Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
MODIFICATION

D -- Farm Animal Demographics Simulator for the Avian Influenza Modeling Project

Notice Date
6/8/2006
 
Notice Type
Modification
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Animal and Plant Health Inspection Service, MRPBS, ASD, Specialized Contracting Branch, 2150 Centre Avenue Building B, MS2E6, Fort Collins, CO, 80526
 
ZIP Code
80526
 
Solicitation Number
47003
 
Response Due
6/23/2006
 
Archive Date
7/8/2006
 
Point of Contact
Tamara Lanier, Contracting Officer, Phone 970-494-7179, Fax 970-494-7181, - Tamara Lanier, Contracting Officer, Phone 970-494-7179, Fax 970-494-7181,
 
E-Mail Address
Tamara.M.Lanier@aphis.usda.gov, Tamara.M.Lanier@aphis.usda.gov
 
Small Business Set-Aside
Total Small Business
 
Description
The amendment to the original notice is to provide the SOW for this requirement: 1.0 Introduction 1.1 Organization Identification: United States Department of Agriculture (USDA), Animal and Plant Health Inspection Service (APHIS), Veterinary Services (VS), Center for Epidemiology and Animal Health (CEAH), and the Center for Emerging Issues (CEI). Address: USDA: APHIS: VS: CEAH: CEI Natural Resources Research Center, Building B 2150 Centre Ave, Mail Stop 2W4 Fort Collins, Colorado 80526-8117 1.2 Organization Mission Veterinary Services (VS) protects and improves the health, quality, and marketability of our nation's animals, animal products and veterinary biologics by: ?Preventing, controlling and/or eliminating animal diseases. ?Monitoring and promoting animal health and productivity. Veterinary Services is part of the Animal and Plant Health Inspection Service (APHIS). APHIS was created on April 2, 1972, as a science-based organization whose primary goal is protecting American agriculture, and is an integral part of the U.S. Department of Agriculture's (USDA) efforts to provide the Nation with safe and affordable food. APHIS' mission is to provide leadership in ensuring the health and care of animals and plants, to improve agricultural productivity and competitiveness, and to contribute to the national economy and the public health by: ?Safeguarding resources from exotic invasive pests and diseases. ?Monitoring and managing agricultural pests and diseases existing in the United States. ?Resolving and managing trade issues related to animal or plant health. ?Ensuring the humane care and treatment of animals. 2.0 Scope This purchase order will include all requirements to provide capabilities for an application that generates agriculturally-realistic place-based datasets for the Avian Influenza Modeling Project. This is a required module for the AI Modeling project. The datasets and spatial products generated are based on the National Agricultural Statistics Service (NASS) Census of Agriculture. 2.1 Project Background and Objective 2.1.1 Background A requirement of the Avian Influenza Modeling Project is geospatially realistic data. A limitation in performing disease simulation models is the availability of data concerning the specific location of farms. Because of privacy concerns, actual locations of poultry facilities are not publicly available. Generating representations of known agricultural demographics for input into the AI Modeling Project is currently a manual process that is time consuming and computationally intensive. The Farm Animal Demographics Simulator would be an application designed to create agriculturally and geographically realistic datasets for the Avian Influenza Modeling Project. The Farm Animal Demographics Simulator would use National Agricultural Statistics Service (NASS) Census of Agriculture data to estimate the number and sizes of poultry facilities within a geographic region (e.g., counties or states). Over the region of interest, a geographic constraint is applied so that facilities are not located in urban areas, in lakes, parks, natural areas, or other locations where they are not likely to occur. Facilities are located randomly, unless a weight matrix is used to concentrate certain types of farms closer to urban areas, live animal markets, and feed suppliers. Numbers of birds are randomly assigned to the simulated facilities in accordance with the NASS data. Because states are not required to report their animal numbers to NASS, there is a fair amount of missing data in the publicly available Census of Agriculture. Part of the functionality of the Farm Animal Demographics Simulator would be to estimate the missing county-level data. The Farm Animal Demographics Simulator is a required module for the Avian Influenza Modeling project. It would allow the analysts to generate geospatially realistic poultry datasets and maps either via a desktop or internet application with minimal human intervention. 2.2 Description This purchase order consists of the tasks listed below, but is summarized in this section. The offeror will work with CEAH staff, including the Avian Influenza Modeling analysts, in implementing core functionality for the application to generate data inputs to the model. 2.3 Implementation tasks include: Module 1: Research Tools Available For Completing Subsequent Modules Investigate, evaluate, and select the appropriate development tool(s) (ArcMap toolbar extension, ArcEngine, ArcServer, Java, Ajax, etc.) for completing the subsequent modules (primarily Modules 3 and 4). The selected solution must fulfill the following application requirements for the Avian Influenza Modeling Project: ?Ability to dynamically generate a random number of geographic point locations that simulate the number of poultry facilities for a particular region (e.g., state) as in the NASS Census of Agriculture data ?Ability to dynamically assign random number of birds to each location that simulate bird population categories in the NASS Census of Agriculture ?Ability to generate a national mask layer (polygon) of geographically feasible poultry facility locations (one time, static) ?Ability to estimate missing values in the NASS data based on values in neighboring regions (possibly dynamic) ?Ability to save generated dynamic layers in shapefile format ?Ability to export the data tables in comma separated format required for input into other modules of the Avian Influenza Modeling Project ?Possible non-critical functionality: buffering of features, cluster analysis, addition of user defined layers ?Report quality printing ?Ability to save outputs in common graphics formats (e.g. Adobe PDF, jpeg, png) ?Works in a LAN environment ?If desktop client software is used, it installs easily using an install shield or something similar on a users PC or could function as an intranet client with no installation required ?If application is server based, it must be able to handle multiple simultaneous requests Module 2: Generation of Static Data Layers ?Offeror will work closely with the CEAH staff, including the Avian Influenza Modeling group, to generate a static national level mask layer of geographically realistic poultry facility locations ?Mask layer is based on geographic parameters such as a defined distance from roadways, and not located in urban areas, lakes, parks, etc. ?Offeror will work closely with CEAH staff and the AI Modeling group to formulate methodology for estimating the missing values in the NASS data ?Other static base layers (roads, water features, state/county boundaries, etc.) will be provided by CEAH staff Module 3: Generation of Dynamic Data Layers ?Dynamic data layers are based on farm size category numbers in the NASS Census of agriculture ?A random number of point locations will be generated based on the NASS total number of farms for each county in a particular state ?Next, randomly sized bird populations are assigned to each point based on NASS farm size categories for each county Module 4: User Interface and Outputs ?Avian Influenza Modeling group analysts will be able to generate multiple dynamic data layers (from Module 3) ?User interface will include common mapping functionality such as panning, zooming, activating/deactivating layers, etc. ?User interface will include a table of contents and a map data frame ?Application will generate the dynamic data layers in shapefile format ?Application will be able to export generated maps to common graphics formats such as, Adobe PDF, JPEG, png ?Application will generate report quality printouts ?Application will export datasets in comma separated format required for input into other components of the AI Modeling Project Module 5: Documentation and Beta Testing ?Formal system and user documentation that follow the CEAH standards and examples. Documentation should be tied to training and educational needs. ?The offeror shall provide extensive testing to ensure proper functionality. The offeror shall develop a comprehensive test plan to ensure application performs as expected. Testing and debugging will be performed by working closely with the CEAH staff. Corrections and necessary changes will be implemented within 15 business days. 2.4 Workload History: WORKLOAD ESTIMATE. Historical records are provided as workload estimates only. This estimate is the Government?s current workload and is not intended to be binding on either party or to be the only possible solution to the requirement. Section 2.2 Requirements Estimated # of hours Estimated Overtime hours (if applicable) Module 1 80 0 Module 2 160 0 Module 3 240 0 Module 4 400 0 Module 4 80 0 2.5 Management 2.5.1 Project Management Management of this purchase order will be performed by a Contracting Officers Representative (COR). The COR will provide technical guidance and will provide all technical assistance and clarification required for the performance of this purchase order. The offeror shall provide a project management plan. The offeor shall provide the COR electronic status reports every other week describing the status of the project schedule. Any changes to the project schedule will be submitted to the COR for review and approval. The Government will not supervise the day-to-day activities of offeror?s personnel. The offeror shall provide total task management and supervision. The offeror shall provide a task leader to provide total task management and supervise any offeror personnel. The task leader will serve as the primary point of contact for all technical aspects of the required work. This person will also be a prime provider of the required technical services. The task leader and the COR will review progress and identify any required corrective actions. The Government shall perform no personnel services. The COR and Alternate Contacting Officers Representative (ACOR) will be responsible for coordinating all task-related matters within the Government, for ensuring that the items specified are available when needed, and for apprising the Information Technology Manager of any problems with the offeror that may affect delivery of completed work. 2.5.2 Facilities, Supplies, Services & Resources No specific Government furnished facilities, property, services, or personnel will be provided, except as required to facilitate the project. The Government will ensure the offeror has access to all USDA personnel deemed necessary to interview during site visits. This is a firm-fixed-price purchase order, and cost reimbursable for any needed travel. All direct and indirect costs, including equipment, software, printing, personnel, overtime, and reproductions necessary to complete this project will be the responsibility of the offeror. If offeror personnel work on-site at a Government facility, the Government will provide workspace, administrative support, supply essentials, and network connections (if available). The offeror will communicate all task-related requests through the task leader to the COR. The offeror has the responsibility to provide training for their personnel to maintain technical expertise. The COR will provide the offeror with access to personnel, files, documents, and meetings required to support the tasks identified in this SOW. 2.5.3 Documentation Pertinent documentation will be provided by the Government as needed. Documentation explaining organizational, financial, and other constraints and requirements may be provided if needed. All provided documentation shall remain the sole property of the Government and will be returned upon completion of this requirement. Documentation standards required would be provided for all documentation tasks performed. All applicable documents, references, standards, guides, and manuals will be provided by the COR. 2.6 Other Information 2.6.1 Work Hours, Security, Safety Business hours at USDA offices are generally between 8:00 am to 5:00 PM weekdays, except for holidays. All interviews with system users will be scheduled within regular business hours. Offeror must show a photo ID in order to gain access to USDA facilities. The Government reserves the right to deny, withhold, or terminate access to any person. The offeror shall ensure compliance with all applicable security regulations, and all Program security operations requirements, for facility access, and handling of materials. The work performed under this purchase order shall be unclassified. The offeror shall be responsible for properly protecting all information used, gathered or developed as a result of work under this order, and shall treat all information as sensitive. The offeror shall not divulge any information about files, data, processing activities or functions, user ID?s, passwords, or other knowledge that may be gained, to anyone who is not authorized to have access to such information. The offeror/offeror personnel shall abide by all Agency rules, procedures and standards of conduct. Information included in this purchase order is protected by the provisions of the Privacy Act of 1974; therefore, all personnel assigned to this order will take the proper precautions to protect the information from disclosure. 2.7 Period of Performance The period of performance for this requirement is 6 months. Work shall begin upon issuance of a purchase order. A project kick-off meeting will be held within one week of issuance of the purchase order. The offeror shall propose a schedule with milestones within two weeks of the project kick-off meeting. The proposed project schedule, once reviewed and accepted by the Government (within five working days), will become the official schedule for project deliverables and will be reviewed every other week for adherence to the schedule. 3.0 Deliverables 3.1 General All deliverables must meet the requirements set forth in this purchase order. Documentation deliverables will be delivered one soft-copy file and a hard-copy document (three copies). All feedback, reports, information, recommendations, and suggestions are to be provided to the COR. Distribution will be at the sole discretion of the COR. Reports shall be prepared and delivered to the COR every other week, and shall contain: progress since previous report, status of contract milestones, issues/concerns and associated recommendations. The Government is the owner of all data, software, information, and documentation developed for the project, including interview notes and summaries, technological research, deliverables, and presentation material. Upon completion of the order, the offeror shall deliver all project materials to the Government. All provided documentation shall remain the sole property of the Government and shall be returned upon completion of this requirement. The offeror shall provide a final status report at the end of the period of performance detailing accomplishments and compare the work accomplished with what was required from task descriptions written in the SOW. The final report/recommendations for this project will be due thirty (30) days after the end of the project. 4.0 Specific A report describing all activities, accomplishments, and lessons learned. This document should be able to provide guidance on the optimal way to further implement the system. 4.1 Criteria for Acceptance The COR will accept, reject, or require correction of deliverables. Correction will be necessary for deliverables found to be contrary to (1) the information contained in the offeror's accepted proposal, (2) previous Government reviews of draft deliverables, (3) special instructions on documentation and other standards mentioned in this document, or (4) generally accepted professional practices. All deliverables must meet the criteria for acceptance as stated above before payment can be authorized. 4.2 Client Acceptance Period The COR or ACOR will review the deliverables, with input from appropriate Government technical experts. The Government will have 10 workdays to review draft deliverables and make comments. The offeror will have 5 workdays to make corrections or comments. Upon receipt of the final deliverables, the Government will have fifteen calendar days for final review and written acceptance or provide documented reasons for non-acceptance. If the Government fails to provide written acceptance or non-acceptance within the fifteen days, the deliverable will become acceptable by default. In the event of rejection of any deliverable, the offeror will be notified in writing by the Government of the specific reasons why the deliverable is being rejected. The offeror will have 5 workdays to correct the rejected deliverable and return it per delivery instructions. Only the COR or ACOR has the authority to inspect and accept deliverables. The COR or ACOR will provide final acceptance of all deliverables in writing within thirty days of task completion. Certification by the Government of satisfactory services provided is contingent upon the offeror performing in accordance with the terms and conditions of the order and the SOW. Written guidelines are supplemented by oral instructions. The guidelines cover the majority of the procedures necessary to accomplish recurring work but do not cover actions to be taken when problems occur. Not all guidelines have been written. The task leader is the point of contact for work assignments, training and special processing guidance. 5.0 Special Instructions 5.1 General/Miscellaneous The COR or ACOR are responsible for coordinating all task-related matters, for ensuring that items specified in this purchase order are available when needed, and for apprising the Contracting Officer of any problems with the offeror that may affect delivery or costs of completed work. 6.0 Section 508 Compliance All electronic and information technology (EIT) procured through this Statement of Work and any resulting purchase order must meet the applicable accessibility standards at 36CFR 1194, unless an agency exception to this requirement exists. 36 CFR 1194 implements Section 508 of the Rehabilitation Act of 1973, as amended, and is viewable at http://www.section508.gov/. The offeror shall indicate for each line item in the schedule whether each product or service is compliant or noncompliant with the accessibility standards at 36 CFR 1194. Further, the proposal must indicate where full details or compliance can be found (e.g., vendor?s website or other exact location). The following is the applicable standard that applies to this procurement: ?1194.22 Web-based intranet and internet information and applications.
 
Place of Performance
Address: Fort Collins, CO
Country: US
 
Record
SN01065637-W 20060610/060608221807 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.