Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

R--Technical Support for Lower San Joaquin River Real-time Salinity Management Pha

Process Number 140R2022Q0032

USA

Dates:


Notice ID:

140R2022Q0032

Department/Ind. Agency:

INTERIOR, DEPARTMENT OF THE

Sub-tier:

INTERIOR, DEPARTMENT OF THE

Sub Command:

MP-REGIONAL OFFICE

Office:

MP-REGIONAL OFFICE

General Information:


All Dates/Times are:

(utc-08:00) pacific standard time, los angeles, usa

Updated Published Date:

(utc-08:00) pacific standard time, los angeles, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

feb 10, 2022 02:00 pm pst

Inactive Policy:

manual

Original Inactive Date:

mar 11, 2022

Classification:


Product Service Code:

r412 - support- professional: simulation

NAICS Code:

541620 - environmental consulting services

Description:


Original Set Aside:

THIS IS NOT A REQUEST FOR QUOTE (RFQ) AND NO SOLICITATION IS AVAILABLE The US Bureau of Reclamation (USBR), California - Great Basin Region, intends to negotiate a contract on a sole source basis with Systech Water Resources, Inc. for Technical Support for the Lower San Joaquin River Real-Time Salinity Management under the authority of FAR 13.106-1. This requirement includes technical support for real-time forecast modelling; upgrade of the Wateshed Analysis Risk Management Framework (WARMF) graphical user interface, data analysis of the river seepage losses and update of simulation engine; refinement of WARMF catchment boundaries; and document WARMF application. A sole source justification has been prepared in support of this acquisition. Technical support for real-time forecasting modeling shall include, but not be limited to the following: 1. Provide assistance to Reclamation modelers with processing model input data, estimating model inputs not available in real time, and running WARMF simulations. 2. Provide assistance to Reclamation modelers in interpreting model results. 3. Provide assistance to Reclamation modelers in understanding WARMF theories, functions, components, and model implementation. 4. Other technical issues Reclamation staff may have about WARMF application in the Lower San Joaquin River basin. 5. Document all bug fixes and model updates. 6. Provide assistance to Reclamation modelers with processing model input data, estimating model inputs not available in real time, and running WARMF simulations. 7. Provide technical support on use of new WARMF GIS interface (once released by Contractor) and provide help in accessing watershed land use and other geographic data through the new interface. 8. Provide assistance to Reclamation modelers in obtaining sub-watershed level output, overwriting model results with watershed time series data and interpreting WARMF model outputs. 9. Provide assistance to Reclamation modelers in understanding WARMF theories, functions, components, and model implementation. 10. Other technical issues Reclamation staff may have about WARMF application in the Lower San Joaquin River basin. 11. Document all bug fixes and model updates. Firms believing, they can provide the services above must submit written notice to the Contracting Office and must provide evidence in sufficient detail to demonstrate the respondent's ability to meet the stated requirement. This is not a request for competitive quotations. A determination by the Government not to compete this proposed action based on 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. This notice is the only official pre-solicitation notice of this requirement. Responses should include: 1) Company name, address, DUNS number, and point of contact. 2) Identify business size in accordance with NAICS code 541620 (Environment Consulting Services) with size standard $16.5 Million. Firms shall identify their business size (small, other than small, etc.) in accordance with the size standard $16.5 Million. This notice is the only official pre-solicitation notice of this requirement. 3) Information that would demonstrate your company capability to satisfy this requirement. Responses shall be submitted by 1400 Pacific Standard Time, February 10, 2022, to the point of contact below. Point of Contact/Contracting Office Address: U.S. Bureau of Reclamation, California ¿ Great Basin Acquisitions Division, Supply and Services Branch 2800 Cottage Way, Sacramento CA 95825 Mouang Phan, Contract Specialist mphan@usbr.gov

Attachments / Links:


Document Size Updated date Download

Contact Information:


2800 COTTAGE WAY

SACRAMENTO , CA 95825

USA

Primary Point of Contacts:

Phan, Mouang