SPECIAL NOTICE
H -- Intent to Sole Source: Smoke Assessment Hard Copy & e-Book Publication
- Notice Date
- 9/3/2020 5:50:48 AM
- Notice Type
- Special Notice
- NAICS
- 511120
— Periodical Publishers
- Contracting Office
- USDA FOREST SERVICE FORT COLLINS CO 80526 USA
- ZIP Code
- 80526
- Solicitation Number
- 1282FT20R0037
- Response Due
- 9/9/2020 10:00:00 AM
- Archive Date
- 09/10/2020
- Point of Contact
- Maritza Salgado, Phone: 9704981171
- E-Mail Address
-
maritza.salgado@usda.gov
(maritza.salgado@usda.gov)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 Springer Customer Service Center LLC for the hard copy publication of the National Smoke Assessment and e-book Open Access form for the Missoula Fire Lab located in Missoula, MT.� Smoke Assessment Statement of Work Performance Period: Within one year of signing Contract. Introduction: Provide Layout, electronic open access, and hard copies of Forest Service Publication: Wildland Fire Smoke in the United States: A Scientific Assessment. Background:� Forest Service R & D periodically produces assessments of the current science on specific topics.� These are intended to help both managers and scientists by providing an overview of the current scientific knowledge base on a topic and identify key future research needs.� Recent assessments have examined: US Climate Assessment, the Invasive Species Assessment, and The National Soil Assessment.� A strong scientific foundation is needed for addressing the production of smoke from wildland fires, especially given that smoke exposure and degraded air quality will likely increase in extent and severity in a warmer climate. It will be especially important to provide accurate smoke information to inform communities about potential smoke impacts from wildfires and planned prescribed fires. Scope:� This assessment documents our current understanding of smoke science for: (1) primary physical, chemical, and biological issues related to wildfire and prescribed fire, (2) key social issues, including human health and economic impacts, and (3) current and anticipated management and regulatory issues. A summary of priorities for future research provides a roadmap for developing scientific information that will improve smoke and fire management over the next decade.� The document contains 8 chapters and 3 Appendices, and is expected to be approximately 500 pages long with 100 illustrations. Applicable Documents:� The contractor will be provided with the following electronic documents and associated illustrations (print quality): Chapter 1: Introduction Chapter 2: Fuels and Consumption Chapter 3: Fire Behavior and Energy Release Chapter 4: Smoke Plume Dynamics Chapter 5: Emissions Chapter 6: Smoke Chemistry Chapter 7: Effects of Smoke on People Chapter 8: Management Issues Relevant to Wildland Fire Smoke Research Appendix A: Regional Management Perspectives Appendix B: Tools Used in Smoke Science Appendix C: Glossary of Abbreviations and Acronyms Technical Requirements and Deliverables � Contractor will be responsible for: 1) layout and copy editing, 2) publish (electronically and in hard copy) and distribute the final book, 3) provide open access to the electronic version, 4) 3 complimentary hard copies to each editor (74), 1 complimentary hard copy to each author (65), and a specified (TBD) # of copies for Forest Service use at an agreed price. Previous experience with such assessments desired. Schedule: FS Editors will provide contractor with documents approximately mid-November of 2020.� Contractor will provide proofs to the FS Editors to review editorial changes and verify typesetting within 2 months of getting the manuscript.� Contractor will provide electronic and hard copies within six months of return of page proofs from Editors.� 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 or submit proposals. 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: 03 SEP 2020. �Date posting will close:�10 SEP 2020. The North American Industry Classification System (NAICS) code is 511120. The Size Standard is 1,000. The desired period of performance for the services described herein is anticipated to be from 11 SEP 2020 through 10 SEP 2021. 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 possess the expertise and experience shall submit technical capabilities electronically to maritza.salgado@usda.gov. Responses must be received no later than 11:00 a.m. MDT�10 SEP 2020. 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, and indicate the appropriate NAICS code. 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
-
SAM.gov Permalink
(https://beta.sam.gov/opp/a949ac48e77b421096f0d860991ce4c7/view)
- Place of Performance
- Address: Missoula, MT 59808, USA
- Zip Code: 59808
- Country: USA
- Zip Code: 59808
- Record
- SN05785680-F 20200905/200903230153 (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 |