MODIFICATION
R -- Development of Fire Management Tools to Maximize Training Days and Minimize Habitat Conversion at a Southern California Military Installation
- Notice Date
- 5/25/2010
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- 53560 Hull Street Bldg A33 Rm 1602W, San Diego CA 92152-5001
- ZIP Code
- 92152-5001
- Solicitation Number
- N66001-10-R-0034
- Response Due
- 5/27/2010
- Archive Date
- 6/26/2010
- Point of Contact
- Point of Contact - Nance S Graham, Contract Specialist, 619-553-9268; Jessica C Black, Contracting Officer, 619-553-4537
- E-Mail Address
-
Contract Specialist
(nance.graham@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared inaccordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation - proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-40, effective 22 April 2010, and the Defense Federal Acquisition Regulation Supplement (DFARs), updated to DCN 20100408 Edition. The solicitation is being issued as a Request for Proposal (RFP), resulting in a Firm Fixed Price Contract. This acquisition is for a full and open competition, and the associated NAICS code 541712 small business size standard of 500 employees. All questions shall be e-mailed to the contact point indicated no later than 09:00 a.m., May 25, 2010, Pacific Daylight Time (PDT). Offers that fail to furnish required representations required by FAR Clause 52.212-1 and other information included in the attachments or to reject the terms and conditions of this solicitation may be excluded from consideration. The Space and Naval Warfare Command Systems Center Pacific requires development of statistical models and analysis of variables associated with fire regimes and to conduct spatial analysis of ignition and fire frequency patterns at a Southern California military installation. Expertise in the fields of landscape conservation planning and ecosystem management will be required for making integrative scientific assessments that capture the relationships between human factors and an ecosystems biotic and physical elements and natural processes. The contractor will be tasked to develop approaches to mapping fire hazards and demonstrate how those approaches can be used to identify and prioritize management activities that will protect the natural resources on the installation, minimize habitat conversion, while maximizing operational readiness. A variety of spatial analytical methods will be required to investigate how changes have occurred in the past, how they are likely to occur in the future, and the types of ecological impacts that are likely to result. Qualified applicants should have experience and a peer-reviewed publication record in species distribution modeling, statistical fire distribution modeling and fire simulation modeling. Applicants should also have a solid understanding of non-linear interactions among humans and biophysical influences on fire distribution including strong statistical analysis capabilities. In addition, applicants should have experience in predictive fire mapping, fire history analysis and knowledge of Southern Californian ecosystems, fire ecology and management, and flora and fauna species distribution and modeling methods. Numeric modeling tools required include Maxent software for species distribution modeling, Random Forests for analysis of scientific data, General Algebraic Modeling System (GAMS) for mathematic programming, generalized linear models (GLIMS) and the use of geographic information systems (GIS). This solicitation contains Contract Line Item Numbers: (CLIN) 0001: Quantity 8, Unit of Issue QTR, Description Labor, Material, Travel, Other Direct Costs (ODCs) for Statement of Work (SOW) (excluding Paragraphs 3.2.1 and 3.2.2), and Data as Described in Contract Data Requirements List (CDRLs) (Department of Defense Forms 1423-1) - (CLIN) 0002: Quantity 1, Unit of Issue EA, Description Final Report, Described in CDRL- (CLIN) 0003: Quantity 1, Unit of Issue Lot, Description Labor, Material, Travel, ODCs and Report Described in CDRL for SOW Paragraph 3.2.1- CLIN 0004, Quantity 1, Unit of Issue Lot, Description Labor, Material, Travel, ODCs and Report Described in CDRL for SOW Paragraph 3.2.2. (See Question and Answer attachment for proposal format for the CLIN structure.) Place of delivery is the Southern California Military Installation, and will be FOB Destination. Report delivery information will be provided on contract award document. Performance Period is from Date of Award for 24 months, exclusive of the Options, which will be 6 months each. The provision at 52.212-1, Instructions to OfferorsCommercial, applies to this acquisition. The provision at 52.212-2, EvaluationCommercial Items, will be used. Offerors should indicate relevant past experience, past performance, technical knowledge and use of the software applications cited (e.g., Maxent, Random Forests, GAMS, GLIMS, and GIS. Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and CertificationsCommercial Items, with their offer. The clause at 52.212-4, Contract Terms and ConditionsCommercial Items, applies to this acquisition as well as addenda thereto. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive OrdersCommercial Items, applies to this acquisition. Additional FAR and DFARS clauses are included as an attachment. All responsible businesses may submit a proposal, which shall be considered by SSC Pacific. AMENDMENT 0001: The Product Service Code is Changed to R. The Representations and Certifications Attachment is Revised. The CDRLs are revised. This is a full and open competition, NOT a set-aside. All responsible businesses, regardless of business size, may submit a proposal, which shall be considered by SSC Pacific. Questions received as a result of the combined synopsis/solicitation and answers thereto are included as an attachment to this Amendment.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/SPAWAR/SPAWARSYSCEN_San_Diego/N66001-10-R-0034/listing.html)
- Record
- SN02158885-W 20100527/100525234517-0c435413545db3099d94c457d2e99266 (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 |