Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2011 FBO #3547
SOURCES SOUGHT

D -- Ecopath with Ecoism Development (version 6)

Notice Date
8/9/2011
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA/National Marine Fisheries Service, James J. Howard Marine Sciences Lab, 74 Magruder Road, Highlands, New Jersey, 07732, United States
 
ZIP Code
07732
 
Solicitation Number
PIFSC-11-J0009
 
Archive Date
9/1/2011
 
Point of Contact
Julie A. Whitaker, Phone: 808-983-5355
 
E-Mail Address
Julie.Whitaker@noaa.gov
(Julie.Whitaker@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
NOTICE: THIS IS A REQUEST FOR INFORMATION ONLY. The information provided in response to this notice will assist the Government in determining the extent of business capable of performing the type of work described herein. The intent of the announcement is to identify all small business sources that are qualified of furnishing The National Marine Fisheries Service Pacific Islands Fisheries Science Center, Honolulu, Hawaii with the following: Modify the Monte Carlo routine and Management Strategy Evaluation plugin of the Ecopath with Ecosim version 6 model developed by the Fisheries Centre of the University of British Columbia. The Pacific Islands Fisheries Science Center has several active and recent projects, which rely on the use of the Ecopath with Ecosim version 6 (EwE6) model framework. EwE6 currently contains a Monte Carlo routine and Management Strategy Evaluation plugin, yet these lack desired functionality. The contractor will modify the Monte Carlo routine to: include a batch mode with a user interface to allow input of setup parameters, include the ability to save biomass data and vulnerability parameters from this batch mode to a comma separated file, and to allow random initialization of the vulnerability parameter. The contractor will also modify the MSE Batch plugin to: automatically include necessary parameters that are available from within the existing model, create a user interface to input the necessary MSE batch mode parameters not available in the existing model, include the option to compare output results from different harvest rules, include the ability to output summary statistics used in the model's selection of a "best fit" model, and adjust the harvest rule equations to allow dynamic "shifting" of harvest rules within a model run. The contractor will perform all modifications to the using Visual Basic 6 to match the existing model framework. The contractor will maintain the fishery dynamics equations in the existing model framework and document all necessary modifications to fishery equations in the source code. The following computing requirements are necessary to develop in the EwE6 environment: Microsoft Windows XP or newer as the EwE6 sources are not MONO compliant. Microsoft Visual Basic Express or Microsoft Visual Studio. Microsoft 2007 Office drivers for using ACCDB database drives. The contractor must also follow the guidelines set by the Ecopath developers. This is detailed at http://sources.ecopath.org/trac/Ecopath/wiki/DeveloperFAQ. Completed Ecopath with Ecosim code must be documented according to Ecopath best practices and validated by the University of British Columbia before the contract is complete. The contractor will also supply documentation of the new EwE6 functionality to the Ecopath Wiki (available at: http://sources.ecopath.org/trac/Ecopath/wiki) The North American Industry Classification Code (NAICS) is 511210 with a size standard of $25 million. All contractors doing business with the Government are now required to be registered with the Central Contractor Registry (CCR). In addition, completion of the online representation and certifications application (ORCA) is required. NOTE: THIS SYNOPSIS IS NOT CONSIDERED A REQUEST FOR PROPOSAL BUT A REQUEST FOR INFORMATION ONLY. No solicitation document is available. No contract will be awarded on the basis of responses received to this notice. All interested parties must respond to this announcement by August 17, 2011. Documentation to support the contractor's capability to perform these services must be submitted in writing and include the point of contact and phone number, and a description of services performed under previous contracts for the same services, DUNS Number, CCR, Cage Number, business type and size, and a brief narrative regarding its capability to provide the services as described above. Any response that does not include this information will not be considered. The Government will review each response to determine if the contractor has the experience, knowledge, and capability to perform the services as specified above. Detailed information must be submitted by email to the address noted below by 4:00 PM local (HST) Hawaii Standard Time. Email Address: JULIE.WHITAKER@noaa.gov. Questions of any nature must be addressed in writing as NO TELEPHONE INQUIRIES WILL BE HONORED.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NOAA/NMFSJJ/PIFSC-11-J0009/listing.html)
 
Place of Performance
Address: H, United States
 
Record
SN02526430-W 20110811/110809234718-d1ec442aa0994a34902baaed1b87e685 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.