Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2010 FBO #3218
MODIFICATION

D -- APPLICATIONS ANALYST AND TECHNOLOGY REFINEMENT FOR LPMS/AISEP

Notice Date
9/14/2010
 
Notice Type
Modification/Amendment
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-10-SN-0019
 
Response Due
9/25/2010
 
Archive Date
11/24/2010
 
Point of Contact
Damon C. Moore, 703-428-6117
 
E-Mail Address
USACE HEC, Ft. Belvoir
(damon.c.moore@usace.army.mil)
 
Small Business Set-Aside
HUBZone
 
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 supplemented with additional information included in the notice 6.302-1 Only one reasonable source available, and no other supplies 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 10 days form 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 Corp of Engineers will proceed with awarding a firm-fixed price contract to RJP Consulting Services for non-personal professional services for application analyst and technology refinement for Lock Performance Monitoring System (LPMS) and Automatic Identification System Event Processor (AISEP). These services will be provided to the NDC, Alexandria, VA. Point of Contact for this requirement is Damon Moore at Damon.C.Moore@usace.army.mil, 7701 Telegraph Road, Alexandria, VA, 22315. STATEMENT OF WORK FOR APPLICATIONS ANALYST AND TECHNOLOGY REFINEMENT FOR LPMS/AISEP IS AS FOLLOWS: APPLICATIONS ANALYST AND TECHNOLOGY REFINEMENT FOR LPMS/AISEP FY2011 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 Vessel Traffic Service/Automatic Identification System (VTS/AIS) that requires designated vessels to carry an onboard transponder that transmits vessel identification information; valid call sign, length, width, GPS antenna position, MMSI (vessel number) and IMO number. The LPMS/AISEP is an Oracle application that takes the AIS signal transmitted by a vessel, and processes it in such a manner that the times of selected events during the locking process, such as start of lockage, are automatically populated on the LPMS data entry screen. The application provides a map display of the geographic location of vessels when they are in the vicinity of the lock as well as the capability to display a translation of the AIS vessel information to the lock operator. The initial proof of concept and pilot effort was performed on a New Orleans District server. The application has since met ACE-IT requirements and is now housed at a Corps data processing center. 2. SCOPE The Scope of this work is to continue to effort and bring to full production the AISEP by providing the technical knowledge and support of the effort to refine the process that enables the automatic collection and entry of selected data directly into the LPMS database. 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 network backbone. The knowledge shall include: Oracle 9iAS/9iDS, Oracle versions 10gAS/10gDS, 11gR2 and 12g for Solaris and Linux; Windows XP/Vista/Windows 2007 desktop and Linux; SQL; 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 APEX; Oracle Text; Oracle JVM; Oracle XDB; Oracle APEX; HTML; HTML 5; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, PHP, AJAX and wireless protocol access; MS Access 2007; 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. The required security clearances and access approvals for contract personnel must be in place the day of award. The testing of all database and interface modifications will be performed on hardware and software provided by the contractor with access provided to the Corps. 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 12 AIS receivers in New Orleans (MVN) through a black box (serial to Ethernet converter) and Null modem cable into the current production server located on WPC21at the Corps Western Processing Center (WPC) using Oracle 10gR2 and Oracle Spatial, Oracle Locator, Oracle JVM, Oracle XDB and Oracle Text software to perform decode and data integration functions. (10%). b.Maintain and improve the AIS data by refining programs that decode the encrypted data stream into data suitable for insertion into the production LPMS Oracle database. The programs will be refined to work with input from the MVN locks and alternate date feeds as they become available. (10%) c.Refine 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 discrete related times as defined in the LPMS system based upon AIS collected data in Task B for each lock. (5%) d. Refine geographic areas and business rules that correspond to each of the timing stations that occur during a lockage for the rest of the locks designated to participate. (10%) e. Incorporate custom overlays (navigation charts, etc.) into a viewer interface based on nautical charts in S57/S100 format converted to a kml file format. Viewer currently displays in a Google Earth interface using an Enterprise Google Earth Pro Corpswide license. This may have to change if the Corps standard viewer changes and/or a standard map repository is designated. (10%) f. Continue to install and test the automated time collection data developed in tasks A through D and the integration with the LPMS data entry screens on the WPC21 server for at least twelve MVN sites. (10%) g. Develop and maintain a version of the AISEP module on WPC56 and on the MVN AIS server, as long as it is available, to display Google Earth when the primary box is down for patching or repair. (5%) h. Refine server scalability specs for three different levels of support including variation of number of districts, traffic load and cost. (5%) i. Refine the integration of the LPMS timing data with the data entry forms or screens with AIS collected data through a customized PL/SQL API developed in Java. (5%) j.Develop and process AIS signal data from alternate sources as required including local receiver signals and/or USCG data stream. (10%) k.Provide technical assistance to ACOE liaison for SmartRiver, CRIS, LOMA and related AIS initiatives including Homeland Security requirements. (10%) l.Be available for conference calls regarding problems submitted by the field for LPMS timing data collection using AISEP; make adjustments as required. (5%) m.Update system and user documentation for the final configuration and its use in CD format. (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 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 M total 100% for the project. The project covers twelve calendar months. Each task is a weighted percentage of the total project and maybe invoiced as tasks are accepted as complete by the COTR as listed in paragraph 9. As some tasks can be done in parallel, a monthly invoice of work performed may be submitted. 9. POINTS OF CONTACT. The COTR for the execution of this task order is Donna Wood, CEIWR-NDC, 703/428-6154 and the administrative point-of-contact is Ms. Virginia Pankow, CEIWR-NDC, 703/428-9047. 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. CDRLs and DIDs. Not applicable. 13. PERIOD OF PERFORMANCE: 12 MONTHS FROM DATE OF AWARD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-10-SN-0019/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02280695-W 20100916/100914235437-4341e50e90519e19d448374e016a99c1 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.