Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

D -- Relational Database Design, Development, Troubleshooting, and Web Development

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), NOAA-Pacific Islands Fisheries Science Center, 2570 Dole Street, Honolulu, Hawaii, 96822-2396, United States
 
ZIP Code
96822-2396
 
Solicitation Number
PIFSC-9-18707
 
Archive Date
9/17/2009
 
Point of Contact
Bonnie Oshiro, Phone: 8089835356
 
E-Mail Address
bonnie.oshiro@noaa.gov
(bonnie.oshiro@noaa.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
QUESTIONS AND ANSWER FOR THIS PROCUREMENT: Q1: Can the work be done remotely at our company headquarters on the continental United States? How many onsite meetings are anticipated? Is it preferable that the contractor be local to the contract? Please supply more details on the meetings being weekly or multiple times per week. Is there more detail why it would have to be at the client's site? How many onsite meetings are anticipated? Response: We anticipate that the initial requirement gathering meeting will last one day. Subsequent meetings are intended to monitor progress, answer questions, discuss details of the data and resolve problems. We anticipate those meetings will occur biweekly and last no longer than an hour, however, the actual number and length of the status meetings will be dependent on the progress being made and upon the number of items needing discussion. The statement of work states: "Regular meetings at the client's site (Honolulu, Hawaii) will be required." Q2: Do you accept electronic responses by email? Response: A signed copy of the completed proposal must be received by the administrative Point of Contact before the closing date. (via email or fax) Bonnie Oshiro, Contracting Officer 2570 Dole Street Honolulu, Hawaii 96822 Q3: Is there a current incumbent for the proposed work? And if not is there an eligible small business that is currently doing this type of work for NOAA? Is this an 8(a) set-aside or only a small business set-aside? Response: There is no incumbent for the proposed work. There are eligible small businesses that have performed similar work for the Government in the past. This is a small business set-aside. Q4: The Unit price in the RFQ says JB (job), are we required to provide Hourly pricing? How do we calculate the amount as the specific work description/ tasks and timelines are not clearly identified? Can you let us know the estimated number of hours of services required? Response: This is a firm fixed priced award, so JB is for what is listed is to be based on the Statement of Work. Q5: Are there is any security requirements for this position? Are there any security clearances required by the contractor who would be performing the work? Response: A specific US Government Security Clearance level is not required. However, the contractor will be required to participate in site visits and meetings. Significant lead-time will be required for obtaining authorization for foreign nationals to access the government's facility. Q6: The RFQ states a delivery date by September 2009. This seems like a very short lead time to mobilize for and complete this project. Please confirm the delivery date. Response: The correct delivery date is 30-SEP-2010. Q7: You state that the majority of the work is supporting existing applications -How complex are the current applications? (How many tables, forms, reports?) Response: Contractor may be involved in supporting/troubleshooting/improving various existing applications developed in MS Access. Complexity of existing applications varies. Once such application that requires support contains ~50 tables and ~60 forms. Q8: For the new web application could you give me an idea of its complexity? (tables, forms, reports). Response: The priority is for the contractor to support the design, development, testing, and troubleshooting of existing and new relational database applications, including user interfaces. The web application is of lower priority and has not been fully scoped at this time. Q9: Do you expect the web application to run on a Windows server? Response: The Government is required to use a Linux-based server for this application. Thus, the web application needs to be developed in an open source language that can be run on Linux-based platform. Q10: Is there a plan to migrate all of the current applications to web applications? Would you be interested in a proposal that provided a way to migrate all of the applications to a new web application? Response: We need to take the databases with us to remote field locations and/or sea-going vessels where there is no web server available. So we cannot migrate to web applications. Q11:...I believe your environment is a great candidate for Oracle Application Express...If you would consider the use of Application Express I would be interested in the next steps in bidding on your project.... Response: See above responses. Q12: Is the contractor responsible for any licensing costs for either project? Response: The contractor is responsible for ensuring that the contractor's hardware and software used to develop the required product are appropriately licensed. The statement of work requires that: "Any software developed for this project is the property of the client [i.e., the Government] (e.g. The source code, algorithms, formulae, flow charts, documentation, and related materials.)" Therefore the Government requires that the resultant product shall be provided without any licensing costs or licensing restrictions and that the Government be able to freely distribute the product or any portion of the product without restriction. The Government will be responsible for ensuring that the Government's hardware and software is appropriately licensed. Q13: Each solicitation references Oracle and Linux administration and maintenance efforts, will the contractor be allowed to connect remotely? Response: The Government's IT policies preclude the vendor from connecting remotely to the servers involved.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/e789d407fd91fc500a3dd0e83ab28204)
 
Place of Performance
Address: 2570 Dole Street, Honolulu, Hawaii, 96822, United States
Zip Code: 96822
 
Record
SN01925121-W 20090827/090826000012-e789d407fd91fc500a3dd0e83ab28204 (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.