Active SLED Opportunity · MARYLAND · MARYLAND-NATIONAL CAPITAL PARK AND PLANNING COMMISSION
AI Summary
The Maryland-National Capital Park and Planning Commission seeks qualified contractors for RFP 46-127 to update GIS planimetric and topographic base maps using aerial photography and LiDAR data. The contract includes an initial update cycle with optional aerial imagery acquisition and potential extension for a second cycle in 2029. Proposals due by May 8, 2026.
The Maryland-National Capital Park and Planning Commission (M-NCPPC) is soliciting qualified contractors for RFP 46-127, GIS Base Map Updates, to provide professional services to update M-NCPPC's planimetric and topographic base map data for use in its various GIS systems., to be received no later than May 8, 2026, 2:00 PM EST.
The last update project(s) that took place was based on 2023 aerial photography and 2024 LiDAR. Previous projects for Montgomery and Prince George’s County were separately managed but completed by the same contractor. Both Montgomery and Prince George’s County have undergone continued changes, and a new update program is being initiated.
New 2027 aerial photography is being planned for acquisition by the State of Maryland to support orthophoto production. This imagery and the subsequent aerial triangulation and orthoimagery products will be used to support planimetric mapping. In the event the State decides not to proceed with the new imagery the Commission will contract for this service under this contract. The acquisition and orthophoto production work shall be itemized as an optional task in the cost proposal.
This contract will be for an initial update cycle. The Commission reserves the right to extend the contract so the same vendor(s) may perform a second update cycle projected for 2029 for the deliverables herein. Purchase orders will be issued separately by each County and for each phase (e.g. planimetric updates, lidar capture, topographic updates, etc.). Invoices for payment will also be submitted separately.
Please provide the following information for each person(s) authorized to submit a response on behalf of your organization:
Name
Title
Phone Number
Email Address
Please select one of the following:
Please provide one of the following:
Please provide the following information for the primary point of contact for this project:
Name
Email Address
Phone Number
Please provide your State of Maryland Department of Taxation ID Number.
By submitting a response to this solicitation, the authorized member of the firm confirms that the organization understands the insurance requirements as provided for in this solicitation and will comply in full if awarded this contract. Failure to complete and submit the insurance requirements may result in your firm being deemed non-responsive. The Proposer shall be required, prior to the execution of issuance of a Purchase Order, to furnish a Certificate of Insurance with satisfactory proof of all insurance required by this solicitation.
Please upload your Technical Proposal here
Please upload your separate Cost Proposal here. No pricing shall be submitted in the Technical Proposal. Offeror shall only submit one Cost Proposal for Production Support or one for Quality Assurance/Quality Control, not both.
Offerors must review the Sample Contract for Services and submit any exceptions to the contract here.
Please download the Subconsultant Utilization Report, complete, and upload the Report here.
Please download the Nondiscrimination in Subcontracting form, complete, and upload the form here.
Please download the Proposal Declaration form, complete, and upload it here.
Please download the Responsibility Affirmation form, complete, and upload it here.
Please download the Insurance Checklist form, complete, and upload the form here.
Please provide a brief description of the type of services required for this project.
Do you require a pricing table, please mark yes or no
Q (Expectation of Deliverables and Scope of Work): Do you have a more defined scope of work or full expectation of deliverables associated with this effort?
A: At this time, we do not have a more detailed scope of work beyond what was included in the RFP. Offerors are expected to develop their proposed approach, methodology, and deliverables based on the information provided in the RFP package.
Q (Bid Acceptance): Will your department be accepting bids from firms located outside of the State of Maryland, and are there any special terms for accepting said bids?
A: The RFP does not restrict firms located outside the State of Maryland from submitting a proposal. All offerors, regardless of location, will be evaluated under the same terms and conditions outlined in the RFP, and no additional requirements apply specifically to out‑of‑state firms. Offerors must meet or exceed the requirements in the RFP prior to moving forward in the evaluation process.
Q (Deliverables): Given that the final deliverable is a 2D GIS dataset, please confirm whether full 3D stereoscopic compilation is required for feature extraction, or if a 2D heads‑up digitizing workflow is acceptable provided horizontal accuracy and attribution requirements are met?
A: 3D stereoscopic compilation is required for feature extraction and updates. This is the methodology that has been used for initial development and prior update & maintenance programs.
Q (Grid / Land Coverage): Is there a map or refence detailing the extent and or grid of the expected flight zones and GIS deliverable areas?
A: It is the responsibility of the contractor to design flight plans if aerial imagery is to be acquired. Refer to our GIS applications and open data portals for the extent and coverage of existing products. We will work with the selected contractor on finalizing pilot and delivery areas.
Q (3-Band versus 4 Band): There is a portion of the Scope that references the use of 4-Band over a 3-band scan for the Ortho mosaic imagery collection but does not specify if it will be required. Is a 4-band with Near-infrared required or will and 3-band image work for the project.
A: 4 band imagery should be acquired and will be produced as a deliverable. Please refer to the State of Maryland specifications for all imagery specifications and deliverables.
Q (Appendix C): Appendix C states "Aerial Imagery and Orthophoto Production" but does not specify "Quality Control". Can you conform that this line is referring to quality control only?
A: Appendix C is a reference document that contains the State specification for aerial imagery and orthophoto production.
Q (Data): How will we receiving the data? Incrementally? By county?
A: The existing data will be received by County via ftp site.
Q (Contract): On Page 29 of 32 of the RFP, under Warranty for Professional Services, would the Commission be willing to consider revising the warranty language by removing the statement that services must “meet or exceed the prevailing practices and standards of the trade” and instead clarifying that the Contractor shall perform services consistent with the professional skill and care ordinarily provided by firms practicing in the same or similar locality under the same or similar circumstances (the proposed “Standard of Care”)?
A: Offerors must submit with their proposals any exceptions to the RFP or sample contract/s for consideration.
Q (QA/QC): When will the QA/QC contractor receive production data for review? Is the QA/QC contractor’s final deliverable schedule expected to match Contractor 1’s final delivery schedule, or will QA/QC have an independent acceptance period following Contractor 1's production completion? Are there formal turnaround time expectations QA/QC reviews (e.g., XX business days per delivery)? Does the QA/QC schedule “clock” pause while Contractor 1 (Production Contractor) corrects identified issues?
A: The QA/QC contractor will be synched with the production schedule. In the past a 30-day turn around has been used for initial QC with an additional 1-2 established for a 2d round of reviews to correct issues.
Q (Geoid model): The RFP specifies Maryland State Plane, NAD83/91, NAVD88, U.S. Feet, and “the most current geoid.” Can the Commission confirm whether GEOID12B is acceptable for use with NAD83/91, or if a specific geoid model is preferred?
A: This will be researched and discussed with the selected vendor.
Q (Buffer Requirement): The RFP does not specify any spatial buffer requirements. Can the Commission confirm that LiDAR acquisition and processing are limited to countywide extents only?
A: Extents will correspond to existing data.
Q (Ground Control): Can the Commission confirm that no new ground control survey or monumentation is required and that existing State‑provided control will be used for all LiDAR and planimetric accuracy requirements?
A: We expect that existing control will suffice. It has been used successfully on prior update projects.
Q (Incumbents): Please provide a list of firms that were involved with previous GIS map updates or firms that held this contract previously.
A: Multiple firms have supported the Commission's update programs in Montgomery and Prince George's Counties over the past years.
Q (Deliverables - Page 18): For planimetric updates, should features be updated only where change is observed, or is a full re-compilation expected in areas covered by new imagery
A: It is the responsibility of the contractor to perform all necessary updates. How that is done is up to the contractor.
Q (Deliverables- Page 20): The existing Steep and Severe Slopes dataset (Slope_2023_Py) appears to be derived from automated processing of elevation data. Can the Commission confirm whether this layer should be: Generated through automated slope analysis from LiDAR-derived DEM, and If so, provide the slope classification thresholds (e.g., percentage ranges) and methodology to be applied.
A: Per Appendix A, Steep slope is broken into two (2) attribute ranges: slope between 15% and 25%; slopes greater than 25%. The methodology is up to the contractor to detail.
Q (Page-15 Task 2: Topographic Data): Under Task 2: Topographic Data, DEM and DSM deliverables are required; however, grid specifications are not clearly defined. Can the Commission confirm the required. Please provide the details Spatial resolution (e.g., 1m, 0.5m, etc.) Data format (e.g., raster format, tiling scheme) Vertical accuracy standards (QL1 compliance specifics)
A: Spatial resolution of deliverables should be 1 foot. Data has previously been delivered as both a single and individudal rasters per WSSC grid. Prior data sets were produced to meet ASPRS positional accuracy standards for a 10-cm RMSEz vertical accuracy class.
Q (Page-15 Task 1: Planimetric Mapping): The RFP states that ‘legacy errors are not required to be corrected’ under Task 1: Planimetric Mapping. Can the Commission clarify how legacy errors are defined? Specifically, should existing positional or attribution inaccuracies be retained as-is unless directly impacted by new updates, or should obvious errors identified during stereo compilation be corrected
A: Existing positional or attribution inaccuracies may be retained as-is unless directly impacted by new updates.
Q (Deliverables- Page 20): What specific types of breaklines are required (e.g., hydro breaklines such as waterbody edges, streams, shorelines; transportation features; retaining walls, etc.)? Are breaklines intended solely for hydro-flattening of DEMs, or are additional breakline categories expected?
A: Standard breaklines for hydro-flattening of DEMs.
Q (Cost_Proposal_RFP_No._P46-127_Attachment_B_(REQUIRED)): Is a prime vs subcontractor cost split per task sufficient, and should we include this below the pricing table?
A: The cost table should be detailed in the format presented.
Q (Cost_Proposal_RFP_No._P46-127_Attachment_B_(REQUIRED)): The RFP says optional imagery/orthophoto work must be itemized as an optional task in the cost proposal. In Attachment B, there is a row “Aerial Imagery and Orthophoto Production.” Should we label that row explicitly as OPTIONAL?
A: It can be labeled as optional.
Q (Attachments (Attachment K: M-NCPPC Holiday Schedule for 2026)- Page 32): Are there any anticipated blackout periods or Commission holidays (beyond Attachment K) that may impact project scheduling or deliverable review?
A: The Commission has standard federal holidays. We will work with the consultant to work around any holidays.
Q (Scope of Work - Page 27): Is “Object Fate Analysis” mandatory, or can equivalent object-based methodologies be proposed if they meet accuracy requirements?
A: An equivalent approach can be used.
Q (Scope of Work - Page 23): Can the Commission clarify the responsibility split between Production QA and Independent QC, especially for issue resolution? What are the acceptable tolerances and rejection criteria for: Planimetric features, LiDAR deliverables, Tree canopy outputs? Is there a defined limit on QC review/rework cycles, and how will repeated rework be handled? Can the Commission confirm whether 2026 aerial imagery and orthophotography will be provided to the contractor, or should bidders assume full responsibility for acquisition under the Aerial Imagery and Orthophoto Production item?
A: We expect the production contractor will preform internal QC on products prior to delivery to the QC contractor for validation.
Q (Project Deliverables - Page 18): While planimetric features are required to be stereocompiled, final deliverables are specified as 2D (non Z-enabled). Can the Commission confirm that Z-values are not required to be retained in the delivered feature classes? While updating data, should the contractor maintain existing geometry and segmentation, or improve geometry where higher accuracy imagery/LiDAR allows? Please confirm. Are there any additional interpretation guidelines beyond Appendix A for complex features such as: Impervious surfaces, Cultural features and Mixed-use areas?
A: Planimetric data shall be 2D, non z-enabled. Breaklines may be z-enabled. Geometry updates to planimetric data shall be based on discernable changes to features. Additional interpretation guidelines do not presently exist.
Q (General): Please provide the approximate volume of work (in Sq Kms) county-wise for better estimation.
A: Refer to the existing data for coverage needed. Estimates for the size of the County area readily available.
Q (Scope of Work - Page 21): Can planimetric mapping and LiDAR processing be executed in parallel, or are there dependencies requiring sequential execution?
A: They can be completed in parallel so long as the source products are available.
Q (Pilot Area(s) - Page 17): What is the anticipated timeline for review and approval of pilot area deliverables before full production can commence? Will the Commission provide a single point of contact for technical and administrative questions during the project, or will there be separate contacts for each county?
A: Typically we would review products within a two week time period. There will be two separate Purchase Orders and there will be a primary point of contact for each County.
Q (GIS Base Map Update Production: Page 15, Contractor 1: ): Please clarify whether bidders should include full LiDAR acquisition as price estimation, or will it be provided/coordinated by the Commission or State? Since impervious features are derived from multiple layers, should the contractor: rebuild the impervious layer completely, or update it incrementally based on changes?
A: Full LiDAR acquisition is required. There is no coordination with the State's program on the LiDAR effort. Imperviously surfaces will be built incrementally by delivery area and then provided as a Countywide product upon final acceptance. Methodology for updating impervious data is up to the contractor to detail.
Q (Overview - Page 14, ): Please confirm whether the Commission will provide Spring 2026 aerial imagery, orthoimagery, and aerial triangulation setup files for data production, or should bidders include these under the optional scope Should the 2023 planimetric dataset be treated as the baseline standard for feature representation, segmentation, and attribution? Please confirm. "By when will the Commission confirm whether the State of Maryland’s 2027 imagery acquisition will proceed, or whether the optional imagery task will be triggered? If the optional task is triggered, does it include full acquisition, aerial triangulation, and 6‑inch orthophoto production as per State specifications?"
A: Final decisions on the optional imagery will be made as soon as possible but no later than November 1, 2026. If the optional aerial imagery is to be produced in will be 6" imagery to the State's specifications.
Q (Page 9 of Appendix A): Based on Appendix A, tree canopy is defined as wooded areas > 5,000 sq ft. Can the Commission confirm that, individual trees below this threshold should not be captured, and only aggregated canopy polygons are required. Please confirm. For isolated trees visible in imagery but below the 5,000 sq ft threshold, should these be: Ignored, or Included if they contribute to nearby canopy? Should the contractor maintain existing canopy polygon structure, or refine boundaries where higher-resolution data indicates changes?
A: The planimetric basemap tree canopy deliverable is the visible drip line of areas of canopy greater than 5,000 square feet. If single trees possess a canopy of greater than 5,000 square feet, then they may be included. If a single tree can be observed as contributing to an adjacent tree canopy, then the tree should be included in the feature. Updates to existing data is based on discernable changes to tree canopy resulting from growth, planting, and development.
Q (Methodology to validate ): Please provide the methodology used during the initial development, as well as in prior update and maintenance programs, to validate slope and steep terrain layers derived from LiDAR data.
A: This information will be provided to the selected vendor.
Q (Acceptance Criteria ): Please provide the final acceptance criteria and threshold values for each classification category (e.g., ground, vegetation, buildings, etc.), including defined metrics for accuracy, completeness, and correctness.
A: Please refer to the RFP for the LiDAR specifications.
Q (Data Share ): We understand that planimetric data will be provided in a file geodatabase format over FTP. Please confirm the format, structure, and delivery mechanism for sharing topographic data and LiDAR-derived canopy and urban canopy datasets with Contractor 2.
A: This information will be worked out with the selected vendors after award.
Q (QA QC Tools): To perform QA & QC on the data does the commission provide any QA QC tools or contractor 2 is independent to use their internally developed tools.
A: The contractor shall propose their tools.
Q (QA QC Activities ): Do you expect QA/QC activities to include the following: Verification of strip alignment and identification of any systematic errors Cross-validation between LiDAR data and orthophoto imagery Validation of LiDAR-derived height models (e.g., CHM), or should QA/QC be limited to final canopy outputs only?
A: Comprehensive QC shall be performed. Alignment and validation amongst the different products is expected.
Q (Batch Delivery timelines ): Please clarify whether specific timelines or SLAs are established for QA/QC completion and batch submission, starting from the date the contractor receives the data.
A: This information will be worked out with the selected vendors after award.
Q (QC cycles for acceptance ): Please confirm the expected number of QC cycles/iterations required to meet the data acceptance criteria, along with any defined thresholds for rework, resubmission, and final acceptance.
A: Our past experience has typically involved one QC cycle and then correction validation cycle.
Q (Total Area of each county ): We understand that the Area of Interest (AOI) encompasses two counties: Montgomery County and Prince George’s County. Could you please provide the approximate geographic area for each county to support planning and estimation?
A: Refer to the existing data for coverage needed. Estimates for the size of the County area readily available.
Q (Data Delivery Approach ): For the purpose of conducting QA/QC on the data delivered by the production contractor, we understand that the deliverables will be submitted in defined batches or increments. Please confirm if this understanding is correct or clarify the expected data delivery approach.
A: This assumption is correct.
Q (Data Offshore): We propose to execute the project from offshore, outside USA and we assume that the data for QA&QC will be provided offshore please confirm.
A: Please refer to the RFP for any restriction on the location of production.
Q (Execution (Offshore)): Can we propose project execution from offshore outside of United States?
A: Please refer to the RFP for any restriction on the location of production.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.