Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 28, 2024 SAM #8249
SPECIAL NOTICE

B -- Intent to Sole Source - Dynamic Global Vegetation Model

Notice Date
6/26/2024 12:54:20 PM
 
Notice Type
Special Notice
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
USDA-FS, CSA NORTHWEST 5 PORTLAND OR 97204 USA
 
ZIP Code
97204
 
Solicitation Number
1240BG24Q0057
 
Response Due
7/11/2024 7:00:00 AM
 
Archive Date
07/26/2024
 
Point of Contact
Jessica Carter
 
E-Mail Address
jessica.carter2@usda.gov
(jessica.carter2@usda.gov)
 
Description
This is a Notice of Intent to Sole source. Requests for a solicitation will receive no response. This Proposed Contract Action is published to notify potential sources that the National Forest Service, Rocky Mountain Research Station Intends to award a sole source firm-fixed price contract, on behalf of the USDA Forest Service, Western Wildland Environmental Threat Assessment Center.� They require a dynamic global vegetation model (DGVM) analyst-programmer to run MC2 DGVM simulations for a global comparison study of DGVMs. The period of performance is 8/1/2024 � 6/30/2026. Dynamic global vegetation model (DGVM) is a highly specialized class of ecological models used by the scientific community to study impacts of climate change on forests. MC2 is a DGVM developed by the Forest Service and its collaborators. It is driven with highly specialized climate dataset generated by global climate models (GCMs) and runs on a high-performance computing platform. The work requires highly specialized knowledge of climate datasets and familiarity with MC2 DGVM design and simulation protocol. Additionally, it requires expertise with Linux-based scripting languages, and familiarity with running batch jobs on high performance computing platforms, and climate science. The work represents a highly specialized niche that only exists in a particular segment of research (DGVM science). The model comparison study requires products immediately, and there is no time to train as this would set back research five years. The Proposed contract action is for services which the Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1 (b)(1)(i) 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 06based 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 SAM.gov June 26, 2024. Date Posting will close: 8:00 am July 11, 2024. The North American Industry Classification System (NAICS) code is 541190. The Size Standard is $19.5. The desired delivery date described herein is anticipated to be, August 1, 2024. The Responses to this synopsis will be used to confirm that this is a sole source requirement. This notice is NOT a request for Quote (RFQ); 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 in writing to Jessica Carter electronically at: Jessica.carter2@usda.gov. Responses must be received no later than 8:00 am July 11, 2024 MDT. All documentation shall become the property of the Government. Firms responding must indicate the following information: Business Size: small business, disadvantaged business, veteran owned small business or HUB Zone certified, indicate the appropriate NAICS code, and UEI. This synopsis neither constitutes a request for Quote 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://sam.gov/opp/f2062d1ab4064365a38f8c9e30163cdf/view)
 
Place of Performance
Address: OR, USA
Country: USA
 
Record
SN07108312-F 20240628/240626230115 (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.