Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 17, 2021 SAM #7077
SOURCES SOUGHT

99 -- Software Maintenance and Development Support Services Edge/Continuous Waveform

Notice Date
4/15/2021 11:32:36 AM
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
OFC OF ACQUISITION GRANTS-DENVER DENVER CO 80225 USA
 
ZIP Code
80225
 
Solicitation Number
140G0221Q0074
 
Response Due
4/21/2021 1:30:00 PM
 
Archive Date
04/22/2021
 
Point of Contact
Williams, Lisa, Phone: 303-236-9327, Fax: 303-236-5859
 
E-Mail Address
ldwilliams@usgs.gov
(ldwilliams@usgs.gov)
 
Description
THIS IS A SOURCES SOUGHT NOTICE ONLY. NO FORMAL SOLICITATION IS BEING REQUESTED UNDER THIS NOTICE. This Sources Sought Notice is for market research purposes to identify interested firms for the potential requirement detailed below. The North American Industry Classification System (NAICS) code is 541511 (Custom Computer Programming Services) and the size standard is $30 million. The Government will review the information requested in this announcement to determine the type of set-aside (if any) for this requirement, should it come to fruition. Introduction: The U.S. Geological Survey (USGS), Geologic Hazards Science Center�s Advanced National Seismic Network (ANSS) Project, Golden, CO has an ongoing need for software maintenance and development in support of the ANSS mission to provide rapid estimate of global earthquake locations, magnitudes, emergency response products and other earthquake source properties computed using mission-critical acquisition and processing systems (Edge/Continuous Waveform Buffer (CWB) and Hydra). Background: The USGS Geologic Hazards Science Center�s Advanced National Seismic Network (ANSS) Project continues to improves its overall completeness, reliability, and timeliness of seismic information available from the National Earthquake Information Center (NEIC), which is the National Operation Center (NOC) for the ANSS Program. This information serves earthquake hazard responders, public officials, the media, the seismological research and earthquake engineering communities, and the general public. The ANSS Project is an integrated effort including the extension and maintenance of real-time national and global seismograph networks; operational support for automated seismic processing, analyst review, and catalog production; development of a complete automated processing and analyst support system; and operational personnel. The ANSS Program involves the exchange of real-time data from more than 100 cooperating institutions including the NEIC. Because NEIC operates as a 24x7 response facility, the ANSS Project develops its customized software to be highly robust, redundant and easily configurable to ensure earthquake products are distributed 24 hours/day, 7 days/week. This effort requires specialized real-time programming of the field processors (at the stations) and interface software at cooperating data centers, handling telemetry on satellite and terrestrial links under TCP/IP protocols, and acquiring, processing, managing, archiving, and distributing data at the NEIC. This task is significantly complicated the deployment of many different types of station processors that are received in real-time either directly or mediated by a variety of data center hardware and software and received over numerous private and public wide area computer networks. Scope: The Contractor shall work independently on computer hardware and software systems that are complex to analyze, plan, program, and operate. The contractor shall participate in all phases of planning, system design, prototyping, development, testing, documentation, and software maintenance. Technical Requirements: During the contract period, the Contractor shall perform specific integration and programming tasks as outlined below: 1) Writing new code to add new functionality to the system(s). 2) Enhancing existing code to extend the functionality of the system(s). 3) Upgrading existing code to improve its operating characteristics. 4) Monitor existing and newly developed software and correcting faults. The development tasks can be divided into three categories: 1) Network related tasks 2) Database management system (DBMS) related tasks 3) Real-time programming 4) Multi-threaded programming 5) General programming 6) High level and detailed software design, and 7) Programming of scientific algorithms 8) 24/7 monitoring and debugging 9) General software maintenance Note that the development tasks support core earthquake response activities (e.g., acquiring and managing seismic waveform data, state-of-health information, and station metadata). The monitoring and maintenance task is to support 24/7 data acquisition functionality which in turn supports 24/7 seismic detection, monitoring, and analysis systems, as well as maintenance for support infrastructure already developed. The contractor shall perform work on existing government owned servers that operate supported Linux versions. All available documentation of existing software will be provided to the contractor. There will be some tasks that need to be performed on premise at GHSC due to network or security concerns and in person collaboration. The Contractor shall develop general data management and scientific/engineering analysis applications and real-time data acquisition and process control applications. He or she shall develop, support, and interface with highly specialized real-time field data acquisition software. The contractor shall participate in the monitoring and maintenance of applications and systems software to ensure maximum uptime of existing and newly developed software in an active operational environment. The contractor shall provide limited system support including hardware fault recovery and the installation of new layered systems software packages. All software developed under this contract will adhere to NEIC systems architecture and Hazards Development Best Practices. Details of these standards are widely discussed, documented in code, and practiced in the center and can be provided to the Contactor by the COR. Development tasks may include: � Because of additional features such as real-time picking, modify Edge/CWB/QueryMom to allow better status monitoring by ICINGA or other tools � Support any code changes needed for Java version upgrade � Support code changes needed for exploring migration of Edge/CWB nodes to running in the USGS Cloud Hosting Solutions (CHS) approved cloud infrastructure � Support Fetcher gap filling from SeedLink, EW WaveServers, and Baler44 on Q330 � Further enhance QueryMom for faster access to real-time waveform data to enable development of new real-time picking, machine learning, and detection processing � Support GeoMag and Landslide Programs use of Edge/CWB software by improved near real-time handling of low rate data, including support for data acquisition from ObsRio dataloggers � Work with researchers on requirements for improved CWB access methods for machine learning applications � Work with researchers using a wide range of data types (e.g. IMS arrays, 3-component broadband) and new machine learning models to improve seismic detection, association and locations. � Develop machine learning models that use seismic amplitudes or coda envelopes for determining seismic magnitudes. � Participate in the technology transfer from research algorithms to production modules, particularly for time series analysis applications. � Facilitate the conversion of NEIC station metadata to StationXML either by modification to Inv or migration to SIS Algorithm Reconfiguration for Expanded Use includes: � Work with IT and Hydra Development staff on migrating standard processing algorithms (e.g. locator, filterPicker) from tightly coupled Hydra modules to service-oriented processing (e.g. client-server, webservices) � Work with IT and Hydra Development staff on best business practices for configuring and deploying robust operational software systems Maintenance Tasks: � Participate in recovery efforts following failures of Edge, CWB and station-specific metadata services. The contractor shall ensure the continued operation of real-time processes to the greatest extent possible given the nature of the failure before aiding in general recovery procedures. � Maintain software to allow Volcano Hazards Program to send all data to the NEIC and allow NEIC 24/7 personnel to performance monitoring duties (e.g. view spectrograms) � Maintain and enhance interfaces and methods (e.g. Kafka) for distributing to NEIC systems and researchers detections, picks, and other waveform-derived measurements on waveform quality, phase type, amplitude or amplitude ratio that are generated by and/or used in operational and research instances of detectors, associators and locators. � Maintain StationXML data integration to populate the NEIC MetaDataServer � Support operation and maintenance of subsystems that distribute waveform data and earthquake source parameter data to seismic monitoring partners and data archives � Support ASL field staff in the deployment of new station hardware and software systems and ensure routine delivery of QC data to ASL analysts � Support as needed the deployment and/or configuration of waveform acquisition and process systems used by NEIC and ASL for seismic monitoring and QC � Support communications from remote seismic field stations as needed. Note that this includes support of routing within the NEIC, station configuration software, and new and/or modified data formats/protocols � Maintain automated SeedLink scanning software to acquire near-earthquake strong motion data that exceeds predicted ground acceleration � Maintain Edge/CWB and RRP software for acquiring Albuquerque Seismological Laboratory (ASL) supported stations (GSN and Backbone) thru RTS2 and Slate field computers � Continue to update documentation as needed. � Continue to support education (on the job style training) of Edge/CWB software debugging and operations to other support staff. A detailed scope of work will be provided with any solicitation that may be issued. All business concerns who believe they can responsibly provide this type of service should submit the following information to the Contracting Officer. 1. Tailored capability statement describing information in providing the services described above. Capability statement shall include the following: (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history. (b) In what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. 2. The firm shall specify that they are either a: a. Small Business (8(a), HUBZone, SDVOSB, etc.) or b. Other Than Small Business under the NAICS Code listed in the announcement. 3. The firm shall provide a point of contact name and e-mail information, and the firm�s Cage Code, and D&B Number. NOTE: All information submitted in response to this announcement is voluntary - the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. Materials submitted to the Government for review will not be returned. Respondents will NOT be notified of the results of the evaluation. This is NOT a request for quotations. The Government does not intend to award a contract based on responses received under this announcement. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. In order to be responsive to this Notice, a firm must provide the appropriate documentation for consideration no later than 2:30 p.m. Mountain Daylight Time (MDT) on Wednesday, April 21, 2021. Responses that do not comply with these procedures will NOT be considered. Inquiries will only be accepted by e-mail to Lisa Williams at ldwilliams@usgs.gov
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/915889248e6644349453aca3c3625760/view)
 
Record
SN05974258-F 20210417/210415230115 (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.