Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 06, 2009 FBO #2843
SPECIAL NOTICE

R -- APPLICATIONS ANALYST AND DATABASE SUPPORT FOR LPMS AND DIS

Notice Date
9/4/2009
 
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
W912HQ-NOI-0105
 
Archive Date
12/3/2009
 
Point of Contact
Eileen Spears, 703-428-6384
 
E-Mail Address
US Army Humphreys Engineer Center Support Activity
(eileen.m.spears@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers intends to award a sole source contract to RJP Consulting Services. This is a special notice prepared in accordance with FAR Subpart 19.1306 HUBZone Sole Source Awards. However, any HUBZone 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 requirement. Responses received will be evaluated; 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 Corps of Engineers will proceed with awarding a firm-fixed price contract to RJP Consulting Services for Professional Services to provide technical support for applications analyst and database support for Dredging Information System (DIS), the Lock Performance Monitoring System (LPMMS) and the Oracle Lock data warehouse. These services will be provided to the Institute of Water Resources, Alexandria, VA. Point of Contact for this requirement is Eileen Spears at Eileen.M.Spears@usace.army.mil, 7701 Telegraph Road, Alexandria, VA 22315. SCOPE OF WORK 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 operation and maintenance of the Navigation Data Centers (CEIWR-NDC) current Dredging Information System (DIS), the Lock Performance Monitoring System (LPMS), and the Oracle lock data warehouse. These services will be provided to the NDC, Alexandria, VA. The Lock Performance Monitoring System (LPMS) and the Dredging Information System (DIS) are national databases maintained by the Corps of Engineers to provide data and information necessary for the efficient management of Congressionally authorized navigation projects, to meet performance requirements of the Presidents Management Agenda (PMA) and the Program Assessment Rating Tool (PART), and to respond to specific public laws. It is essential that the database be maintained and upgraded to meet user needs for data entry as well as data and information output for decisions and budget considerations. 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 reports. The database resides on WPC21 in Oracle 9iAS/9iDS and is being migrated to Oracle 10gAS/10gDS 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. Online reports are also available. More complex reports using larger data sets need to be made available thru the data warehouse to meet proponent and user requirements. The database is being migrated to Oracle 10gAS/10gDSOMNI 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. The data are loaded into the central lock data warehouse for reports and analysis. 2. SCOPE. The scope of this work is to provide technical and analytical support services to operate and maintain the navigation databases of LPMS, DIS and the lock data warehouse. This 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 CEEIS backbone. The knowledge shall include: Oracle 9iAS/9iDS and Oracle 10gAS/10gR2DS for Solaris 10 and up and Linux; Windows 2k/XP/Vista desktop and Linux; SQL; Windows 2003 server; Analytical SQL, Web 2.0, Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Designer; Oracle PL/SQL; Oracle Spatial; Oracle Map-viewer; Oracle APEX; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, AJAX and wireless protocol access; MS Access 2003; 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 as specified below. Tasks may be performed in parallel and when appropriate to meet application requirements. a. Maintain development and test environments for the Government in a Solaris 10/Linux hardware environment for LPMS and DIS in ORACLE 10gR2/10gAS, Oracle Apex, Oracle Designer, OpenSource (i.e. Perl, MySQL etc. ), new Oracle releases (i.e. 11g, 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. Convert Designer generated forms, reports and screens to Oracle APEX forms, reports and screens. (12%) c.Optimize LPMS data entry performance including reducing online data to current and last 2 years of data, providing multiple backup sources of archived data. (5%) d.Modify constraints and triggers to enforce data integrity rules required to load the OMNI data into the LPMS data warehouse. (1%) e.Maintain data quality console tools application for data quality assurance for all ten data schemas. (15%) 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.Modify DIS screens, reports and data sources as needed including converting to APEX. (8%) i.Add selection criteria as needed for identified LPMS reports for quarterly and annual report periods. (5%) j.Develop new data reports as needed including 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. (4%) 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. (3%) 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. 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 problems 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 telnet 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. 9. GOVERNMENT FURNISHED EQUIPMENT. Not applicable. 10. SECURITY REQUIREMENTS. It is required that the mandatory security clearance and access approvals for all contract personnel be in place the day of award. 11. CDRLs and DIDs. Not applicable. 12. PERIOD OF PERFORMANCE: 12 MONTHS FROM DATE OF AWARD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-NOI-0105/listing.html)
 
Record
SN01942070-W 20090906/090905001439-1be2f2782e76b0e5d523e8dd50c5e26c (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.