Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2009 FBO #2718
SOLICITATION NOTICE

D -- Mission Tracking and Inventory Control Database

Notice Date
5/4/2009
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, United States Marshals Service, Investigative Services Division, 8712 Morrissette Drive, TOG, Springfield, Virginia, 22152-1079
 
ZIP Code
22152-1079
 
Solicitation Number
DJMS-09-TOG-Q-0009
 
Point of Contact
Valerie Snowden,, Phone: 202/307-9044, Valerie Snowden,, Phone: 202/307-9044
 
E-Mail Address
valerie.snowden2@usdoj.gov, valerie.snowden2@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Questions & Answers 1. When asking for the source code, is this referring to the front end only? We require the ability to maintain the application and make modifications independent of the original software developer. If the source of the application is an existing commercial application the USMS will agree to discuss the issue further. 2. Period of performance is 6-12 weeks from contract award. Is this the amount of time required to build and implement the new system? In paragraph 2.7 it mentions application support and maintenance. Do these two statements together mean that we will implement in 6-12 weeks and then provide support afterwards? If so, how long do we provide support? If possible, we would like to have full implementation in 12 weeks. We are interested in an option for application maintenance thereafter. 3. In item 6.0. Does the statement “no additional licensing fee or mandatory recurring cost” mean that the USMS will pay for a period of service and support(para 2.7) up front? Maintenance and support will be an annual option. 4. The software referencing in the request, are those that USMS are using now with the alternate request/suggestion from the vendor. We are currently utilizing a VERY limited Access database. 5. Does the USMS already own SQL Server license(s)? If so, are these compatible with Windows Cluster Services (e.g. SQL Enterprise)? If not, is the cost of SQL Enterprise to be included in the quote? We currently have a SQL server 2005 license with 5 CAL’s. Any related software license expenses will be the responsibility of the USMS whether SQL or others. 6. You specify that the application must run on USMS servers. Do you own these servers? If so, could you specify them? Are they currently running Windows Cluster Server? We currently utilize a number of Dell 2950 servers. The hardware for this effort can reutilize existing hardware or new hardware as agreed upon by the USMS and selected vendor. Hardware costs related to this effort will be the responsibility of the USMS. We are not utilizing Cluster server currently. Cluster server can be utilized if necessary. 7. In section 2.3 the SOW specifies Crystal Reports as a reporting tool. Would you accept SQL Server Reporting Services as a substitution? (SSRS is included with SQL Server Enterprise). Crystal Reports compatibility is a requirement. 8. Does the USMS already own Crystal Reports licenses? Yes. Any additional licenses will be the responsibility of the USMS 9. Do you have a list of the reports or basic requirements for the reports that you want this quote to include? Reports should be able to parse table information by date range, user input, Object type etc.. These will be simple reports and defined by the USMS once the table structure is compelted. 10. Could we get example excel spreadsheets (with example data) or a list of attributes you want to track on each of the 5 major areas that are specified in the SOW? a. personnel assigned TOG/TSB tasks This will be a list of user ID’s b. equipment used for TOG/TSB tasks This will be categories of different types of equipment. There will probably be a couple of dozen. c. project codes used to fund TOG/TSB activities Project codes are alphanumeric codes which designate where funding comes to and from. Less than 20. d. current antenna site lease information. We have an existing Access Databse which tracks site information. We would like these fields incorporated into this application. e. accountable property assigned to TOG/TSB and its personnel. Accountable property includes weapons, computers, radios etc… Each of these items needs to be captured in the database and signed out to users. 11. In section 3.1.6, the SOW states that “Client Configuration shall adhere to USMS configuration standards” - what are the "USMS configuration standards." The USMS Information Technology Division ensures the USMS adheres to DOJ computer security policy. This mostly relates to server security configurations. In addition client security configurations are also set for by USMS ITD and DOJ. The application must be able to function in this environment. Technical information and collaboration will be provided to ensure the vendor has the required information to accomplish this. 12. Do you want to both print and read barcoded items? If you want to read items that have a barcode attached, could you outline the purpose and basic application flow you had in mind? Yes. Much of our inventory is dynamic in that it is temporarily assigned to an off site location. We need to be able to “scan” items out of our property and back in upon receipt. 13. You mention both barcode and RFID. Do you wish to produce and read both or are you looking for a proposal? We would prefer the ability to do both but are open to suggestions. 14. If you intend on reading items that have a barcode attached, do you expect the scanner(s) be attached to client workstations directly (e.g. via USB?) We would prefer a wireless barcode reading solution preferably network connected 15. When an item is scanned, would it be acceptable for the person doing the scan to login first to the application on the machine where the item is being scanned? Yes this would actually be required. Security is a concern. We want to be able to track entry and modification history.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8e527983938fabcf39135bc96b7526f&tab=core&_cview=1)
 
Place of Performance
Address: Springfield, Virginia, 22152, United States
Zip Code: 22152
 
Record
SN01808224-W 20090506/090504220413-e8e527983938fabcf39135bc96b7526f (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.