Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2020 SAM #6611
SPECIAL NOTICE

99 -- Model Upgrades

Notice Date
1/3/2020 9:58:17 AM
 
Notice Type
Special Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
W2R2 USA ENGR R AND D CTR VICKSBURG MS 39180 USA
 
ZIP Code
39180
 
Solicitation Number
W81EWF93519909
 
Response Due
1/9/2020 2:00:00 PM
 
Archive Date
01/24/2020
 
Point of Contact
Robyn D. Wells, Phone: 601-634-5321, Jeri H. McGuffie, Phone: 601-634-3128
 
E-Mail Address
Robyn.D.Wells@usace.army.mil, Jeri.H.McGuffie@usace.army.mil
(Robyn.D.Wells@usace.army.mil, Jeri.H.McGuffie@usace.army.mil)
 
Description
The US Army Corps of Engineers (USACE), Engineer Research and Development Center (ERDC) intends to award a sole source contract to CDM Smith, 75 State Street, Boston, MA 02109,�under the authority of FAR 13.106(b)(1).� CDM-Smith has been the primary coder for both Beach-fx and G2CRM.� CDM-Smith and Richard Males have worked in conjunction with ERDC to develop and deploy G2CRM and Beach-fx for multiple years.� These models are a critical need for districts with multiple supplemental studies in progress.� The amount of time required for a new coding team to learn the code would delay the execution of these studies.� The contractor has the required abilities on both the planning and engineering side of both models, and these are skill sets that do not always coincide.� The urgency of the districts in applying the model requires that the contract is awarded to CDM-Smith. Certification of G2CRM as a USACE Corporate Model is a major priority for National Planning Center of Expertise for Coastal Storm Damage REduction (PCX-CSDR), and certification requires resolution of issues identified by G2CRM users.� Issues found internal to G2CRM since the rollouts will be addressed.� All work will be completed within one year of the issue of the contract; and the requirement will be peformed by CDM Smith at their facilities. Task 1: Model, Interface and User Manual Improvements The contractor will investigate, develop, and implement model, interface, and user manual revisions to resolve issues identified by district users no later than 44 weeks of the period of performance. The contractor will correct the issue(s) within the source code of G2CRM or provide steps to correct the formulation of the particular G2CRM study. Modified source code and installation packages will be provided to ERDC not later than the end of the Period of Performance. The government will provide a study sample with descriptions of observed problems. The contractor will deliver electronic versions of the updated G2CRM User�s Manual in MS Word. All edited source code will belong to ERDC and delivered to CHL. Additionally, all code fixes will be functional in an ACE-IT computing environment to ensure usability of the model for district customers. Round trip travel and lodging for two contractors will be required from Boston, MA to Washington, DC to discuss the future of G2CRM and Beach-fx with expert users of life-cycle models. Task 2. Model Improvement/Development The contractor will add pump stations, polders, and modeled area interflow into G2CRM. All changes will be documented within the user�s manual, and an updated copy will be provided to ERDC. The additions will be tested for accuracy using a sample dataset that will be turned over to ERDC. All updated code and an updated installation package will be made available to ERDC. Monthly progress reports will be submitted to ERDC-CHL. Task 3. Immediate Fixes/ Modifications a. Bulkhead Issues: The contractor will address issues raised by the Norfolk district concerning ground elevation and bulkhead height. Currently, during operation of an upland modeled area with a bulkhead the model adds the ground elevation to the bulkhead top height. b. Storm Detail Format � The contractor will fix issues regarding the importing of storm information with varied lengths. G2CRM will be able to import .h5 files with storm information of varying durations. c. Implementation of SLC- The contractor will add the capability to change the SLC curves in the model to a user- defined sea level time series. These curves will allow various users to adhere to locally defined sea level curves, and all input should be through a .csv template. Modified code, updated installation packages and modified User�s manuals will be produced and delivered to ERDC not later than 3 months after the contract is awarded. The contractor will meet with the program manager, technical POCs, and COR for monthly conference calls. Interim progress reports and invoices will be provided to the program manager, technical POCs, and COR on a monthly basis. Security Requirements Access and General Protection/Security Policy and Procedures: The contractor and all associated subcontractors� employees shall comply with applicable installation, access and local security policies and procedures. Policies and procedures will be provided by the local Security Office. The contractor workforce must comply with all personal identity verification requirements as directed by DoD, HQDA, and local policies. In addition to the changes otherwise authorized by the changes clause of this contract, should the Force Protection Condition (FPCON) at any individual facility or installation change, the Government may require changes in contractor security matters or processes. Contractor Company to obtain a Facility Clearance and individual clearances at the appropriate level: The Contractor must pre-screen Candidates using the E-verify Program (http://www.uscis.gov/e-verify) website to meet the established employment eligibility requirements. The Vendor must ensure that the Candidate has two valid forms of Government issued identification prior to enrollment to ensure the correct information is entered into the E-verify system. An initial list of verified/eligible Candidates must be provided to the COR no later than 3 business days after the initial contract award."" *When contracts are with individuals, the individuals will be required to complete a Form I-9, Employment Eligibility Verification, with the designated Government representative. This Form will be provided to the Contracting Officer and shall become part of the official contract file. The associated North American Industry Classification system (NAICS) code is 541330, Engineering Services, which has a size standard of $15,000,000.00. Please provide a response to this notice NLT 4:00 PM CST�09 January 2020 to Robyn.D.Wells@usace.army.mil. Telephone responses will not be accepted. Responses to this notice will not be considered as a response to any solicitation, a request to be added to a prospective offerors list, or to receive a copy of any solicitation. A determination by the Government not to compete the contract based upon 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. 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, and complete the FAR and DFARS representations and certifications.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7c2b88425df64fbd9afba1bf1f9fa86b/view)
 
Place of Performance
Address: Vicksburg, MS 39180, USA
Zip Code: 39180
Country: USA
 
Record
SN05526463-F 20200105/200103230131 (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.