Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 22, 2002 FBO #0355
SOURCES SOUGHT

D -- Software development and operations and maintenance for the Environmental Program Assessment System (EPAS).

Notice Date
11/20/2002
 
Notice Type
Sources Sought
 
Contracting Office
ACA, Aberdeen Proving Ground, Directorate of Contracting, 4118 Susquehanna Avenue, Aberdeen Proving Ground, MD 21005-3013
 
ZIP Code
21005-3013
 
Solicitation Number
W81W25-2319-7800
 
Archive Date
1/28/2003
 
Point of Contact
Paula Kestler, 410-278-0881
 
E-Mail Address
Email your questions to ACA, Aberdeen Proving Ground
(paula.kestler@sbccom.apgea.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. STATEMENT OF WORK FOR EPAS SOFTWARE DEVELOPMENT 1.0 LOCATION: Onsite work area is located at the United States Army Environmental Center (USAEC), Aberdeen Proving Grounds Edgewood Area, MD 21010 -5401. If work is performed offsite, the Contractor shall provide the necessary facilities and resources to support the tasks outlined. 2.0 WORK HOURS: The Contractor shall provide support during normal work hours at USAEC, which are Monday through Frida y, 6:30 AM to 4:30 PM. The required core hours for AEC employees are Monday through Friday, 9:00 AM to 3:30 PM. Work in excess of 40 hours per week must be pre-approved by the COR. 3.0 OTHER CONDITIONS: The Contractor must adhere to the current USAEC A utomation Systems Standard Operating Procedures and Technical Requirements as administered by the USAEC Information and Environmental Reporting Division. All deliverables must meet government standards including Section 508 of the Rehabilitation Act of 19 73 as amended (29 U.S.C. 794D). The Contractor will not be authorized physical access to the USAEC Automation Systems operations facilities without escort by the Systems Administrators or authorized Information and Environmental Reporting Division personn el. 4.0 BACKGROUND: The Environmental Program Assessment System (EPAS) program is instrumental in helping installation commanders attain and maintain compliance with environmental laws and regulations. The EPAS program, which began in 1991 and was former ly know as the Environmental Compliance Assessment System (ECAS), includes both internal assessments, which are conducted on an annual basis, and external assessments, which are conducted on a 3-year cycle. During an assessment, an assessor, or team of as sessors, reviews an installation?s environmental program to provide that installation?s commander with an objective view of the installation?s state of environmental compliance. Both strengths and weaknesses of the installation?s environmental program are identified and suggestions are made on corrective actions and their cost. Overall, EPAS helps to ensure that the installation is operating with sound environmental management practices. 5.0 SERVICES TO BE PERFORMED: The Contractor shall perform softwar e development and operations and maintenance of the EPAS application. The Contractor shall furnish personnel with the skills and qualifications to perform the services outlined in this task order in support of the US Army Environmental Center (USAEC), as well as Department of the Army (DA) installations and Major Command (MACOMs). 5.1 The Contractor team shall provide the following services as well as other software development services: 5.1.1 Demonstrate functionality of the application as appropriate. 5.1.2 Development and delivery of fully tested source code and operational system. 5.1.3 Perform integration, system, regression and performance testing in the development environment. 5.1.4 Provide development support of briefing materials as appropriate to demonstrate EPAS functionality. 5.1.5 Coordinate In Progress Reviews (IPRs) on a bi-monthly schedule or as requested by contractor or COTR. 5.1.6 Participate in Operations Planning 6.0 DELIVERABLES: The Contractor shall provide project deliverables to the COTR based on dates established or upon COTR request. The Contractor shall include a schedule of all required deliverables in the Software Project Plan. A draft Software Project Plan shall be delivered within 30 days of award; the final within 45 days of award. Deliverables shall be proofed or fully tested before released to the COTR. Each deliverable will remain open until final approval is given by t he COTR. The government will provide sample documents to use as a guide. All deliverables must meet government standards including Section 508 of the Rehabilitation Act of 1973 as amended (29 U.S.C. 794D). 6.1 The Contractor team shall update the followi ng documents: 6.1.1 Software Project Plan 6.1.2 Updated Software Requirements Specification (SRS) 6.1.3 System Design Document (SDD) 6.1.4 Database Design Document (DBDD) 6.1.5 Final Prototype ( as demonstrated in final IPR ) 6.1.6 Software Test Plan (STP) 6.1.7 Software Test Description (STD) 6.1.8 Software Test Results (STR) 6.1.9 Rollout Plan 6.1.10 Operations Plan 6.1.11 Fully tested source code and operational system 6.1.12 Briefing materials, as appropriate to demonstrate EPAS functional ity 6.1.13 Monthly reports to include activities performed during the period, hours and costs expended, contacts, completed actions, issues, and EPAS activities for the next period. The monthly reports shall be submitted on the first Friday of every mon th. 6.1.14 IPR documentation that demonstrates current status and functionality of the EPAS. 7.0 APPLICABLE DOCUMENTS: 7.1 The following documents can be used as a reference for the software development of the EPAS application. 7.1.1 EPAS Source Code, Wate rways Experiment Station, 2001 7.1.2 EPAS Erwin Diagram, Waterways Experiment Station, 2001 7.1.3 EPAS Data Dictionary, Waterways Experiment Station, 2001 7.1.4 Technical Requirements, United States Army Environmental Center (USAEC), Army Environmental R eporting System (AERS), Oracle Corporation, April 2001 7.1.5 EPAS System Requirements Specification, Scientific Systems & Solutions Inc, 2000 7.1.6 Complete EPAS Report, 2000 7.1.7 EPAS Users Guide, 1994 8.0 SECURITY: Restricted to unclassified sensiti ve data. 9.0 TASKS OFFICERS: Shall be disclosed at a later date. 10. PERIOD OF PERFORMANCE: Date of Award on or about 01 Dec 02 through 30 September 03 11. The Contractor, as an independent contractor and not as an agent of the Government, shall prov ide personnel to perform non-personal services in accordance with the attached statement of work. Requisition Number W81W25-2319-7800. Delivery is FOB DESTINATION. The provision at 52.212-1, Instructions to Offerors--Commercial, applies to this acquisiti on. The provision at 52.212-2, Evaluation--Commercial Items applies to this acquisition; fill-ins in Paragraph (a) are ?Price and Past Performance? and ?less important than price?. A completed copy of the provision at 52.212-3, Offeror Representations and Certifications--Commercial Items, must be provided with offers. The clause at 52.212-4, Contract Terms and Conditions--Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or E xecutive Orders--Commercial Items, applies to this acquisition. Additional FAR clauses cited in this clause are applicable: (1) 52.203-6, Restrictions on Subcontractor Sales to the Government, with Alternate I (41 U.S.C. 253g and 10 U.S.C. 2402), (2) 52.21 9-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jan 1999) (if the offeror elects to waive the preference, it shall so indicate in its offer), (3) 52.219-8, Utilization of Small Business Concerns (15 U.S.C. 637 (d)(2) and (3) ), (4) 52.222-21 Prohibition of Segregated Facilities (Feb 1999), (5) 52.222-26 Equal Opportunity, (6) 52.222-35 Affirmative Action For Disabled Veterans and Veterans of the Vietnam Era, (7) 52.222-36 Affirmative Action For Workers with Disabilities, (8) 5 2.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), (9) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126), (10) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (May 1999), and (11) 252.204-7004 Required Central Contractor Registration. The full text of the FAR references may be accessed electronically at t his address: http://farsite.hill.af.mil. Responses to this requirement must be signed, dated, and received via electronic mail or fax by 29 November 2002 no later than 4:00 PM EST at the US Army Contracting Agency, SFCA-NR-APC-T (Paula Kestler), 4118 Susqu ehanna Avenue, Aberdeen Proving Ground, MD 21005-3013. Vendors who are not registered in the Central Contractor Registration (CCR) database prior to award will not be considered. Vendors may register with CCR by calling 1-888-227-2423 or by registering onl ine at www.CCR.gov. For questions concerning this requirement contact Paula Kestler, Contract Specialist, at (410) 278-0795, fax (410) 612-5270, or email paula.kestler@sbccom.apgea.army.mil.
 
Place of Performance
Address: ACA, Aberdeen Proving Ground Directorate of Contracting, 4118 Susquehanna Avenue Aberdeen Proving Ground MD
Zip Code: 21005-3013
Country: US
 
Record
SN00208210-W 20021122/021120213352 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.