SPECIAL NOTICE
99 -- NOTICE OF INTENT TO AWARD A SOLE SOURCE PROCUREMENT TO RJP CONSULTING SERVICES
- Notice Date
- 9/5/2008
- Notice Type
- Special Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Department of the Army, U.S. Army Corps of Engineers, U.S. Army Humphreys Engineer Center Support Activity, US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- SNOTE0805
- Archive Date
- 12/4/2008
- Point of Contact
- Damon C. Moore, 703-428-8487<br />
- 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 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 7 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 applications analyst, non-personal professional services for assistance in the technology enhancement of the Navigation Data Centers (CEIWR-NDC) current Dredging Information System (DIS) and Lock Performance System (LPMS). 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. 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 maintenance and technology enhancement of the Navigation Data Centers (CEIWR-NDC) current Dredging Information System (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. 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 reports. The database resides on WPC21 in Oracle 9iAS/9iDS. LPMS is currently a web based 9iAS/9iDS Oracle application. 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 the data warehouse. OMNI 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. 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 CEEIS backbone. This work must meet the CECI, ACE-IT, and security requirements. The knowledge shall include: Oracle 9iAS/9iDS and Oracle 10gAS/10gDS for Solaris and Linux; Windows 2k/XP/Vista desktop and Linux; SQL; Windows 2003 server; 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 Oracle APEX; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2000; 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: a. Maintain development and test environments for the Government in a Linux hardware environment for LPMS and DIS in ORACLE 10gR2, Oracle Apex 3.1.1, Oracle Designer, OpenSource (ie Perl, MySQL etc. ), new Oracle releases (i.e. 11g, IAS etc.) that is compatible with Solaris 8. (12%). b. Convert Designer generated forms, reports and screens to Oracle APEX forms, reports and screens. Including the ability to publish the Arrival data to the public website. (5%) c. Provide support for the data load of the OMNI data into the LPMS data warehouse. (1%) c.Continue development and support of the LPMS tool set including but not limited to the Schema Analyzers, Ad-Hoc Query Tool, Data Quality Console (DQC), LPMS Problem Tracker and DBMS Job Monitor. (15%) e. 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. (5%) f. Provide support for the resolution of the problems in the Problem Tracker and make system changes as necessary. (5%) g. Complete versions of the Stall Analysis Report, Vessel Summary Report, Tons Report and Key Lock Report to pull monthly, quarterly and summary data by district, division, waterway and ALL from all data warehouse schemas when required. (5%) h. Convert legacy LPMS report 6 to run off of the new data warehouse configuration with the same selection criteria as task G. (5%) i. Develop new data warehouse reports for Lock Utilization, Tow Transit Analysis and Entry/Exit Types. (5%) j. Redesign LPMS data entry screens in APEX 3.1 with a Web 2.0 look and feel including a function to allow data to be changed while maintaining the key field integrity and implement deferred constraints. (5%) k. Refine development of Summary Table building process and Lock Summary Statistics report for the warehouse. (5%) l. Prototype CAC-enabled login to LPMS data entry system including support for DIS/LPMS unauthenticated users on an IAS segment per USACE security policy. (2%) m.Provide technical support to upgrade all LPMS applications to Oracle 10g including support for Oracle APEX. (5%) n. Be available for conference calls regarding problems submitted by the field for DIS and LPMS; make corrections to each system as required. (5%) o. Migrate schema definition and diagrams from Oracle Designer to JDeveloper/SQL Developer. Enhance Schema Analyzer to include Excel/PDF-based schema/database design reports available through Oracle Designer which are not available through JDeveloper. (5%) p. Enhance LPMS data entry system to associate vessel type with lockage (traffic table) vs. vessel definition (vessels table). Add two fields to Vessel Table for IMO and MMSI vessel identification. (10%) q. Evaluate data entry for inner and outer stoppages to be all on the same screen. (2%) r. Incorporate MSACCESS Tracker program functionality into audit trail tables for People and Group permissions and provide APEX interface compatibility for both LPMS and DIS. Add selection criteria to DIS People table. (3%) 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 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 R 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. POINTS OF CONTACT. The COTR for the execution of this task order is Donna Wood, CEWRC-NDC, 703/428-6154 and the administrative point-of-contact is Ms. Virginia Pankow, CERC-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
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=335d3f1879fca23fd7cebb3fc48b2e1e&tab=core&_cview=1)
- Record
- SN01661271-W 20080907/080905222403-335d3f1879fca23fd7cebb3fc48b2e1e (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 |