Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 09, 2007 FBO #2113
SPECIAL NOTICE

99 -- NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT TO RJP CONSULTING SERVICES

Notice Date
9/7/2007
 
Notice Type
Special Notice
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
USA-SNOTE-070907-008
 
Archive Date
12/6/2007
 
Description
The U.S. Army Corps of Engineers intends to award a sole source contract to RJP Consulting Services. This is a special notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplem ented with additional information included in this notice 6.302-1 Only one responsible source available, and no other suppliers or services will satisfy agency requirements and FAR Subpart 19.1306 HUBZone Sole Source Awards. However, any firm that believes it can meet this requirement may give written notification to the Contracting Officer within 7 days from the date of publication of this announcement. Supporting evidence must be in sufficient detail to demonstrate the ability to comply with the requireme nt. Responses received will be evaluate, however a determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government. If no responses are received, the U.S. Army Corp s of Engineer will proceed with awarding a firm-fixed price contract to RJP Consulting Services for applications analyst, non-personal professional services for assistance in the technology enhancement of the Navigation Data Centers (CEIWR-NDC) current Dre dging Information System (DIS) and the Lock Performance Monitoring System (LPMS). In addition, the need extends to the requirement to have services for development and deployment of an Oracle data warehouse. These services will be provided to the NDC, Al exandria, VA. Point of Contact for this requirement is LaTanya Johnson at Latanya.E.Johnson@hq02.usace.army.mil STATEMENT OF WORK FOR APPLICATIONS ANALYST AND DATABASE SUPPORT FOR LPMS AND DIS IS AS FOLLOWS: 1. BACKGROUND. The U.S. Army Corps of Engineers has the need to secure an applications analyst, non-personal professional services for assistance in the technology enhancement of the Navigation Data Centers (CEIWR-NDC) current Dredging Information System (DIS) and the Lock Performance Monitoring System (LPMS). In addition, the need extends to the requirement to have services for development and deployment of an Oracle data warehouse. These services will be provided to the NDC, Alexandria, VA. DIS is currently a web based Oracle application. Data is entered into the database via a web browser by district dredging personnel. The program manager reviews the data for inconsistencies via web based reports, SQL queries and MS Access queries and repo rts. The database resides on WPC21 in Oracle 9iAS/9iDS. LPMS is currently a web based 9iAS/9iDS Oracle application. There are COBOL report programs that need to be converted to run in the data warehouse environment due to complexity and data set size. Data is entered locally by lock personnel via the web and ed ited online via PL/SQL and Javascript programs. Online reports are also available. More complex reports using larger data sets need to be made available thru the data warehouse. OMNI is currently a fat client based parallel data collection system that uses an Oracle database engine. The Rock Island and Huntington Districts are the operations bases for the districts that use the OMNI system. 2. SCOPE The work requires knowledge of the employment of all hardware, software and services in the area of Oracle database configuration and design, to both Intranet/Internet and screens for both data entry and reporting across the Corps of Engineers C EEIS backbone. The knowledge shall include: Oracle 9iAS/9iDS and Oracle 10gAS/10gDS for Solaris and Linux; Windows 2k/XP/Vista desktop and Linux; SQL; Windows 2003 server; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Designer; Oracle PL/SQL; Oracle Spatial; Oracle Map-viewer; Oracle Oracle APEX; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2000; Location mapping services; Google /Ea rth mapping service and client. In addition, knowledge about RFID, TCP/IP, capture and transmission of NMEA data and integration with an Oracle application is required. 3. APPLICABLE DOCUMENTS. AR 25-1 AR 380-380 TB 18-100 Section 508 4. TASKS: The contractor personnel shall execute the following tasks as specified below: a. Maintain development and test environments for the Government in a Solaris 8/Linux hardware environment for LPMS and DIS in ORACLE 9iAS/9iDS, Oracle Apex, Oracle Designer, OpenSource (ie Perl, MySQL etc. ), new Oracle releases (ie 10g, IAS etc.) (12%). b. Rewrite application to eliminate Oracle Designer API generated packages dependencies to native dynamic SQL to include traffic flow and record duplication. (10%) c. Convert Designer generated forms, reports and screens to Oracle APEX forms, reports and screens. Including the ability to publish the Arrival data to the web.(5%) d. Modify constraints and triggers to enforce data integrity rules required to load the OMNI data into the LPMS data warehouse. (1%) e. Develop data quality console application for data quality assurance in LPMS warehouse for all three data schemas. (17%) f. Provide technical support to maintain and enhance the load programs and automated routines to add Omni Data to the warehouse summary files. (1%) g. Provide technical support to maintain, modify and enhance the data feeds to the OMBIL OLAP application, including adjustments to summary table calculations and any ancillary reports. (10%) h. Complete versions of the Stall Analysis Report, Vessel Summary Report, Tons Report and Key Lock Report to pull monthly, quarterly and summary data by district, division, waterway and ALL from all data warehouse schemas when required. (5%) i. Convert legacy LPMS reports 6, 17, 18, 23 and 24 to run off of the new data warehouse configuration with the same selection criteria as para. F. (5%) j. Develop new data warehouse reports for Arrival Frequency, Lock Utilization, Tow Transit Analysis and Entry/Exit Types. (5%) k. Update LPMS data entry screens so data can be changed while maintaining the key field integrity and implement deferred constraints. (5%) l. Refine development of Summary Table building process and Lock Summary Statistics report for the warehouse. (5%) m. Support for DIS/LPMS unauthenticated users on an IAS segment per USACE security policy. (1%) n. Develop .pdf file generation and export to Excel spreadsheets from all warehouse reports using Oracle APEX. (5%) o. Provide technical support to upgrade all LPMS applications to Oracle 10g including support for Oracle APEX. (8%) p. Be available for conference calls regarding problems submitted by the field for DIS and LPMS; make corrections to each system as required. (5%) 5. ACCEPTANCE CRITERIA. Services provided will be evaluated on the contractor's completion of the tasks outlined above. Tasks will be evaluated on the ability of the task to perform as specified. 6. PROGRESS REPORTING. The contractor shall inform the Contracting Officers Technical Representative (COTR) of any problems that cannot be resolved within (1) business day. The contractor must provide the COTR with alternatives to reach resolution for pr oblems of the magnitude stated above. The contractor shall report monthly on the number of hours of effort expended, and description of each task completed. 7. PLACE OF DELIVERY. The contractor is not required to provide services on-site. Remote connection software (VPN), secure shell telenet software and instructions, if available, will be provided to the contractor. The production systems are on WPC21 and WPC56 in Portland, OR and production work must be done in this environment. Development and test environments are maintained by the contractor. 8. DELIVERY SCHEDULE. The total period of performance shall be 365 days from the notice to proceed. Tasks A thru P total 100% for the project. Each task is weighted percentage of the total project and maybe invoiced as tasks are accepted as complete by the COTR as listed in paragraph 9. STATEMENT OF WORK FOR ADDITIONAL APPLICATIONS ANALYST AND TECHNOLOGY DEVELOPMENT FOR LPMS IS AS FOLLOWS: 1. BACKGROUND. The U.S. Army Corps of Engineers has the need to secure an applications analyst, non-personal professional services for assistance in the technology enhancement of the Navigation Data Centers (CEIWR-NDC) current Lock Performance Monitoring System (LPMS). These services will be provided to the NDC, Alexandria, VA. LPMS is currently a web based 9iAS/9iDS Oracle application. Data is entered locally by lock personnel via the web and edited online via PL/SQL and Javascript programs. The Coast Guard has its own VTS/AIS system that requires designated vessels to carry an onboard transponder that transmits vessel identification information; valid callsign, length, width, GPS antenna position and MMSI (vessel number). 2. SCOPE. The work requires knowledge of the employment of all hardware, software and services in the area of Oracle database configuration and design, to both Intranet/Internet and screens for both data entry and reporting across the Corps of Engineers C EEIS backbone. The knowledge shall include: Oracle 9iAS/9iDS and Oracle 10gAS/10gDS for Solaris and Linux; Windows 2k/XP/Vista desktop and Linux; SQL; Windows 2003 server; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Designer; Oracle PL/SQL; Oracle Spatial; Oracle Map-viewer; Oracle ORACLE APEX; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2000; Location mapping services; Google /Earth mapping service and client. In addition, knowledge about RFID, TCP/IP, capture and transmission of NMEA data and integration with an Oracle application is required. 3. APPLICABLE DOCUMENTS. AR 25-1 AR 380-380 TB 18-100 Section 508 4. TASKS: The contractor personnel shall execute the following tasks for each phase as specified below: a. Maintain development and test environments for the data collected from the test AIS receiver through a Lantronix black box (serial to Ethernet converter) and Null modem cable into the current development server located on the ACOE network in N ew Orleans using elements from Oracle RDBMS and some Oracle auxiliary software to perform certain functions. (10%). b. Development and test of the AIS data by developing programs that decode the encrypted data stream into data suitable for insertion into an Oracle database. The programs will be tested on the server at the New Orleans office. (15%) c. Develop LPMS API to supply timing data to the LPMS data entry application including the Arrival, Start of Lockage, Bow over Sill, End of Entry, Start of Exit and End of Lockage and other related times as defined in the LPMS system based upon AIS collect ed data in Task B for each lock. (17%) d. Define geographic areas and develop business rules that correspond to each of the timing stations that occur during a lockage for each of the four targeted locks. (5%) e. Integrate the LPMS timing data with the data entry forms or screens with AIS collected data through a customized pl/sql API developed in C by lock.(15%) f. Integrate map-based user interface with collected AIS data for visualization of the lock traffic timing data to improve situational awareness for the lock operators. (18%) g. Migrate the automated time collection data developed in tasks A through D and the integration with the LPMS data entry screens to the LPMS production server at the WPC. (5%) h. Duplicate final configuration at four locks (IHNC, Algiers, Harvey and Calcasieu) by contract award plus twelve months. All hardwar e and any retail COTS software are to be supplied as GFE. (5%) i. Provide technical assistance to ACOE liaison for SmartRiver, CRIS and related AIS initiatives including Homeland Security requirements. (5%) j. Be available for conference calls regarding problems submitted by the field for LPMS timing data collection using VTS/AIS; make corrections to each system as required. (5%) 5. ACCEPTANCE CRITERIA. Services provided will be evaluated on the contractor's completion of the tasks outlined above. Tasks will be evaluated on the ability of the task to perform as specified. 6. PROGRESS REPORTING. The contractor shall inform the Contracting Officers Technical Representative (COTR) of any problems that cannot be resolved within (1) business day. The contractor must provide the COTR with alternatives to reach resolution for pr oblems of the magnitude stated above. The contractor shall report monthly on the number of hours of effort expended, and description of each task completed. 7. PLACE OF DELIVERY. The contractor is not required to provide services on-site. Remote connection software (VPN), secure shell telenet software and instructions, if available, will be provided to the contractor. The production systems are on WPC21 and WPC56 in Portland, OR and production work must be done in this environment. Development and test environments are maintained by the contractor and in New Orleans, LA. 8. DELIVERY SCHEDULE. The total period of performance shall be 365 days from the notice to proceed. Tasks A thru J total 100% for the project. Each task is weighted percentage of the total project and maybe invoiced as tasks are accepted as complete by th e COTR as listed in paragraph 9. 9. POINTS OF CONTACT. The COTR for the execution of this task order will be given at time of award. 10. GOVERNMENT FURNISHED EQUIPMENT. Not applicable. 11. SECURITY REQUIREMENTS. It is required that the mandatory security clearance and access approvals for all contract personnel be in place the day of award. 12. CONTRACT MANPOWER REPORTING CLAUSE. The Office of the Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a secure Army data collection site where the contractor will report ALL contractor manpower (including subcon tractor manpower) required for performance of this contract. The contractor is required to completely fill in all the information in the format using the following web address: https://cmra.army.mil. The required information includes: (1) Contracting Off ice, Contracting Officer, Contracting Officers Technical Representative; (2) Contract number, including task and delivery order number; (3) Beginning and ending dates covered by reporting period; (4) Contractor name, address, phone number, e-mail address, identity of contractor employee entering data; (5) Estimated direct labor hours (including subcontractors); (6) Estimated direct labor dollars paid this reporting period (including subcontractors); (7) Total payments (including subcontractors); (8) Predom inant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different); (9) Estimated data collection cost; (10) Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this information; (11) Locations where contractor and subcontractors perform the work (specified by zip cod e in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website); (12) Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees de ployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total cost (if an y) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year. Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separate data entries for each r equired data element at the website. The specific formats for the XML direct transfer may be downloaded from the website. Attachment A (Contract Manpower Reporting Worsheet.doc) will be provided to each contractor as part of the applicable solicitation or contract and is considered part of this clause. 13. CDRLs and DIDs. Not applicable. 14. PERIOD OF PERFORMANCE: 12 MONTHS FROM DATE OF AWARD. ATTACHMENT A CONTRACT MANYEAR REPORTING WORKSHEET GOVERNMENT SUPPLIED INFORMATION: 1. Period of performance: Beginning and ending dates covered by reporting period 2. MACOM UIC: 3. Requiring Activity UIC: Organizational title associated with the Unit Identification Code (UIC) for the Army Requiring Activity (the Army Requiring Activity is responsible for providing the contractor with its UIC for the purposes of reporting this info rmation 4. Federal Service Code: Predominant Federal Service Code (FSC) reflecting services provided by contractor (and separate predominant FSC for each subcontractor if different) 5. Contracting Office Contact data: Contract number, including task and delivery order number 6. Contracting Officer Representative/Technical Representative contact data: 7. AMSCO: 8. Element of Resource (EOR): 9. Department: 10. Operating Agency (OA): 11. Basic Symbol: 12. FY Dollars: 13. Total Obligation: CONTRACTOR OR SUBCONTRACTOR SUPPLIED DATA: 1. Period of performance within reporting period: Beginning and ending dates covered by reporting period 2. Contractor contact information: Contractor name, address, phone number, e-mail address, identity of contractor employee entering data 3. Total Payment: (including subcontractors) 4. Direct labor hours: (including subcontractors) 5. Direct labor dollars: (including subcontractors) 6. Contractor/Subcontractor data entry flag: 7. Locations where contractor and subcontractors perform the work (specified by zip code in the United States and nearest city, country, when in an overseas location, using standardized nomenclature provided on website) 8. Presence of deployment or contingency contract language; and (13) Number of contractor and subcontractor employees deployed in theater this reporting period (by country). As part of its submission, the contractor will also provide the estimated total c ost (if any) incurred to comply with this reporting requirement. Reporting period will be the period of performance not to exceed 12 months ending September 30 of each government fiscal year and must be reported by 31 October of each calendar year Comment: (Contractors may use a direct XML data transfer to the database server or fill in the fields on the website. The XML direct transfer is a format for transferring files from a contractors systems to the secure website without the need for separat e data entries for each required data element at the website. The specific formats for the XML direct transfer may be downloaded from the website)
 
Record
SN01399193-W 20070909/070907222305 (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  © 1994-2020, Loren Data Corp.