Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 16, 2009 FBO #2608
SOLICITATION NOTICE

R -- System Analyst Programmer with Statistical and Mathematical background

Notice Date
1/14/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Agriculture, Forest Service, R-2/RMRS Central Administrative Zone, 240 West Prospect Road, Fort Collins, Colorado, 80526
 
ZIP Code
80526
 
Solicitation Number
AG82FTS09WFDSS
 
Archive Date
2/12/2009
 
Point of Contact
Tanya N Bealmer,, Phone: 970-498-1175
 
E-Mail Address
tbealmer@fs.fed.us
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written request for quotation will not be issued. The solicitation number is AG-82FT-S-09-WFDSS and the requirement is issued as a request for quote (RFQ). This requirement is set-aside 100% for small business concerns. Additionally, due to requirements stated in the below performance work statement, all work required under this announcement must be completed onsite. There is no offsite access to the information required to complete this task. The North American Industry Classification System (NAICS) Code is 541519 – Other Computer Related Services. The Size Standard is $25 Million. Submit all quotes electronically to tbealmer@fs.fed.us. Telephone inquiries WILL NOT BE ENTERTAINED. Any attempt to initiate contact or make inquiries with the customer agency (Missoula Fire Sciences Laboratory or any of its Government representatives) will be deemed as an attempt to gain an unfair competitive advantage and will result in the offerors quote being removed from consideration. All questions and communication shall be directed to the Contracting Officer directly. Any and all questions regarding this requirement shall be delivered, in writing, to the Contracting Officer no later than 9:00 a.m. on Tuesday, January 20, 2009. Date published to FedBizOpps: 14 JAN 2009 Date RFQ will close: 28 JAN 2009 at 9:00 a.m. MDT. The Government intends to award a Firm-Fixed Price, labor hour purchase order to a vendor capable of meeting the below minimum requirements, and capable of completing the tasks required. The desired period of performance for the services described herein is anticipated to be 01 days after date of award and shall last for a period not to exceed 365 days (12 months). The services includes the contractor furnishing all labor, transportation, equipment, materials, supplies and supervision needed to perform all requirement elements listed and described within the attached performance work statement. Section 6 of the work statement does provide a break down of Government Furnished Resources that will be provided during the course of task completion. Pricing should be provided for each CLIN listed below: CLIN 0001: Hourly labor rate for proposed employee and proposed labor category. PERFORMANCE WORK STATEMENT: 1.0 Background: Over the past 30 years, fires have dramatically increased in size and complexity, often stretching the capacity of the management systems in place. The Wildland Fire Decision Support System (WFDSS) is a U.S. Govt. interagency project evolved from the need to streamline and improve these decision-making processes, as well as take advantage of improvements in technology, fire modeling, and geospatial analysis. The former system, Wildland Fire Situation Analysis (WFSA) has been around for 30 years with little change, has become cumbersome to use, and is not scalable or flexible enough for today’s fire management needs. In June 2005, the National Fire and Aviation Executive Board chartered WFDSS to replace WFSA in 2009 with a system that has the following capabilities: •Develops a scaleable decision support system for agency administrators •Uses appropriate fire behavior modeling, economic principles, and information technology •Supports effective wildland fire decisions consistent with Resource and Fire Management Plans The Fire, Fuels, and Smoke Program at the Missoula Fire Sciences Laboratory is one of several partners in the interagency team working towards WFDSS implementation. Specifically, the Missoula Fire Laboratory provides consultation, algorithm and model development, and prototype interface segments. The work described herein continues that support by initiating work of a weather spatial/time series interface segment to WFDSS. WFDSS is on Government owned computers (of several platforms) at the EROS Data Center in Sioux Falls, South Dakota. However, these requirements do not require the deliverables to be put on WFDSS – The deliverables are algorithms and evaluation documents. There is a complete programming team (IBM) that is implementing WFDSS. The Firelab has nothing to do with that portion of the WFDSS. As noted above, the Firelab provide “consultation, algorithm and model development, and prototype interface segments.” 2.0 Task Objectives:. 1. Develop algorithms based on spatial and time series statistics of spatial fire weather patterns that can be used to generate artificial gridded weather sequences that preserve the spatial and temporal correlations. 2. Evaluate practical methods for using the algorithms from objective #1 along with current weather observations to fulfill the intention of eventually generating any number of simulation scenarios at a continental (conterminous United States) scale. The practicality of these methods must account for the large volume of data (~8TB) given the limitations of available computer systems (memory, disk space, computing time etc.) and the WFDSS scalability objective defined above. 3.0 Minimum Personnel Requirements: Please submit a resume for any personnel being proposed. At a minimum, the resume must reflect the following elements: 1. Masters degree in Computer Science or Mathematics with emphasis in Statistical Methods; 2. Minimum 2 years experience in developing and interpreting time series and spatial correlation statistics; 3. Minimum 3 years experience in C++ programming; 4. Minimum 3 years experience in the R or S+ statistical programming languages; 5. Working knowledge of the Python programming language; 6. Demonstrated ability to design, code, test, and deploy interface segments to other systems. 4.0 Deliverables: DeliverableDate 1. Summation of progress (progress report) with each invoice submitted for payment, or monthly, whichever is more frequent. 2. Algorithms to generate spatial correlation statistics and time series statistics for continental spatial weather sets at 8-km resolution. Due 65 calendar days from the start date of the purchase order. 3. Report documenting recommendations and demonstrations of options for practical usage of the algorithm on available computers. Due 120 calendar days from the start of the purchase order. 5.0 Special Requirements/Considerations: The Missoula Fire Sciences Laboratory has several high performance computers that are not accessible outside the physical building because the Forest Service’s Information Systems Organization (ISO) cannot accommodate them in their security plan; there is no external network connection. The data provided by the Forest Service for this project is on one of those computers. As a result, work is to be performed at the Missoula Fire Sciences Laboratory, located at 5775 Hwy 10 W. Missoula, MT The standard work week at the Fire Sciences Laboratory is Monday through Friday. It is not anticipated that overtime will be required for completion of this requirement. If the contractor determines that overtime is required, compelling evidence for why overtime is required shall be submitted to the Contracting Officer for consideration. The Contracting Officer will issue a decision regarding approval/disapproval of overtime. 6.0 Government Furnished Resources: Technical interface personnel of the Government will be provided to assist the contractor personnel in obtaining information pertinent to the required work. The Government will furnish continental scale weather data at 8-km resolution and computers and software to perform the development and investigations. These data files cover the continental United States on a daily basis from in 1980 through 2006 and require approximately 8 Terabytes of disk storage space. All data and computing resources will be made available at the start of the contract. 7.0 Travel and Training: It is not expected that travel, per diem, or specialized training will be required to fulfill the requirements of this task. Contractor is required to successfully complete the USDA Computer Security Awareness Training and the USDA Privacy Basics training. The Forest Service will provide any access to training course(s) requirements such as the use of Government computer-Security Training and any other Safety or Security requirements required for the use of Government Property, Services, and Equipment prior to use. RELOCATION EXPENSES TO SITUATE A CONTRACTOR EMPLOYEE ONSITE IN MISSOULA, MT. WILL NOT BE REIMBURSED. The provisions and clauses incorporated into this solicitation document are those in effect at the time of publication. Provisions and clauses incorporated by reference have the same force and effect as if they were given in full text. The full text of the Federal Acquisition Regulation (FAR) and Agriculture Federal Acquisition Regulations supplement (AGAR) can be accessed on the Internet at http:// www.arnet.gov/far and http://www.usda.gov/procurement/policy/agar.html. The following provisions and clauses applicable to this requirement include: FAR 52.204-9, Personal Identity Verification of Contractor Personnel; FAR 52.212-1, Instructions to Offerors-Commercial; FAR 52.212-2, Evaluation-Commercial Items (see below for full text version of the provision); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following additional FAR clauses cited in the clause: FAR 52.217-8, Option to Extend Services; FAR 52.219-6, Notice of Total Small Business Set-Aside; FAR 52.222-3, Convict Labor; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-22, Previous Contracts and Compliance Reports; FAR 52.222-25, Affirmative Action Compliance; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.222-41, Service Contract Act of 1965, As Amended (see below for full text version of the clause); FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (see below for full text version of the clause); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration. Additional applicable clauses are: FAR 52.227-14, Rights in Data-General. FAR 52.212-2, Evaluation – Commerical Items: The Government will award a contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the requirements will be most advantageous to the Government (Best Value), price and other factors considered. The following factors shall be used to evaluate offers: 1. Technical – Resume meets all minimum requirements; 2. Past Performance – References provide valid past performance information; 3. Price. Technical and past performance, when combined, are approximately equal to price. FAR 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). Department of Labor Wage Determination 2005-2317, Revision 4, dated 8/14/2007 is incorporated into this RFQ. The wage determination can be located online at www.wdol.gov. FAR 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.). System Analyst/ProgrammerGS-12 - $32.40/hour Offerors must be registered in the Central Contractor Registration (CCR) database with a DUNS number in order to participate in this procurement. For instructions on registering with the CCR, please visit the website for CCR at http://www.ccr.gov. Quotes must reference the CAGE code or DUNS number of the responding vendor, and a valid TIN number. Contractors who believe they possess the expertise and experience shall submit a quote in writing to Tanya Bealmer, RMRS Acquisition Management, USDA Forest Service, 240 West Prospect Road, Fort Collins, CO 80526, or electronically to: TBealmer@fs.fed.us. In addition to the price quote contractors are required to provide resumes for the personnel proposed, and the names and phone numbers of three references for past performance verification. Voice communications will not be entertained. Responses must be received not later than 9:00 a.m. MDT 28 JAN 2009. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or small disadvantaged business, veteran owned small business or HUB Zone certified, and indicate the appropriate NAICS code.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7f2d903d798de6b597f5a053a08454d0&tab=core&_cview=1)
 
Place of Performance
Address: Rocky Mountain Research Station, Missoula Fire Sciences Laboratory, 5775 West US Hwy 10, Missoula, Montana, 59808, United States
Zip Code: 59808
 
Record
SN01732603-W 20090116/090114220337-7f2d903d798de6b597f5a053a08454d0 (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.