Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SPECIAL NOTICE

B -- Notice of Intent to Sole Source - FlamMap5 Fire Behavior Modeling Application

Notice Date
7/7/2016
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
 
ZIP Code
80526
 
Solicitation Number
AG-82FT-S-16-0029
 
Archive Date
7/27/2016
 
Point of Contact
Anthony O Salas,
 
E-Mail Address
asalas@fs.fed.us
(asalas@fs.fed.us)
 
Small Business Set-Aside
N/A
 
Description
This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that The Rocky Mountain Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Alturas Solutions for the Research Software for the continued maintenance and development of FlamMap5 project for the Missoula Fire Lab. Performance Work Statement (PWS) for Operations and Maintenance of the FlamMap5 Fire Behavior Modeling Application 1.0 Background: The USDA Forest Service's, Fire & Aviation Management (F&AM) has partnered with researchers at the Missoula Fire Sciences Laboratory for many years to develop and support science applications of fundamental research. This partnership has resulted in nationally supported applications, vetted through the Forest Service's Investment Resource Decision Board (IRDB) that support various fire management activities. One such application is FlamMap5. The Missoula Fire Sciences Laboratory has a Service Level Agreement (SLA's) with F&AM for technical support of FlamMap5. One of the SLA requirements is to provide operations and maintenance (O&M) support. 2.0 FlamMap5 is a PC-based is a fire behavior mapping and analysis program that computes potential fire behavior characteristics over a geospatial landscape under constant weather and fuel moisture conditions. The FlamMap5 software creates raster maps of potential fire behavior characteristics (for example, spread rate, flame length, crown fire activity) and environmental conditions (dead fuel moistures, mid-flame wind speeds, and solar irradiance) which can then can be viewed in FlamMap5 or exported for use in a GIS, image, or word processor. Although FlamMap5 consumes geospatial data from various sources (i.e. LANDFIRE) it has no direct connection to them. It is a flexible system that produces geospatial output for a multitude of fire management applications. 3.0 FlamMap5 is widely used by the U.S. Forest Service, National Park Service, and other federal and state land management agencies in support of fire management activities. Its outputs are used to assist in making fire and land management decisions throughout the country. Application details can be found at http://www.firelab.org/project/flammap. 4.0 Tasks: This Statement of Work defines the Forest Service's requirements, both general and specific, for contractor technical support services for the FlamMap5 application. In addition to normal O&M work, the base year and option years include adding the functionality of FARSITE into FlamMap such that FARSITE will be retired. Aside from the efforts of the FARSITE conversion in the first two years, it is estimated that no more than 3-5 days per month of programming and quality assurance efforts will be required over the period of performance. The contactor shall provide subject matter experts with requisite knowledge, skills and experience to perform the tasks identified under Requirements. The scope of this task includes the following activities: • Adapt existing FS-supplied FARSITE code to prototype and demonstrate incorporation of FARSITE user interface and functionality in FlamMap5. • Generate beta versions of the integrated FlamMap5 application to allow end users to test, debug, and suggest modifications to the user interface and functionality to meet their needs. • Performing normal corrective maintenance, • Making minor enhancements • Certification (quality assurance) of updated application performance/integrity, • Providing updated program documentation/Help System to keep user support materials functional and accurate. • Providing updated version releases (scheduled and/or emergency) to keep the application functional and accurate. Option Year 1-3: • Resolve and implement lingering implementation issues with the FARSITE integration done in the base year. • Addition of archiving capability. • Addition of weather scene capability. • Performing normal corrective maintenance, • Making minor enhancements • Certification (quality assurance) of updated application performance/integrity, • Providing updated program documentation/Help System to keep user support materials functional and accurate. • Providing updated version releases (scheduled and/or emergency) to keep the application functional and accurate. • Creation of download site for sharing of DLL and source code with other developers and researchers. The Forest Service expects other requirements may be identified during the performance of this work to ensure the application remains functional and meets the business to efficiently manage data and run requisite simulations.   5.0 Deliverables Monthly Status Report - Within five business days of the last day of the preceding month Continued maintenance and addressing software issues as they arise. - Twelve Months After Task Order Award (ATOA) Incorporation of FARSITE into a beta version of FlamMap - Six Months ATOA Update of Content Linked HelpFile and documentation. - Ten Months A maximum of three (3) releases (maintenance or emergency) per year. - After Task Order Award (ATOA) The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to FedBizOpps: 07 JUL 2016. Date posting will close: 12 JUL 2016. The North American Industry Classification System (NAICS) code is 541511. The Size Standard is $27.5 million. The desired period of performance for the services described herein is anticipated to be from 01 AUG 2016 through 30 JUL 2020. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they possess the expertise and experience shall submit technical capabilities electronically to: asalas@fs.fed.us. Responses must be received no later than 11:00 a.m. MDT 12 JUL 2016. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, and indicate the appropriate NAICS code. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-16-0029/listing.html)
 
Record
SN04174472-W 20160709/160707235449-337db5edecac6e39b45acd1d1b451c93 (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.