Federal Bid

Last Updated on 31 Jan 2020 at 4 AM
Sources Sought
Denver Colorado

D--IRIC MODELING INTERFACE - NELSON

Solicitation ID DOIGFBO200006
Posted Date 12 Dec 2019 at 5 PM
Archive Date 30 Jan 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Ofc Of Acquisition Grants-Denver
Agency Department Of Interior The
Location Denver Colorado United states 80225
SOURCES SOUGHT: This is a SOURCES SOUGHT NOTICE. The U.S. Geological Survey is conducting a MARKET SURVEY to determine the interest and capability of any firm eligible to compete under NAICS code 541511 with a Small Business Size Standard $30M for an anticipated upcoming requirement for modifications to existing software. The USGS has a need for software development services to add new functionalities to the existing iRIC public-domain river modeling interface, including extensions and modifications to the existing SAC/CAP solvers and development of a new model coupling functionality within the iRIC system. The tasks and the specific work elements associated with them are described below. The USGS has collaborated with several international agencies and universities to develop an interface (The International River Interface Cooperative, iRIC) for surface-water models. The iRIC interface currently incorporates several USGS models as well as many other models from collaborators. The interface is widely used both inside and outside the USGS. To increase the utility of the existing software, USGS would like to add additional features to iRIC, including extensions and new capabilities for the SAC/CAP USGS solvers, inclusion of two existing USGS solvers (one precipitation runoff solvers, the other a groundwater solver) within the iRIC system, and addition of a new capability to allow users to couple various solvers under iRIC at individual model time steps. This system will use MPI calls and iRIC solvers along with a server-level program to effectively couple a variety of models together for solution of complex problems. The system will be called iRIC-MI The contractor shall (1) incorporate improvements and extensions to the current CAP capabilities and required changes in iRIC to facilitate those changes, (2) incorporate improvements and extensions to the current SAC capability and required changes in iRIC to facilitate those improvements, (3) develop a library of routines to allow coupling of models within the iRIC framework, and (4) produce a suite of initial coupled models for testing and implementation as listed below. THIS IS NOT A SOLICITATION. ALL COSTS ASSOCIATED WITH PROVIDING INFORMATION AS REQUESTED BY THIS SOURCES SOUGHT NOTICE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. Submission is voluntary. A scope of work will be provided with any solicitation that may be issued. The Government is not required to issue a solicitation. Responses to this announcement are requested from (A) SBA certified Small Business HubZone firms; (B) Small Business firms certified by a Small Business Administration (SBA) district or regional office for participation in the 8(a) program; (C) Service-Disabled Veteran-Owned small Business firms; (D) Small Businesses; (E) Women Owned Small Businesses; and (F) Large Businesses. In response to this announcement, please indicate your firm's socioeconomic status (e.g. small business, service-disabled veteran-owned, women owned, HUBZone, etc.) This information will assist the Government in determining how small businesses can fit into the acquisition strategy. A firm is considered small under NAICS code 541511 if their AVERAGE annual receipts for the preceding three (3) years were less than or equal to $30 million. Any information submitted is voluntary. If sufficient interest and capability is not received from firms in categories (A) through (E) above, any solicitation may be issued as unrestricted without further consideration. Interested business firms shall submit (1) NAME, ADDRESS, and PHONE NUMBER OF THE FIRM (including DUNS NUMBER); (2) a CAPABILITY STATEMENT including (a) RECENT (within the last three fiscal years) RELEVANT (similar projects to this requirement) performance history (identify the name of the owner and their point(s) of contact with telephone and fax numbers, e-mail addresses; and (b) in what capacity (e.g., prime, subcontractor etc.) they performed the work; and (3) their SIZE STATUS. All responses must be submitted NLT December 17, 2019 at 13:00 PM Mountain Time via e-mail to: [email protected] This is NOT a Request for Proposal (RFP) or Invitation for Bid (IFB) and does not constitute any commitment by the Government. Responses to this sources sought notice will be used by the Government to make appropriate acquisition decisions. All interested sources must respond to future solicitation announcements separately from responses to this market survey. Any solicitation that may be issued will be posted on the Federal Business Opportunities website and no paper copies will be provided. If a solicitation is released, in order to receive an award your company must have a DUNs number and be registered on-line at the System for Award Management (SAM). You will also be required to provide your small business status information either via the RFP or the On-line Representations and Certifications (ORCA) also located at the SAM website before an award to your company can be made. Your on-line ORCA registration will cover any/all of your offers to the Federal Government, and only needs updated annually.
Bid Protests Not Available

Similar Past Bids

Location Unknown 12 Dec 2019 at 3 PM
Location Unknown 12 Dec 2019 at 10 AM
Las vegas Nevada 29 Sep 2011 at 9 PM
New york 11 Oct 2018 at 4 AM
Denver Colorado 24 Feb 2016 at 6 PM