SPECIAL NOTICE
B -- Wildland Fire Assessment System Services Notice of Intent to Sole Source
- Notice Date
- 8/4/2017
- Notice Type
- Special Notice
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of Agriculture, Forest Service, Rocky Mountain Research Station, 240 West Prospect Road, Fort Collins, Colorado, 80526, United States
- ZIP Code
- 80526
- Solicitation Number
- AG-82FT-S-17-0026
- Archive Date
- 8/24/2017
- Point of Contact
- Anthony O Salas,
- E-Mail Address
-
asalas@fs.fed.us
(asalas@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a Notice of Proposed Contract Action Synopsis. There is no solicitation available at this time. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that The Rocky Mountain Research Station intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, to Technosylva, Inc. The requirements for this procurement is to support the mission of the interagency fire community by providing rapid and simplified access to a complex suite of fire weather and fire products produced by WFAS. This information will be used to increase firefighter and fire manager situation awareness and to enhance risk mitigating decision making in wildland fire operations. The capabilities of WFAS and results of this contract are designed to be used by various internal and external customers of the USDA-FS including private industry, local and state firefighting organizations and the general public. The scope and task of this project are designed to support the greater interagency fire community and help support the planning, response, and recovery phases of wildfire management. The Contractor shall provide Information Technology (IT) Support in the areas of Geospatial systems, systems design and web and mobile-based data delivery in support of Fire & Aviation Management (FAM). The Contractor shall assist with the implementation of current geospatial information systems (GIS) technology by providing FAM geospatial information and support services. As technology changes, the Contractor shall provide personnel and software applications/tools to fulfill the client's need to keep their systems state of the art to best satisfy mission requirements. The Contractor shall assist with these and any other geo-enabled features of Fire Geospatial Service including the acquisition, development and enhancement of hardware and software tools, their integration into existing systems and training / re-training of government and interagency personnel to effectively use them.) Contractor Qualifications: Technical & Solutions Architect Required Qualifications: • Bachelor's degree in Scientific or other technical fields • SQL Database Administrator Experience • Experience selecting, sizing, and deploying server hardware in a distributed IT architecture • Seven years of experience using, configuring, and administering geospatial database solutions. Experience with server side software to include MS Windows or Linux-based web servers, client and server side scripting and automation, database and geodatabase connections. Experience supporting security processes to meet USDA IT requirements for applications and information database, web or desktop software • Experience troubleshooting IT network connectivity as it relates to web application or database performance. Experience troubleshooting desktop, web, database, server problems in a multiagency environment. Familiarity with USDA Information Assurance policies and experience with the certification and accreditation process • Desired Qualifications: Degree in a Scientific or Technical discipline Experience with supporting wildland fire fighting business and the Incident Command System (ICS). Knowledge of spatial web development technologies including but not limited to GDAL, OGR, Python, HTML, HTML5, CSS, JSP, ASP, JavaScript, AJAX, JSON, REST, SQL, KML, WMS, etc. Familiarity with Desktop Geospatial application such as the ESRI ArcGIS Suite (including ArcGIS Pro), ENVI, ERDAS Imagine Experience with securing web mapping applications. Knowledge of the Spatial Data Standards for Geospatial Support to ICS and Wildland Fire. Ability to produce technical and help documentation. • Web and Web Mapping Developer Required Qualifications: • At least five years of experience using, configuring, and administering web-based, geospatial mapping services using either open-source platforms such as Open Layers or Leaflet or ESRI-based platforms such as ArcGIS server. • Ability to modify or create new web mapping applications using JavaScript, Dojo AMD, HTML5, CSS, JQuery and others. • Proficiency with server side software to include Internet Information Server (IIS), ArcSDE, ArcGIS Server. • Experience troubleshooting desktop, web, database, server problems in an interagency (USDA, DOI, States) environment. Strong communication (written, verbal, public speaking) skills and willingness to work as a part of a team. Ability to produce technical and help documentation. • Desired Qualifications: Experience with and knowledge of advanced relational database concepts Experience with the wildland fire community and its interdependent systems and work environments Proficiency with other web development technologies including but not limited to HTML, HTML5, CSS, JSP, ASP, JavaScript, ESRI 3D JavaScript API, AJAX, JSON, REST, SQL, etc. Familiarity with SharePoint, Tomcat, JDK, JK Experience with securing web mapping applications. Proficiency with configuring and administering SQL databases. Tasks: • Recommendations for future hardware, architecture and configuration to maintain current service and support levels as well to increase capacity as demand increases for the system. Future hardware, architecture and configuration should also include the implementation of an open geospatial portal system that allows external (Internet) facing web services and maps to support the general public. • Development of a web-based interface for the Severe Fire Weather Potential mapping system. This current system is not capable of support a large user base and there WFAS developers need support and recommendations on scaling the spatial database to support rapid data access for users. • Development of a mobile-bases interface for the Severe Fire Weather Potential mapping system. • System support and customization related to the layout, presentation, and overall functionality of the system. This includes help documents, web pages, and navigation changes based on customer inputs. • Explore the potential for integration with IRWIN through its JSON and / or REST services • Enhance current remote sensing capabilities within FAM Geospatial Services and other programs. This may include working with numerous DoD agencies, USGS, NASA, NOAA, and NTM sources. • Develop Briefing papers, PowerPoint's, and other media to support the integration of WFAS into Fire Business processes. • Database and Data Management support to provide a robust data service to end users. • The contractor shall provide the capabilities and or tools to allow enhanced geospatial analysis utilizing technologies such as geo-events and "triggered" events. • Continue to support the core principles of the Cohesive Strategy by working with FAM to engage and link systems from State & Local cooperators. The proposed contract action is for services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Date posted to FedBizOpps: August 4, 2017. Date posting will close: August 9, 2017. The North American Industry Classification System (NAICS) code is 541990 and the business size standard is $15M. The desired period of performance for the services described herein is anticipated to be from September 11, 2017 through September 10, 2018. The responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is not a Request for Proposals (RFP); it is a market research tool being utilized to determine the availability and adequacy of potential sources prior to awarding the contract. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not pay for any information that is submitted by respondents to this notice of proposed contract action. Contractors who believe they can produce the requirements for this procurement will need to send their capabilities in writing to Anthony Salas electronically to: asalas@fs.fed.us. Responses must be received no later than August 9, 2017, 11:00 am MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Indicate the business size: small business or disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and DUNS #. This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to a particular acquisition approach. This synopsis should not be construed as commitment by the Government for any purpose other than market research.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/82FT/AG-82FT-S-17-0026/listing.html)
- Place of Performance
- Address: Missoula, Montana, 59808, United States
- Zip Code: 59808
- Zip Code: 59808
- Record
- SN04613582-W 20170806/170804231704-9be18f935d3482fa52e4a0ce0ab8879b (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 |