Statistical Acreage Estimates - Software
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Presolicitation (Original)
- Original Published Date: Mar 14, 2022 09:31 am CDT
- Original Response Date: Mar 23, 2022 12:00 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 7A21 - IT AND TELECOM - BUSINESS APPLICATION SOFTWARE (PERPETUAL LICENSE SOFTWARE)
- NAICS Code:
- 511210 - Software Publishers
- Place of Performance: Washington , DC 20250USA
Description
The intent of this Pre-solicitation Notice is for informational purposes only. The U.S. Department of Agriculture, Agricultural Research Service (ARS), Contracting Operations Branch (COB) intends to award a sole source purchase order to Hexagon US Federal, Inc. for Imagine Professional software to be used in the Parallel Virtual Machine (PVM) environment to derive the NASS operational remote sensing Cropland Data Layer (CDL) to produce acreage estimates in support of agency statistical programs. The required functionality includes processing of satellite imagery and ground reference datasets to perform supervised image classifications for purposes of deriving acreage estimates. Additionally, research and production activities are ongoing for crop
emergence, assess agriculture disasters, and research land cover classifiers, image ingress, and processing of medium resolution satellite imagery such as Sentinel-2, Landsat 7, 8, and 9, and Resourcesat-2.
The proposed contract will be awarded using Limited Source Justification (LSJ) procedures citing the authority at at FAR 8.405-6(a)(1)(i)(B) "Only one source is capable of providing the supplies orservices required at the level of quality required because the supplies or services areunique or highly specialized." The LSJ is attached for reference.
The synopsis does NOT constitute an Invitation for Bids (IFB), a Request for Proposals (RFP) or Request for Quotes (RFQ) nor does it restrict the Government as to its ultimate acquisition approach. The Government does not intend to award a contract on the basis of this notice nor will it reimburse firms for any costs associated with preparing or submitting a response to this notice. However, all responsible sources, meeting the requirements, which if received within 10 calendar days of publication of this notice shall be considered by the Government. All responses shall be submitted to the Government primary point of contact at the contracting office address shown below. If no written responses are received after the publication of this notice the contract will be awarded without further notice. A determination by the Government not to open the requirement to competition based upon the responses to this notice is solely within the discretion of the Government.
Attachments/Links
Contact Information
Primary Point of Contact
- Zachary Schuler
- zachary.schuler@usda.gov
- Phone Number 2027201021
Secondary Point of Contact
History
- Apr 07, 2022 10:56 pm CDTPresolicitation (Updated)
- Mar 19, 2022 10:55 pm CDTSources Sought (Original)
- Mar 14, 2022 09:31 am CDTPresolicitation (Original)