Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 06, 2023 SAM #7922
SOLICITATION NOTICE

D -- USACE Regional Sediment Management (RSM) Program Navigation Sediment Placement Database

Notice Date
8/4/2023 9:16:13 AM
 
Notice Type
Solicitation
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180-6199 USA
 
ZIP Code
39180-6199
 
Solicitation Number
W912HZ23R0044
 
Response Due
8/18/2023 1:00:00 PM
 
Archive Date
09/02/2023
 
Point of Contact
KASEY DAVIS, Christine L. Wilson
 
E-Mail Address
KASEY.T.DAVIS@USACE.ARMY.MIL, Christine.L.Wilson@usace.army.mil
(KASEY.T.DAVIS@USACE.ARMY.MIL, Christine.L.Wilson@usace.army.mil)
 
Description
This solicitation for commercial items is prepared in accordance with the format at FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested. The solicitation number is W912HZ23R0044 is being issued as a request fo rquotation (RFQ). The associated North American Industry Classification System (NAICS) code is 541511 � Custom Computer Programming Services, which has a size standard of $34M. The United States Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC), Coastal and Hydraulics Laboratory (CHL) has a requirement for the maintenance the USACE Regional Sediment Management (RSM) Program Navigation Sediment Placement Database. Requirements for this action are listed below: 1) Assist the RSM Program with the FY24 update to the Navigation Sediment Placement Database (�database�). The FY24 update of the database will involve detailed steps (both in computer coding and personal conversations) that occur each year when new DIS data and internal District datasets are added to the database. In the computer coding piece, tools using Python programming have been developed to minimize future work when importing new or updated data. A semi-automated method aids with quality assurance and documents the methods used when combining the datasets. For example, a consistent approach to QA-QC with all inland and coastal districts has been implemented and refined for this project in the past. Statistics are provided in advance to district staff for review. PIs from this project, RSM Program staff, a CHL staff liaison, and District personnel are invited to attend interviews to obtain concurrence with the information being presented. Often, additional QA-QC work is required or the District provides an internal database to the project team. The end goal is to ensure that the database is displaying, and the products publish, data that are confirmed by District staff and consistent with other District (or National) products. The personal conversations piece includes quality checking the existing and newly imported data through district interviews and/or using information that was provided during previous discussions. Interviews with District staff (via phone, email, in-person, or virtually) will be conducted as needed to quality check the project database. Deliverable: The deliverable for this phase is a database in ESRI geodatabase format which will become intellectual products of the federal government. 2) Refine revised placement categories co-produced with the RSM team in 2023. In 2023, DIS 2.0 was released and classification and naming conventions for dredge projects were altered. New categories were co-produced by the RSM team in 2023, and those categories require refinement and application FY24 data. Comparisons between BUDM volumes tracked during past years to total BUDM volumes in 2024 will need to be made to ensure the refining process is successful and accurate. Deliverable: The deliverable for this phase of the project is a refined set of new disposal and placement categories for the database to be compatible with DIS 2.0. Please reference the attached RFQ for instructions and applicable provisions and clauses. Award will be made to the responsible off eror whose off er represents the Lowest PriceTechnically Acceptable (LPTA) to the Government. The following factors will be used for evaluation: the offeror's ability to meet the required technical specifications and price. FOB Destination: ERDC-CHL, 3909 Halls Ferry Rd., Vicksburg, MS 39180 Payment Terms: Net 30 Please provide responses to this notice, no later than Friday, 18 August 2023, 3:00 PM,Central Daylight Time (CDT) to: Kasey.T.Davis@usace.army.mil and ERDC-CHL-QUOTES@usace.army.mil Telephone responses will not be accepted. *Note: In order to be eligible for award of a Government contract, vendors must be actively registered in the System for Award Management (SAM), have no active exclusions, andcomplete representations and certifications. For more information, review the SAM website at https://www.sam.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/557679f859574cd9b5a33d909ca9ca8d/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN06777289-F 20230806/230804230051 (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.