to the GI IPT via website page item: Evaluation Criteria Feedback, or
faxed to NIMA Contracting Officer, Mary Ann Klaner (301) 227-2218 or
227-5573. The Government anticipates subsequent CBD notice in
mid-January 1997 announcing this requirement under a Broad Agency
Announcement (BAA) with proposals due approximately mid-March 1997.
Pre-proposal type information will be provided during the January and
February OGC/IPT Task Force meetings mentioned above. Please refer to
the identified website pages for agenda information covering this
topic. Draft Evaluation Criteria: GII 2000 Requirements satisfaction,
i.e. the degree to which solutions have demonstrated satisfaction of
GII 2000 functional requirements. Subcriteria include: (a) Information
Production functional requirements for GII 2000. No evaluation of the
proposal in this area will occur if the ability to produce any one of
the following data types to stated accuracies is not provided: vector
feature data, elevation data, controlled digital orthrectified image
data, or precisely controlled digital stereo photogrammetric image
data. Additional weight will be given to proposals that demonstrate an
ability to provide minimum attribution, metadata and quality control,
and output in widely accepted commercial standard formats as well as
an ability to provide the data in currently accepted government
formats: VPF for vector data, DTED for elevation data, CIB for
controlled digital orthorectified image data, and DPPDB for precisely
controlled digital stereo photogrammetric image data. (b) Information
Management & Dissemination requirements for GII 2000. Additional weight
will be given to proposals that describe the extent to which the
proposed GII 97 technologies address IM&D issues presented in the
issues section of the requirements document. Specific emphasis is
placed on the following critical issues: (1) efficient metadata capture
in the data production process to allow for production management, data
maintenance and seam less access to frame work vector data at a tile,
thematic and feature level [Note: The offeror should explain how their
approach supports the following functions cataloging, storing,
managing, searching, browsing, and retrieval of geospatial and imagery
data.]; (2) tool selection and operational concept for assisting
providers and users of geospatial information in the integration of
disparate vector (different scales accuracies and topologies) and other
data sets that are to be populated into the GII data bases. (c)
Information Applications requirements for GII 2000. No evaluation of
the proposal in this area will occur if the proposal doesn't satisfy at
least 50 percent of the core application functional requirements.
Additional weight will be given for proposals where greater than 50
percent of the core requirements, and some or many of the mission
specific requirements are satisfied. (2) Systems engineering. The
architecture and design of a group of interacting, interrelated, or
interdependent elements that together form a complex whole, a "system."
Security, integration, interoperability, ease of use, and work flow
will be examined both individually and as they relate to the overall
system. Subcriteria include: (a) Security -- Extent to which the
proposal demonstrates that the system can satisfy appropriate security
directives for the security level of the data being used. [NOTE: If
the proposal does not cover a complete system, but only a component or
components of a system, then the proposal will be evaluated for the
extent that the component(s) will not cause a system that satisfied a
class of protection defined in the DoD standard to fail to be able to
provide that class of protection.] Additional weight will be given to
proposals that meet or exceed accepted DoD standard levels for data
security. (b)Integration -- The arrangement of components or systems in
an architecture so that they function together in an efficient and
logical way. At a minimum proposals should demonstrate the use of
common services and standard interfaces, especially public API's.
Greater weight will be given to proposals that comply or nearly comply
with the integration requirements of DII COE level 5. (c)
Interoperability -- The ability of the system to provide services to
and services from other systems, enabling them to operate effectively.
At a minimum, the proposal should internally use consistent data
formats. Additional weight will be given to systems that interoperate
with one or more other systems, with the greatest weight given to
systems that interoperate at the system and product levels with all
other systems. (d) Ease of use -- Human computer interface provides for
ease of operation. At a minimum the proposal should have a graphical
user interface (GUI). Additional weight will be given for proposals
that comply with standard GUI interfaces such as Windows or MOTIF; for
having on-line help files, useful error messages, and robust
operation; and for complying with the HCI style guide requirements for
DII COE level 5. (e) Work Flow -- Addresses the number of steps
required for process completion, the efficiency of those steps, and the
flexibility of task completion. At a minimum it should not disrupt
other automated or manual work flow. Greater weight will be given to
proposals that provides multiple paths to accomplish end-to-end work
flow by allowing user selection of appropriate sequences; allowing
intelligent use of information for multiple processes; allowing for
multiple collaborative users. (3) Component potential in an end-to-end
solution -- the potential for a partial GII solution (i. e., one that
doesn't address all of the functional requirements areas_production,
management & dissemination, and application) to replace, enhance or add
value to a proposed whole GII solution, or combine with other partial
solutions to form a whole solution. Subcriteria include: (a) Potential
for component to add-value to a GII solution -- Determination if the
component technology would be a unique (not yet offered) functionality
capability in a GII solution, or a unique approach to a functionality
or capability already offered in a GII solution. This will be a go/no
go decision. (b) Ability for component to be adaptive to a proposed
GII solution -- Greater weight will be given for proposals that have
the ability to directly replace proposed fnctionality within one or
more proposed GII solutions, possibly with minor integration work
required. (c) Ability to create wholly new GII or partial GII solutions
-- Greater weight will be given to proposals that could be paired with
other partial GII solutions in order to build a new whole or new
partial GII solution, possibly with minor itegration work required.
(4)Cost realism, life-cycle cost, clarity and completeness. The
Government is interested in obtaining cost information at proposal
state to include the cost of one year's lease or purchase of the
technology demonstrated and the option cost for one to five quantity
more to acquire if Government elects to purchase after successful
demonstration. The Government also will entertain bailment agreements
with the proposers for these solutions which meet the threshold for
becoming candidate GII 97 solutions. "End of Evaluation Criteria". In
an effort to optimize streamlined technical and business approaches,
DoD Agencies have recently been delegated authority to conduct
prototype development outside the normal constraints of the Federal
Acquisition Regulation (FAR). NIMA is permitted to consider usage of
"Other Transactions" authority of 10 U.S.C. 2371, "Section 845",
Authority to Carry Out Certain Prototype Projects for this requirement.
This authority will permit offerors to propose more flexible
non-procurement arrangements including: Other transactions under 10
U.S.C. 2371: bailment, parallel or coordinated research, consortia
agreements, joint funding, or non-Federal Acquisition Regulation
contracts for Section 845 prototype agreements. NIMA currently has
authority to consider offers under non-procurement assistance under the
DoD Grant and Agreement Regulations (DGRS) for grants and traditional
cooperative agreements in addition to the standard acquisition
procurement FAR contracts, specifically Part 12, "Acquisition of
Commercial Items", as deemed appropriate to the parties for this
requirement. Interested parties are invited to visit our web site
"Geospatial IPT Home Page" at http.//164.214.2.57/. All questions
should be forwarded to National Imagery and Mapping Agency, Contracts
in Support of Systems and Technology, ATTN: PCU/D-88, 4600 Sangamore
Road, Bethesda, MD 20816-5003, Attn: PCU, Ms. Mary Ann Klaner or faxed
to (301)227-2218 or 227-5573. This announcement is not a request for
proposals. (0359) Loren Data Corp. http://www.ld.com (SYN# 0048 19961227\R-0017.SOL)
R - Professional, Administrative and Management Support Services Index Page
|
|