SOLICITATION NOTICE
A -- Hydrologic and Transportation Network Interactive Mapping Tool
- Notice Date
- 6/28/2011
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- RTPPODUS Environmental Protection Agency109 T.W. Alexander DriveMail Code: E105-02Research Triangle ParkNC27709USA
- ZIP Code
- 00000
- Solicitation Number
- SOL-NC-11-00027
- Response Due
- 7/20/2011
- Archive Date
- 8/19/2011
- Point of Contact
- Lenora L. Hilliard
- E-Mail Address
-
johnson.marsha@epa.gov
(johnson.marsha@epa.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. QUOTATIONS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED. The solicitation number is SOL-NC-11-00027, and the solicitation is being issued as a 100% small business set-aside competition Request for Quotation (RFQ) using FAR Part 13 Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-29. The associated North American Industry Classification System (NAICS) Code 541990, which has a size standard of $7.0 million to qualify as a small business, is applicable. A firm, fixed-price contract is anticipated to result from the award of this solicitation. This procurement is for the development of an interactiv e mapping tool that allows a user to identify locations (areas) that are linked via hydrologic networks (Task 1). The tool shall provide the ability to select/trace upstream and downstream areas for making estimates of the availability of ecosystem goods and services. For example, user chooses a location of interest (a neighborhood, grid cells, watershed pour-point, etc.) and the tool identifies all upstream areas (wetlands, agriculture, pasturelands, forests, etc.) capable of producing selected ecosystem goods and services. Conversely, the tool shall be capable of identifying all downstream areas of user-selected areas (wetlands, agriculture, pasturelands, forests, etc.) where ecosystem goods and services are delivered. Mapping tool shall run on a windows based operating system. The mapping tools are for the region surrounding Tampa Bay but the tool development methods must be applicable for future development of connectivity networks in other areas of the US. Map layer s and networks shall be developed in ArcInfo or similar GIS software and organized in a geodatabase for easy access. Mapping tools shall be web-based, possibly using a Google Earth interface and be open-source. Required data layers must be freely available to the public. Meta-data shall be produced for all data layers. Outputs from developed mapping tools shall be able to be exported into predictive and dynamic simulation models (Simile) so that landscape development and climate change scenarios can be assessed by EPA scientists. Mapping tools shall have the ability for a user to modify landscapes to assess changes in ecosystem services. Reports shall include approaches, methods, and select examples of results generated from the tools, as well as comprehensive user manuals. Deliverables: Hydrologic Network Interactive Mapping Tool (Task One) ? 1) Report, associated network data sets, mapping tool and associated user manuals for current day (~2006) hydrologic connectivi ty of ecosystem services to people within the Tampa Bay drainage basin. Report shall include: Present day connectivity maps (30 x 30 m or higher resolution) identifying source and sink (benefit shed) areas for water-mediated ecosystem services flows to people within the Tampa Bay drainage basin. Water connections shall include urban drainage infrastructure and pathways to aquifers and groundwater; Critical flow path gaps or disconnects between sources and sink areas; and an interactive mapping tool for hydrologic connectivity. Applicable and Controlling Documents: The contractor shall provide a written Quality Assurance Management Plan equivalent to the EPA?s requirement document [EPA Requirements for Quality Management Plans (QA/R-2)] and a written Quality Assurance Project Plan (QAPP) equivalent to the EPA?s requirement document [EPA Requirements for QA Project Plans (QA/R-5)] for the Project Officer?s review and approval prior to commencement of work. These reference documents can be located at http://www.epa.gov/quality/qa_docs.html. The QAPP shall describe in detail all approaches, software, data storage, system requirements, etc. and all standard operating procedures used in the development of the tool. There is an option for additional work for Tasks 2, 3, and 4. Task Two: Once the hydrologic mapping tool has been developed, the contractor shall develop a transportation network mapping tool. The tool shall provide the ability to map the accessibility of areas where ecosystem goods and services are produced to the proximity to transportation networks. For example, user chooses a location of interest (a neighborhood, grid cells, watershed pour-point, etc.) and the tool reports the distance-weighted accessibility to areas (recreational spaces, farms, natural areas, etc.) producing selected ecosystem goods and services. Conversely, the tool also shall be capable of reporting the distance-weighted availability of a selected locatio n to people through the transportation network. Mapping tool shall run on a windows based operating system. The mapping tools are for the region surrounding Tampa Bay but the tool development methods must be applicable for future development of connectivity networks in other areas of the US.Map layers and networks shall be developed in ArcInfo or similar GIS software and organized in a geodatabase for easy access. Mapping tools shall be web-based, possibly using a Google Earth interface and be open-source. Required data layers must be freely available to the public. Meta-data shall be produced for all data layers. Outputs from developed mapping tools shall be able to be exported into predictive and dynamic simulation models (Simile) so that landscape development and climate change scenarios can be assessed by EPA scientists. Mapping tools shall have the ability for a user to modify landscapes to assess changes in ecosystem services. Reports shall include approaches, methods, and select examples of results generated from the tools, as well as comprehensive user manuals. Deliverables: Transportation Network Mapping Tool (Task 2) Report, associated network data sets, and mapping tool and associated user manuals for current day (~2006) transportation connectivity of ecosystem services to people within the Tampa Bay region. Report shall include: Present day transportation connectivity network connecting ecosystem service production areas with people (benefit shed) in the Tampa Bay region; Definition of areas where people are relatively disconnected from access to ecosystem services production areas; Network gaps or bottlenecks where transportation connectivity could be improved; and Report on interactive mapping solution for the transportation network which includes all forms of transportation (e.g. foot traffic, bicycles, automobile, etc.) and should be detailed enough to assess people?s access to even the smallest of green spaces such as a park or playground. Task Three: The Contractor shall develop an interactive mapping tool that allows a user to identify line-of-sight views to landscapes (?Viewsheds?) that influence human well-being. The vista, or visually pleasing view, from any point on the landscape represents value that must be considered among other ecosystem goods and services. Mapping tool shall run on a windows based operating system. The mapping tools are for the region surrounding Tampa Bay but the tool development methods must be applicable for future development of connectivity networks in other areas of the US. Map layers and networks shall be developed in ArcInfo or similar GIS software and organized in a geodatabase for easy access. Mapping tools shall be web-based, possibly using a Google Earth interface and be open-source. Required data layers must be freely available to the public. Meta-data shall be produced for all data layers. Outputs from developed mapping tools shall be able to be exported into predictive and dynamic simulation models (Simile) so that landscape development and climate change scenarios can be assessed by EPA scientists. Mapping tools shall have the ability for a user to modify landscapes to assess changes in ecosystem services. Reports shall include approaches, methods, and select examples of results generated from the tools, as well as comprehensive user manuals. Deliverables: Viewshed Mapping Tool (Task 3) Report on an approach for establishing the air-sheds, vistas of natural areas, and communication networks responsible for connecting human beneficiaries to ecosystem services production in the Tampa Bay drainage basin. Task Four: The Contractor shall develop a geospatially explicit interactive mapping tool that utilizes the aforementioned ecosystem functions, services, and landscape connectivity combined with valuation databases or results of primary valuation studies to derive areal based valuation estimates of the delivery of ecosystem goods and services to and from areas of stakeholder/client interest. This will allow for visualization of specific services and their values in a user defined or predetermined geographic location and comparisons of those values between different locations and/or through time. The objective of this work is to determine the impacts of alternative policies, landscape changes, or climate effects on individual or bundled ecosystem goods and services over time. These impacts should be presentable as changes in value associated with changes in the delivery of ecosystem services after accounting for non-linear relationships among ecosystem goods and services sup ply and demand, and cost benefit ratios related to the value hierarchy of beneficiaries which can also change over time. Identify gaps and provide estimates of valuation data. Identify which ecosystem services are most sensitive to changes in policies, landscapes, and climate effects through time. Develop a geospatial representation of the value of market and non-market ecosystem services now and into the future. Deliverables: Geospatially Explicit Interactive Mapping Tool (Task 4) Report, associated network data sets, mapping tool, graphical user interface and associated user manuals on the value of ecosystem goods and services for the Tampa Bay region. Report shall include: Geospatially explicit, integrated, interactive web-ready mapping tool; Valuation of ecosystem goods and services in user defined locations; Graphical user interface for providing alternative policy driven variable coefficients and the user group?s value hierarchy as input to an ecosystem goods and services production and valuation dynamic simulation model; and customized client driven reporting ability. The following FAR provisions apply to this solicitation: 52-212-1, Instructions to Offerors?Commercial Items; 52.212-2, Evaluation-Commercial Items. Evaluation criteria to be included in paragraph (a) of provision 52.212-2 are as follows: A. TECHNICAL CRITERIA: 1. Demonstrated experience in similar areas of research/mapping tool development and performance as described in the statement of work. 2. Demonstrated adequacy of methods, data, and approaches to be used in mapping tool development to meet the requirements o the statement of work. 3. Demonstrated adequacy of Record Management Program and Quality Assurance/Quality Control Program to meet the requirements of the statement of work. Describe the components of your data management plan and what will comprise reports and deliverables, for example, data quality objectives and metadata. B. PAST PERFORMANCE: S ubmit a list of 3 customers for whom like or similar services have been performed within the past 2 years. Include specific points of contact and phone numbers. Past performance will be evaluated on 1) quality of product or service; 2) timeliness of performance (ability to adhere to deadlines); and overall customer satisfaction. C. BASIS FOR AWARD: For this requirement, technical capability and past performance are more important than price. Price will be evaluated inclusive of all options. All offerors are to complete the On-line Representations and Certifications at https://orca.bpn.gov/. The following FAR clauses apply to this acquisition: 52.212-4, Contract Terms and Conditions-Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items and the following additional FAR clauses which are cited in Clause 52.212-5: 52.219-28, Post Award Small Business Program Representation; 52.217-9, Option to Extend the Term; 52.222-3 Convict Labor; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity, 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36 Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era; 52.222-50, Combating Trafficking in Persons; 52.225-13 Restrictions on Certain Foreign Purchases; 52.227-17, Rights in Data-Special Works; 52-232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.222-41, Service Contract Act of 1965, As Amended; 52.222-42, Statement of Equivalent Rates for Federal Hires, 52.246-11 Higher-level Contract Quality Requirement; 1552.217-77, Option to Extend the Term of the Contract-Fixed Price. Any applicable wage determination(s) will be made a part of the resultant contract. All technical questions are to be forwarded via email to the Contract Specialist no later than July 7, 2011, 12:0 0 p.m. ET at the following email address: Johnson.marsha@epa.gov. Offerors should review the Statement of Work and other information posted with this Request for Quotation on EPA's website at the following address: http://www.epa.gov/oamrtpnc/1100027/index.htm. Please submit two copies of the technical proposal and price proposal to Marsha B. Johnson, Contract Specialist, U.S. Environmental Protection Agency, RTP Procurement Operations Division (D143-01), Research Triangle Park, NC 27711 if using the US Postal Service. Courier delivery address is U.S. Environmental Protection Agency, Attn: Marsha B. Johnson, RTP Procurement Operations Division (D143-01), 4930 Old Page Road, Durham, NC 27703. All offers are due by July 20, 2011, 12:00 p.m., ET. No telephonic, email, or faxed responses will be honored.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/EPA/OAM/CMD/SOL-NC-11-00027/listing.html)
- Record
- SN02484067-W 20110630/110628234612-6d10fdf2490d781ffdb29c17cd3e2a4a (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 |