Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 05, 2003 FBO #0647
SOLICITATION NOTICE

99 -- APPLICATIONS ANALYST AND DATABASE SUPPORT

Notice Date
9/3/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army Humphreys Engineer Center Support Activity - Civil, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
DACW72-03-T-0024
 
Response Due
9/18/2003
 
Archive Date
11/17/2003
 
Point of Contact
Alandra Jones, 703-428-6551
 
E-Mail Address
US Army Humphreys Engineer Center Support Activity - Civil
(alandra.r.jones@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA SYNOPSIS AND SOLICITATION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR)subpart 12.6 as supplemented with additional information included in this notice. This an nouncement constitutes the only sollicitation; a written solicitation will not be issued. The solicitation number is DACW72-03-T-0024, which is a request for quotation (RFQ). The solicitation incorporates the provisions and clauses that are in effect throu gh Federal Acquisition Circular 01-15. The period of performance is 25 September 03 - 24 September 05. Additional FAR DFAR clauses are applicable: 52.212-4, 52.212-5, 52.222-26, 52.232-33, 252.225-7001. All vendors must be registered in the Central Contrac tor Registration at the time of award or an award can not be made to them. STATEMENT OF WORK FOR APPLICATIONS ANALYST AND DATABASE SUPPORT 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 Center’s (CEIWR-NDC) current Dredging Information S ystem (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. Both DIS and LPMS will need to be upgraded to at least Oracle 9i a nd the Apache Listener. 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 an Oracle 8.1.7 database using the OAS 4.0.8 web listener. LPMS is currently a web based Oracle application using 8.1.7 using the OAS 4.0.8 web listener . 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 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 a data warehouse. 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 RDBMS 8.1.7 and 9.x on SUN E3000 platform; Windows 98/2k and Linux ; SQL; Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Designer; Oracle PL/SQL; HTML; XML; Jav ascript, Java; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2000. 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. Review the DIS and LPMS relational database designs to ensure compliance with database query specifications and standards which will permit information exchange among the NDC systems, Corps and Army and Section 508 compliance. (1%) b. Assist the Government in the installation and configuration of Solaris 8 and ORACLE 9i and upgrade of those products including on-site support (12%): - SUN E3000 - Windows 98/2K - Linux - Wireless - Designer 6i and repository c. Review application and software requirements to develop new hardware specifications for procurement of new hardware.(2%) d. Using Oracle Designer, update an Oracle 8.1.7 database to 9i for LPMS and modifying the current system to include traffic flow and record duplication. (10%) e. Review design for eventual inclusion of OMNI data elements identified by the LPMS-OMNI task force as common reportable data. (2%) f. Update maintenance screens so data can be changed on the fly. (2%) g. Implement deferred constraints. (2%) h. Modify web based data entry screens to reflect changes in paragraph c. Screens must accommodate real time data entry and post time data entry including a vessel arrival queue screen. (10%) i. Develop web based data display screens over a wireless device, cell phone or web browser for use by industry in querying lock traffic queues. (2%) j. Modify Arrival data to include wireless data entry. (2%) k. Develop a routine to publish Arrival Data to the Web or to a wireless device. (2%) l. Convert context edits from 9000 line COBOL program to Oracle PL/SQL database triggers to enforce data entry rules. (2%) m. Develop data warehouse standard reports and data extract using SQL, HTML, Javascript and Java formats. Reports should be viewable as text from a Net browser (IE 5.x or Netscape Navigator, generation 4.x and above). The Extract output should be ASCII, co mma delimited, double quoted text string format. (5%) n. Update the current documentation to reflect the new configuration, data entry rules, data fields and reports. (2%) o. Finalize data loads from external LPMS collection systems that will enforce all the edits/data entry rules supported in the web based system for the data warehouse. (2%) p. Develop 'Push' processing from production LPMS to data warehouse providing a data entry 25 month rolling window to a ten year plus data archive. (2%) q. Complete development of Summary Table building process and Lock Summary Statistics report for the warehouse.(10%) r. Setup a public Internet database which is populated from data queries submitted via delayed processing to an Open Source Intranet machine (MySQL PERL PHP). (10%) s. Be available for conference calls regarding problems submitted by the field for DIS and LPMS; make corrections to each system as required. (2%) t. Build a prototype to allow for hands-free data entry by the operators in the lock house using emerging technology such as voice enabled, touch screen etc. (5%) u. Investigate the feasibility of using vessel GPS transponders to send data to readers mounted at the lock site to record the time events, commodities etc. associated with lock transiting. Possible Homeland Security requirements should be considered. (5% ) v. Investigate the feasibility of using an emerging technology such as magnetic strips on paper/plastic cards, micro chips embedded in cards to transfer commodity information from a vessel to the lock data entry system. (2%) w. Search program by Ops ID or Flotilla Number that displays EROC, River, Lock , Chamber and SOL date. (2%) x. Barge Count Maintenance screen that would allow simultaneous correction of the Flotillas, Barge-Traffic, Barges and Barge Commodity tables.(similar to DIS rewrite Jobkey).(2%) y. Design and develop web based data query and selection screens for LPMS 1990-1999 data in Oracle on WPC21 for data retrieval via file or browser retrieval. (3%) z. For DIS, add 2 new fields to the Fulljobs table, 3 new fields to the Inhouse table, 6 new domain values, expand IFB Number field to 7 characters in table and on all appropriate screens and reports, restrict record retrieval on Job Completion to EROC, pr event record duplication or overwrite on New Record Insert for InHouse table and changle title of Estimated Type to Contract Type on Job Pre-bid screen.(4%) 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 Officer's 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. However, all GFE, including access to a SUN E3000 for Oracle database design, setup and performance tuning and access to Oracle software for web development will only be available at th e Institute for Water Resources, Casey Building, Alexandria, VA. Remote connection software (VPN), secure shell telenet software and instructions, if available, will be provided to the contractor. The production systems are on WPC21, WPC56 and, a SUN E5 500, in Portland, OR and work must be done in this environment. 8. DELIVERY SCHEDULE. The total period of performance shall begin on or about 25 September 2003 and expire on 24 September 2005. Tasks A thru Z total 100% for the project. Each task is weighted percentage of the total project and maybe invoiced as tasks a re accepted as complete by the COTR as listed in paragraph 9. 9. POINTS OF CONTACT. The COTR for the execution of this task order is Donna Wood, CEWRC-NDC, 703/428-6154. The administrative point-of-contact is Ms. Virginia Pankow, CEWRC-NDC, 703/428-9047. 10. GOVERNMENT FURNISHED EQUIPMENT. Not applicable. 11. SECURITY REQUIREMENTS. Not applicable. 12. CDRLs and DIDs. Not applicable.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/COE/DACA72/DACW72-03-T-0024/listing.html)
 
Place of Performance
Address: US Army Humphreys Engineer Center Support Activity - Civil ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
Country: US
 
Record
SN00424350-F 20030905/030903213842 (fbodaily.com)
 
Source
FedBizOpps.gov 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.