Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SPECIAL NOTICE

D -- Intent to award Sole Source-Travel route capability in WISE Application.

Notice Date
5/6/2020 9:56:20 AM
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USDA FOREST SERVICE FORT COLLINS CO 80526 USA
 
ZIP Code
80526
 
Solicitation Number
1282FT20R0011
 
Response Due
5/16/2020 10:00:00 AM
 
Archive Date
05/31/2020
 
Point of Contact
Maritza Salgado, Phone: 970-498-1171
 
E-Mail Address
maritza.salgado@usda.gov
(maritza.salgado@usda.gov)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 Technosylva Corporation for the Implementation of travel route capability in WiSE App project, base plus 2 Option Years, for the Missoula Fire Lab located in Missoula, MT.� Background:� Firefighter safety is associated with both increased understanding of the fire and the variables that affect its intensity and spread.� Recent work focused on the development of new firefighter safety zone rules has attempted to link safety zone size with terrain slope and wind affecting fire.� Thus as firefighters assess the effectiveness of a potential safety zone, they need to consider the effect of wind and terrain on fire intensity and the overall impact on safety zones.� Recent studies have shown that the specification of safe separation distance and travel rate time is a multivariate complex problem that is not conducive to simple calculation.��� �� A proof of concept mobile device application has been developed that calculates safety zone size. Past work has begun to implement travel time estimates in the APP, this contract seeks implementation of recent findings regarding human travel rates and optimum travel routes over complex terrain.� This will include analysis of available GEO data sets for human travel rates.� The results will be made available on the typical access sites.� Task Objectives: Update WiSE App to include new function for calculating firefighter travel rates over rough terrain. Explore options for identifying optimal paths between firefighter or a specified location and the safety zone. Allow user to specify fire location on map. Develop documentation for algorithm intended for inclusion in digital version. Continue to support for a server that would host the app and associated data. Requirements: Summary:� This effort builds on past work, concepts and research familiarity, relative characteristics of safety zones and escape routes, and the technical requirements of a tool that would meet wildland fire operational needs.� Contractor to have extensive experience developing tools for providing fire behavior and weather information to fire managers and fire crews.� Recent work assessing newest data and simulations for SSD in the context of fire intensity, wind and slope suggests that the solution is multidimensional and cannot be easily addressed without a calculator.� This request specifies tasks associated with extending the tool capabilities to assess escape routes. OS:� The system shall be developed for both android and iOS.� The tasks outlined here will be implemented in both systems.� Data:� Where the user has connectivity the app could access data regarding terrain slope, vegetation coverage, existing trails, etc.� The algorithm should allow the user to preload existing baseline data and user inputs needed to calculate travel times.� Contractor will work with Dennison and Campbell to implement latest findings regarding travel rates and routes. � User input:� Position: Users should be able to input a specific location or determine the position of the user (using mobile device GPS) and determine terrain slope.� �Vegetation: Ideally it would also account for vegetation type and coverage.� Vegetation coverage data would be obtained either automatically or by user input.� Terrain:� Digital elevation data would be accessed by the server.� Language: �The tool will be developed and demonstrated on both iOS and Android OS systems. � Timeline:� Beta version available for Android devices 240 days after contract initiated.� Depending on time of year user testing would occur for 240 days.� ��Performance Period:� September 1, 2020 to September 30, 2021 � Contractor Qualifications:� As this effort builds on past work that focused on proof of concept it is critical that the contractor be intimately familiar with the development challenges, programming and development to date. The contractor for this project must be well versed in the following requirements: 1) Proven experience developing web and mobile applications using GIS/mapping capabilities for wildland fire. 2) Subject matter expertise in fire behavior modeling and risk analysis including previous experience developing and deploying custom software applications. 3) Experience implementing fire behavior science into operational models for wildland fire operations. 4) Familiar with development of the current proof of concept fire tools. 6) Detailed demonstrated knowledge of WiSE app source code and architecture. � Source Code:� Developer will provide all development algorithms and source code to US Forest Service. All source code would be owned by the US Forest Service and will be distributed for free to any interested parties. 4.0 Deliverables: ����������� 4.1 Accomplishment report with each invoice for payment.� Dates determined below will be adjusted based on contract initiation date.� ����������� 4.2 ��Functional demonstration of travel rate function on Mobile device application (App) on one operating system (OS) within 300 days of initiation of contract. ����������� 4.3 Functional demonstration of travel rate function on Mobile App on both Droid and iPhone operating system (iOS) within 300 days of contract initiation. ����� 4.4 Delivery of all source code to US Forest Service (USFS) within 75 weeks of initiation of contract. 5.0 Dependency Factors: Proposed time schedules and work priorities will be made by the Forest Service.� 6.0 Acceptance Criteria: 7.1��� Schedule. Most work will be cooperative efforts between Forest Service�� headquarters, field units, and other contractors. 7.2��� Delivery Instructions.� Technical Contact will communicate with the COR if changes are required in order to meet the obligations.� 7.0 Travel and Training: 8.1 No overtime is required. ����������� 8.2 No travel is required. 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 betaSAM: 5/06/2020.� Date posting will close: 5/16/2020 at 11:00 a.m. MT. The North American Industry Classification System (NAICS) code is 541511. The Size Standard is $25.0 Million. The desired period of performance for the services described herein is anticipated to be from Sep 1, 2020 through Sep 30, 2021. 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 in writing to Maritza Salgado, RMRS Acquisition Management, USDA Forest Service, 240 West Prospect Road, Fort Collins, CO 80526, or electronically to: maritza.salgado@usda.gov. Responses must be received no later than 11:00 a.m. MDT 5/16/2020. 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. 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 Technosylva Corporation for the Implementation of travel route capability in WiSE App project, base plus 2 Option Years, for the Missoula Fire Lab located in Missoula, MT.� ����������� Background:� Firefighter safety is associated with both increased understanding of the fire and the variables that affect its intensity and spread.� Recent work focused on the development of new firefighter safety zone rules has attempted to link safety zone size with terrain slope and wind affecting fire.� Thus as firefighters assess the effectiveness of a potential safety zone, they need to consider the effect of wind and terrain on fire intensity and the overall impact on safety zones.� Recent studies have shown that the specification of safe separation distance and travel rate time is a multivariate complex problem that is not conducive to simple calculation.��� �� A proof of concept mobile device application has been developed that calculates safety zone size. Past work has begun to implement travel time estimates in the APP, this contract seeks implementation of recent findings regarding human travel rates and optimum travel routes over complex terrain.� This will include analysis of available GEO data sets for human travel rates.� The results will be made available on the typical access sites.� Task Objectives: Update WiSE App to include new function for calculating firefighter travel rates over rough terrain. Explore options for identifying optimal paths between firefighter or a specified location and the safety zone. Allow user to specify fire location on map. Develop documentation for algorithm intended for inclusion in digital version. Continue to support for a server that would host the app and associated data. Requirements: Summary:� This effort builds on past work, concepts and research familiarity, relative characteristics of safety zones and escape routes, and the technical requirements of a tool that would meet wildland fire operational needs.� Contractor to have extensive experience developing tools for providing fire behavior and weather information to fire managers and fire crews.� Recent work assessing newest data and simulations for SSD in the context of fire intensity, wind and slope suggests that the solution is multidimensional and cannot be easily addressed without a calculator.� This request specifies tasks associated with extending the tool capabilities to assess escape routes. OS:� The system shall be developed for both android and iOS.� The tasks outlined here will be implemented in both systems.� Data:� Where the user has connectivity the app could access data regarding terrain slope, vegetation coverage, existing trails, etc.� The algorithm should allow the user to preload existing baseline data and user inputs needed to calculate travel times.� Contractor will work with Dennison and Campbell to implement latest findings regarding travel rates and routes. � User input:� Position: Users should be able to input a specific location or determine the position of the user (using mobile device GPS) and determine terrain slope.� �Vegetation: Ideally it would also account for vegetation type and coverage.� Vegetation coverage data would be obtained either automatically or by user input.� Terrain:� Digital elevation data would be accessed by the server.� Language: �The tool will be developed and demonstrated on both iOS and Android OS systems. � Timeline:� Beta version available for Android devices 240 days after contract initiated.� Depending on time of year user testing would occur for 240 days.� ��Performance Period:� September 1, 2020 to September 30, 2021 � Contractor Qualifications:� As this effort builds on past work that focused on proof of concept it is critical that the contractor be intimately familiar with the development challenges, programming and development to date. The contractor for this project must be well versed in the following requirements: 1) Proven experience developing web and mobile applications using GIS/mapping capabilities for wildland fire. 2) Subject matter expertise in fire behavior modeling and risk analysis including previous experience developing and deploying custom software applications. 3) Experience implementing fire behavior science into operational models for wildland fire operations. 4) Familiar with development of the current proof of concept fire tools. 6) Detailed demonstrated knowledge of WiSE app source code and architecture. � Source Code:� Developer will provide all development algorithms and source code to US Forest Service. All source code would be owned by the US Forest Service and will be distributed for free to any interested parties. 4.0 Deliverables: ����������� 4.1 Accomplishment report with each invoice for payment.� Dates determined below will be adjusted based on contract initiation date.� ����������� 4.2 ��Functional demonstration of travel rate function on Mobile device application (App) on one operating system (OS) within 300 days of initiation of contract. ����������� 4.3 Functional demonstration of travel rate function on Mobile App on both Droid and iPhone operating system (iOS) within 300 days of contract initiation. ����� 4.4 Delivery of all source code to US Forest Service (USFS) within 75 weeks of initiation of contract. 5.0 Dependency Factors: Proposed time schedules and work priorities will be made by the Forest Service.� 6.0 Acceptance Criteria: 7.1��� Schedule. Most work will be cooperative efforts between Forest Service�� headquarters, field units, and other contractors. 7.2��� Delivery Instructions.� Technical Contact will communicate with the COR if changes are required in order to meet the obligations.� 7.0 Travel and Training: 8.1 No overtime is required. ����������� 8.2 No travel is required. 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 betaSAM: 5/06/2020.� Date posting will close: 5/16/2020 at 11:00 a.m. MT. The North American Industry Classification System (NAICS) code is 541511. The Size Standard is $25.0 Million. The desired period of performance for the services described herein is anticipated to be from Sep 1, 2020 through Sep 30, 2021. 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 in writing to Maritza Salgado, RMRS Acquisition Management, USDA Forest Service, 240 West Prospect Road, Fort Collins, CO 80526, or electronically to: maritza.salgado@usda.gov. Responses must be received no later than 11:00 a.m. MDT 5/16/2020. 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
SAM.gov Permalink
(https://beta.sam.gov/opp/095bedb145f74c6ab1c0738fe3a4e41e/view)
 
Place of Performance
Address: Missoula, MT 59808, USA
Zip Code: 59808
Country: USA
 
Record
SN05647447-F 20200508/200506230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.