Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 03, 2022 SAM #7582
SPECIAL NOTICE

A -- Forest Inventory and Analysis database compilation algorithms-Intent to Award Sole Source

Notice Date
9/1/2022 2:37:28 PM
 
Notice Type
Special Notice
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
USDA-FS, CSA NORTHWEST 5 Portland OR 972042829 USA
 
ZIP Code
972042829
 
Solicitation Number
1066144
 
Response Due
9/12/2022 8:00:00 AM
 
Point of Contact
Sandra Dueck, Phone: 5306017766
 
E-Mail Address
sandra.dueck@usda.gov
(sandra.dueck@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 Development of a custom compilation of Forest Inventory and Analysis data from across the nation to enable examination of the distribution of large trees in different ecoregions, their changes in recent remeasurement inventories, the proximate causes of those changes, and the implications for ecosystem services, including carbon. Products include database, compilation algorithms, and documentation. The description of task requirements will depend on the approach that is selected to describe the required effort. For a level-of-effort SOW, identify all tasks that must be performed and the hours to be devoted to each task. For a detailed statement of work, describe how the service must be accomplished. It may include precise measurements, tolerances, materials, quality control requirements, and other government requirements that control the processes of the contractor. Describe the requirements in a way that permits the contractor personnel to perform the service without direct government supervision. Contractor personnel must not be subject to the supervision and control usually prevailing between the government and its employees. For example, a SOW may permit the government to approve key personnel but must not permit the government to approve all personnel performing the service. The SOW should also not include words (e.g., �use methods directed by the Contracting Officer�s Representative (COR)"") that appear to indicate the government is managing day-to-day operations. Other items to consider: Specify requirements clearly so all readers can understand the content. Reference only the absolute minimum applicable specifications and standards needed. Tailor specifications and other documents. Separate general information from direction. 1. Linking trees among visits, compilation, and QA: For example, to include: a. Linking trees: while trees in Forest Inventory and Analysis databases are linked for recent remeasurements, the degree of compilation and QA varies among Forest Inventory and Analysis units. Procedures that are used to estimate previous diameters for missed or estimated trees, and midpoint diameters for mortality and harvest trees, differ among units and for one of the four national units, the estimated diameters (DIA) and heights (HT) are not populated in the TREE_GRM_BEGIN, TREE_GRM_MIDPT, or TREE_GRM_COMPONENT tables. Where estimated values are missing, trees will need to be linked to prior estimates and values modeled from remeasured trees using imputation of growth rates by species, crown class, and diameter class. b. Compilation: existing GRM values in Forest Inventory and Analysis TREE tables are limited to merchantable net volume, which is not the only (or necessarily the most relevant) metric when it comes to large trees. In addition, the values have cull removed, which complicates the ecological interpretation of change in large tree biomass. The CULL_FLD values for each measurement will need to be factored back into the volume calculations to estimate the growth, mortality, and removals for gross volume (VOLCFGRS), and to calculate the same metrics for biomass (DRYBIOT), carbon, and basal area (BALIVE). c. Quality control: Raw and compiled data will need to be investigated to identify outliers caused by measurement or compilation errors. These can include erroneous species identification, changes in species identification over time, unreasonable changes in tree diameters or heights, or unreasonable estimates of volume growth. Programs used to analyze data and estimate or replace values will need to be documented to enable others to repeat and interpret the compilation approach that was used. 2. Build matrix for changes among diameter classes, including: a. Determining classes and domains: diameter classes need to be defined that reflect the biological potential for a species in a location. Investigation of the empirical diameter distributions of live trees in the Forest Inventory and Analysis databases by species, ecoregion and site productivity class will be needed to are linked for recent remeasurements, the degree of compilation and QA varies among Forest Inventory and Analysis units. Procedures that are used to estimate previous diameters for missed or estimated trees, and midpoint diameters for mortality and harvest trees, differ among units and for one of the four national units, the estimated diameters (DIA) and heights (HT) are not populated in the TREE_GRM_BEGIN, TREE_GRM_MIDPT, or TREE_GRM_COMPONENT tables. Where estimated values are missing, trees will need to be linked to prior estimates and values modeled from remeasured trees using imputation of growth rates by species, crown class, and diameter class. b. Determining change among classes: components of change need to be defined for each tree and the respective diameter class. Change components for live trees include ingrowth from a smaller class, growth within a class, outgrowth to a larger class, and mortality and harvest within the class. In keeping with the Forest Inventory and Analysis Green Book, estimates of change in volume, biomass, and basal area must be fixed using the time 1 rule of selection and the tree expansion (TPA_UNADJ) for the time 1 measurement. However, estimates of change in tree density, based on TPA_UNADJ, are not fixed and must use the appropriate expansion at time of measurement. All components of change must balance at the plot level, such that volume in a diameter class at time 2 = volume at time 1 + ingrowth + growth � outgrowth � mortality � harvest. c. Determining causes of change: causes of change for individual trees need to be identified. This includes classifying the AGENTCD for individual trees into groups, including fire, insects, disease, wind, etc., and identifying pre-disposing conditions detected on trees at time 1, using comparable classifications of the DAMAGE codes and broken tops (ACTUALHT<HT). Similarly, condition classes trees are measured on must be classified into disturbed and undisturbed types to enable description of endogenous or exogenous processes. 3. Database and protocol documentation: Documentation of database variables, software code, and compilation algorithms used. Key Personnel consist of people with an minimum four years� experience manipulating Forest Inventory and Analysis data, writing programs to process large amounts of data, and running statistical analyses. Education should include at a minimum a M.S. degree in natural resources. Proven ability to conduct forestry research analysis with Forest Inventory and Analysis data is required. Resumes of key personnel are required; a standard academic CV-style resume is appropriate. 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 13.501. Interested persons may identify their interest and capability to respond to the requirement. This notice of intent is not a request for competitive quotes.� 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 SAM.gov:� September 1, 2022. �Date posting will close: September 12, 2022. The North American Industry Classification System (NAICS) 541815 Research and Development in the Physical, Engineering, and Life Sciences. The Size Standard is 1,000 employees. The desired period of performance for the supplies to be delivered is anticipated to be from October 1, 2022 through November 30, 2023. �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 in writing to Sandra Dueck electronically to: sandra.dueck@usda.gov. �Responses must be received no later than September 12, 2022 8:00 am Pacific Time Zone.� 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, 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/278ae72e7a3c4e63b406e78cb999510c/view)
 
Place of Performance
Address: Rickreall, OR, USA
Country: USA
 
Record
SN06449764-F 20220903/220901230118 (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.