Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 20, 2023 SAM #7844
SPECIAL NOTICE

R -- R--San Joaquin River WARMF Model Improvements

Notice Date
5/18/2023 9:18:24 AM
 
Notice Type
Special Notice
 
NAICS
541620 — Environmental Consulting Services
 
Contracting Office
MP-REGIONAL OFFICE SACRAMENTO CA 95825 USA
 
ZIP Code
95825
 
Solicitation Number
140R2023Q0077
 
Response Due
6/1/2023 12:00:00 PM
 
Archive Date
06/15/2023
 
Point of Contact
Phan, Mouang, Phone: 916-978-5127, Fax: 916-978-5175
 
E-Mail Address
MPhan@usbr.gov
(MPhan@usbr.gov)
 
Description
THIS IS NOT A REQUEST FOR QUOTE (RFQ) AND NO SOLICITATION IS AVAILABLE The US Bureau of Reclamation (USBR), California - Great Basin Region, intends to negotiate a contract on a sole source basis with Systech Water Resources, Inc. for technical support services for San Joaquin River WARMF Model Improvements under the authority of FAR 13.106-1. This requirement includes technical support services to develop and implement the Watershed Analysis Risk Management Framework (WARMF) 7.0 program changes, macros and utilities to customize the WARMF version 7.0 graphical user interface for the San Joaquin River WARMF model software. A sole source justification has been prepared in support of this acquisition. The required tasks under the new procurement are as follows: Task 1 - WARMF Version 7.0 Customization and Forecast Evaluation The new graphical user interface of WARMF version 7.0 has new capability and flexibility for Reclamation to customize, evaluate, and improve its flow and water quality forecasts. By programming macros, new functions would be made available to Reclamation including: - Creating scenarios for comparison of forecasting alternatives - Running diffusive wave vs kinematic wave hydrologic simulations - Evaluation of effectiveness of different self-calibration and forecasting / data extrapolation methods - Changing model boundary conditions - Automated adjustment of initial conditions when changing simulation start dates As directed by Reclamation, the contractor shall develop and implement the WARMF 7.0 program changes, macros and utilities to customize the WARMF version 7.0 graphical user interface for the San Joaquin River WARMF model. Deliverable: Updated WARMF 7.0 executable file, utility executable files, and macro files integrated into the San Joaquin River WARMF 7.0 application files. Task 2 - Automated Groundwater Pumping Calculation The contractor shall create a function within WARMF 7.0, which shall calculate the groundwater pumping needed in real-time given the applied water rate and surface water supply. Task 3 - Upgraded Automated Data Retrieval The contractor shall add automated data retrieval from additional data sources such as HydroMetCloud to bring data collected by irrigation districts into WARMF in real-time. Task 4 - Self-calibration of Maze Road Flow and Electrical Conductivity (EC) Monitoring Data The contractor shall expand its self-calibration utility to also calibrate the WARMF model simulated flow and EC for the San Joaquin River at Maze Road site with checks to calibrate that location when the hydrologic conditions and data quality permit it. Task 5 - Forecasting of Surface Water Diversions The contractor shall add the tool to the existing data preprocessing macro used for forecasting in WARMF 7.0. The period of performance is 17-months from date of award. Firms believing, they can provide the services above must submit written notice to the Contract Specialist and must provide evidence in sufficient detail to demonstrate the respondent's ability to meet the stated requirement. Please include notice number 140R2023Q0077 in your response. This is not a request for competitive quotations. A determination by the Government not to compete this proposed action based on responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice is the only official pre-solicitation notice of this requirement. Responses should include: 1) Company name, address, Unique Entity ID number, and point of contact. 2) Identify business size in accordance with NAICS code 541620 (Environment Consulting Services) with size standard $19 Million. Firms shall identify their business size (small, other than small, etc.) in accordance with the size standard $19 Million. This notice is the only official pre-solicitation notice of this requirement. 3) Information that would demonstrate your company capability to satisfy this requirement. Responses shall be submitted by 1100 Pacific Standard Time, June 1, 2023, to the point of contact below. Point of Contact/Contracting Office Address: U.S. Bureau of Reclamation, California - Great Basin Acquisitions Division, Supply and Services Branch 2800 Cottage Way, Sacramento CA 95825 Mouang Phan, Contract Specialist, mphan@usbr.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e9c9117ffcac4b18ab6a1bc56619f2d7/view)
 
Record
SN06686779-F 20230520/230519211953 (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.