Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 27, 2023 SAM #7851
SPECIAL NOTICE

B -- 12444123F0092 Prototype Deterrent-Activating Artificial Intelligence System with Integrated Field Camera Scenario

Notice Date
5/25/2023 6:53:43 AM
 
Notice Type
Justification
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
USDA FOREST SERVICE SAINT PAUL MN 55108 USA
 
ZIP Code
55108
 
Solicitation Number
12444123F0092
 
Point of Contact
David Easter, Phone: 6516495236
 
E-Mail Address
david.easter@usda.gov
(david.easter@usda.gov)
 
Award Number
12444123F0092
 
Award Date
06/01/2023
 
Description
Limited Sources Justification United States Department of Agriculture FAR 8.405 Federal Supply Schedules Multiple Award Schedule Program 1.� Identification of the agency and the contracting activity.� USDA Forest Service-Savannah River Chiral-635699 2.� The nature and/or description of the action being approved.� �The Government anticipates awarding a task order against a Federal Supply Schedule contract utilizing FY23 Operation and Maintenance funding to Chiral Software in accordance with GSA Schedule No. GS-35F-0207T.� The proposed order period of performance is one (1) base year plus two (2) option years. The anticipated delivery date is December 1, 2023 3. �A description of the supplies or services required to meet the agency�s needs (including the estimated value). The proposed order is to procure a prototype Deterrent-Activating Artificial Intelligence (AI) System with Integrated Field Camera. The goal of this system is to detect the approach of a coyote to a gap or opening in a fence and trigger a deterrent, such as an electric barrier, to deter the coyote from passing through the fence opening. Equally important, other animals, such as bobcats, foxes, wild pigs, etc., must be able to pass through the opening with no actuation of the deterrent system. The system must be activated prior to the coyote arriving at the opening, which is expected to be 10 feet across. If necessary, the field of view area could be reduced by creating a short �funnel� to ensure animals approach the opening from a narrower field. The total estimated value of the supplies and services is $12,500. 4. �The authority and supporting rationale.� The statutory authority permitting limited sources for this requirement is FAR 8.405-6(a)(1)(i)(C): ��In the interest of economy and efficiency, the new work is a logical follow-on to an original Federal Supply Schedule order provided that the original order was placed in accordance with the applicable Federal Supply Schedule ordering procedures.� The original order or BPA must not have been previously issued under sole-source or limited-sources procedures.� Work was begun on this AI system in a previous task order (12444121F0149) on this contract with Chiral Software (GS-35F-0207T). If USDA-FS were to initiate a complete overhaul, the estimated cost is $25,000. This represents the cost of the work that has already been completed on the system by Chiral Software. It would also represent a significant time cost as 2 years of work has already gone into the development of this system. This product is not currently available on the commercial market but can be purchased through custom development of using state of the art technology in artificial intelligence and live data processing. Market research was conducted as a joint effort with US Forest Service Southern Research Station Wildlife Research Scientists, US Forest Service National Technology and Development Program and US Forest Service southern Region Savannah River staff.� Chiral Software was found to have both direct experience in development and deployment of relevant applications resulting from Department of Defense projects as well as expressing interest in developing the technology beyond the prototype phase. 5. �A determination by the ordering activity Contracting Officer (CO) that the order represents the best value consistent with FAR 8.404(d). Although GSA-FSS has already determined prices under its Multiple Award Schedule (MAS) contracts to be fair and reasonable, the Contracting Officer will ensure the proposed cost to the Government for the supplies or services covered by this justification are evaluated for price reasonableness and the contemplated order represents the best value to the Government. A best value determination will be based on a Government technical evaluation and price analysis of the contractor�s quote, which will include a comparison of the contractor�s quote to the Independent Government Cost Estimate, other quotations, or by comparison to established GSA or other published price lists. 6.� A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted.� This product is not currently available on the commercial market but can be purchased through custom development of using state of the art technology in artificial intelligence and live data processing. Market research was conducted as a joint effort with US Forest Service Southern Research Station Wildlife Research Scientists, US Forest Service National Technology and Development Program and US Forest Service southern Region Savannah River staff.� Chiral Software was found to have both direct experience in development and deployment of relevant applications resulting from Department of Defense projects as well as expressing interest in developing the technology beyond the prototype phase. 7.� Any facts supporting the justification.� ONE SOURCE REASONABLY AVAILABLE: FAR Subpart 13.5 authority of 41 U.S.C. 1901, COs may solicit from one source if the contracting officer determines that the circumstances of the contract action deem only one source to be reasonably available.� 8. �A statement of actions the agency may take to remove or overcome any barriers to competition if subsequent acquisitions are anticipated.� In order to remove or overcome barriers to competition in future acquisitions for this requirement, the agency will work with the program office to perform additional market research in a timely manner to see if other solutions are feasible and can be considered as a viable alternative. Certifications & Approval Supporting data which form the basis for and included in this justification are certified accurate and complete. John Kilgo Program/Technical Personnel The information contained in this Limited Sources Justification is certified accurate and complete to the best of my knowledge and belief. David Easter Name of Contracting Officer Contracting Officer
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d43df45a1ce944da8a980b73f720cfb2/view)
 
Place of Performance
Address: New Ellenton, SC 29809, USA
Zip Code: 29809
Country: USA
 
Record
SN06694109-F 20230527/230525230109 (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  © 1994-2020, Loren Data Corp.