SOLICITATION NOTICE
F -- Mesh Refinement and Calibration of HydroGeoSphere Sacramento Valley Model
- Notice Date
- 4/15/2009
- Notice Type
- Presolicitation
- Contracting Office
- Bureau of Reclamation - Mid-Pacific Regional Office 2800 Cottage Way, Room E-1815 Sacramento CA 95825
- ZIP Code
- 95825
- Solicitation Number
- 09SQ200181
- Response Due
- 4/21/2009
- Archive Date
- 4/15/2010
- Point of Contact
- Bettye Lou Mahoney Contract Specialist 9169785570 bmahoney@mp.usbr.gov;<br />
- Small Business Set-Aside
- N/A
- Description
- This announcement is to Small Business, Small Disadvantaged Business, Women-Owned Small Business, HUBZone, Small Business, Veteran-Owned Small Business, and Service-Disabled Veteran-Owned Small Business concerns that may be interested in performing a contract for the Mid-Pacific Region of the Bureau of Reclamation. The work to be performed is described below. Based upon response to this announcement, the Government may determine to set this acquisition aside or proceed with an unrestricted solicitation. The applicable North American Industry Classification System (NAICS) Code is 541620 and the related small business size standard is $7M. This notice is not a request for proposal and the information presented in this announcement will not obligate the Bureau of Reclamation in any manner. Interested parties should include the following information in their response: (a) Business name, address, size classification based on NAICS size standard, socioeconomic classification (i.e. HUBZone and/or 8(a)), and a point of contact; (b) A positive statement of your intention to submit an offer for this solicitation as a prime contractor; (c) Evidence of your experience performing work similar in type and scope to the work in this announcement within the last five years. The evidence should include: contract numbers, project titles, dollar amounts and points of contacts with telephone numbers. Please do not include more than three past projects; and (d) Include attachments cataloging the company's equipment assets, personnel resources and financial resources that demonstrate company responsibility and capability to perform required work.(e) If bonding is required, also provide evidence of your bonding capacity; All interested parties are encouraged to respond to this notice, by e-mail to bmahoney@mp.usbr.gov not later than the close of business on Tuesday, April 21, 2009. The information provided in this announcement is all information the Government has available at this time. There are no specifications, drawings, bid packages, or source lists available. Central Contractor Registration (CCR) and Annual Representations and Certifications, as required by FAR 4.1102, apply to this procurement. Prospective contractors must be registered prior to award. Lack of registration in the CCR database will make an offeror ineligible for award. Information on CCR registration can be obtained via the Internet at http://www.ccr.gov. Information on annual Representations and Certifications can be obtained via the Internet at http://orca.bpn.gov A description of the work to be performed follows: Calibration of the integrated surface/subsurface hydrologic model of the Sacramento Valley using the in-house HydroGeoSphere (HGS) numerical model is required to enhance the model's utility for analyses of surface and subsurface water interactions and hence impacts of groundwater pumping on surface water. Task 1: Re-generation of Finite-Element MeshSubtask 1.1. The Government will provide to the Contractor a DEM with the HGS Sacramento Valley model domain. The Contractor shall import the DEM into a GIS-based tool, such as ArcHydro, to generate a stream network. The Contractor shall evaluate inconsistencies between the DEM generated stream networks and those resulting from the topography driven stream networks resulting from the HGS Sacramento Valley model files. The Contractor shall resolve inconsistencies using areal information from other sources (e.g., Google Earth). The Contractor shall modify the DEM with the GIS-based tool to ensure that well-defined, correctly placed streams result from the model topography. Subtask 1.2. The Contractor shall import the processed DEM in Grid Builder to generate a 2-D land surface mesh with sufficient refinement along the stream paths defined by the DEM to represent the stream network. The Contractor shall interpolate the elevations from the processed DEM onto the created mesh. Subtask 1.3. The Contractor shall import the mesh elevations into a GIS-based tool (e.g., ArcHydro) and check for consistency of flow paths. If necessary, the Contractor shall re-process mesh elevations to remove local sinks that may reappear due to interpolation. Subtask 1.4. The Contractor shall use the new 2-D mesh to create a three dimensional mesh that includes the subsurface grid layering with appropriate layer thicknesses as needed by the model. The Contractor shall populate the new mesh with surface and subsurface properties. The Contractor shall perform initial simulation of overland flow to check for consistency with the actual stream network determined by areal sources. Task 2: Adjustment of Numerical Parameters to Reduce Run TimeThe Contractor shall adjust numerical parameters to reduce the model run time such that a 15-year simulation and all additional work can be completed within the stated performance period.Task 3: Parameterization and Sensitivity Analysis:In this task, the Contractor shall: (a) determine the appropriate surface/subsurface flow parameters to be considered in the calibration process; (b) perform sensitivity analyses on the appropriate model parameters to determine the parameters most suitable for calibration. Task 4: Linkage of PEST and HGS:The Contractor shall prepare all input and output file templates needed for automated calibration of the HGS model using Parameter Estimation (PEST). Task 5: Linked PEST-HGS Calibration Runs:Based on the results of Task 1 and using the input and output file templates from Task 2, the Contractor shall perform the calibration runs. Task 6: Analysis and Documentation of Results:The Contractor shall write a report documenting and analyzing the results from the calibration runs of Task 3. This shall include presentation of which parameter values were changed and the associated improvement in agreement with the observed data.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=90cb944c8e85a82e23dceb9c7d6d886c&tab=core&_cview=1)
- Place of Performance
- Address: Sacramento, CA<br />
- Zip Code: 95825<br />
- Zip Code: 95825<br />
- Record
- SN01793673-W 20090417/090415223546-90cb944c8e85a82e23dceb9c7d6d886c (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 |