Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 11, 2010 FBO #3182
MODIFICATION

D -- APPLICATIONS ANALYST AND DATABASE SUPPORT FOR LPMS AND OMNI MERGE/ LPMS ENHANCEMENT TRAINING, USER GUIDE AND HELPDESK SUPPORT

Notice Date
8/9/2010
 
Notice Type
Modification/Amendment
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
 
ZIP Code
22315-3860
 
Solicitation Number
W912HQ-SN-10-0010
 
Response Due
8/12/2010
 
Archive Date
10/11/2010
 
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, Humphreys Engineers Center Support Activity has a requirement for the above subject. THIS IS A NOTICE FOR SOURCES SOUGHT ONLY. THIS IS NOT A REQUEST FOR PROPOSAL OR INVITATION FOR BID. THERE IS NO BID PACKAGE, SOLICITATION, SPECIFICATION OR DRAWINGS AVAILABLE WITH THIS ANNOUNCEMENT. IT DOES NOT CNSTITUTE A PROCUREMENT COMMITTEMENT BY THE US ARMY CORPS OF ENGINEERS, IMPLIED OR OTHERWISE. NO CONTRACT WILL BE AWARDED FROM THIS SOURCES SOUGHT ANNOUNMENT. RESPONSE IS STRICTLY VOLUNTARY; NO REIMBURSEMENT WILL BE MADE FOR ANY COST ASSOCIATED WITH PROVIDING INFORMATION IN RESPONSE TO THIS SOURCES SOUGHT ANNOUNCEMENT OR ANY FOLLOW-UP INFORMATION REQUESTED. THE GOVERNMENT SHALL NOT BE LIABLE FOR OR SUFFER ANY CONSEQUENTIAL DAMAGES FOR ANY IMPROPER INDENTIFIED INFORMATION. The purpose of this Sources Sought synopsis is to determine interest and capability of potential qualified Small Business Administration (SBA) HubZone Small Business firms relative to the North American Industry Classification Code (NAICS) 541511. The Small Business Size Standard is $25 Million. To make an appropriate acquisition decision for the above project, the Government will use responses to this sources sought synopsis. SCOPE OF WORK APPLICATIONS ANALYST AND DATABASE SUPPORT FOR LPMS AND OMNI MERGE AND LPMS ENHANCEMENT TRAINING USER GUIDE AND HELPDESK SUPPORT 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 Operations and Maintenance of Navigation Installations (OMNI) and the Lock Performance Monitoring System (LPMS) and LPMS Enhancement Training, User Guide and Helpdesk Support. 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. 1.APPLICATION ANALYST AND DATABASE SUPPORT AND OMNI MERGE 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. OMNI submits its collected data to the LPMS data warehouse monthly. 1A. SCOPE The scope of this work is to provide technical and analytical support services to produce one integrated data input system maintaining as best as possible the current functionality of OMNI and LPMS. 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 and Oracle 10gAS/10gDS for Solaris and Linux; Windows XP/Windows7 desktop and Linux; SQL; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle SQL Developer and Designer; Oracle PL/SQL; Oracle Spatial; Oracle Map-viewer; Oracle APEX; Oracle Text; Oracle XDB; Oracle JVM; Oracle HTML; XML; XSL; XSLT; KML; JavaScript, JVM; Text; HTML5; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2007; Location mapping services; Google Earth Pro 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. 1B. TASKS: The contractor personnel shall execute the following tasks as specified below: a. Set up development and test environments for the Government in a Solaris 10/Linux hardware environment for current LPMS, current OMNI and the integrated product also called LPMS in ORACLE 10gR2/10gAS, Oracle Apex, Oracle OraTweet, OpenSource and new Oracle releases (i.e. 11g, IAS etc.) (15%). b.Provide technical support to upgrade LPMS to Oracle 10gR2. (5%) c.Rewrite the LPMS application to merge current LPMS and OMNI data entry functions using Oracle APEX screens and APEX reports as necessary. (15%) c.Develop tables and screens to support an optional Hydrological gate/gauge functionality. It is anticipated that this effort will be approximately two screens and two tables with data in the SHEF format for retrieval by water control. (2%) d.Investigate the option of developing a routine for offline data entry in an open source based design to include routines to submit forms when network becomes available and edit/insert uploaded data in the database. (1%) e.Rewrite current data warehouse load programs to support moving data entry records to warehouse and distribute across the current three warehouse data schemas. (5%) f.Evaluate all current OMNI reports and earmark those that are not already in the system for development and deployment including conversion to social media for availability to industry. (1%) g.Consolidate the design, development and deployment of any new reports identified in F. (3%) h.Migrate all Oracle Designer and custom PL/SQL POC maintenance screen to Oracle APEX. (5%) i.Develop any new POC maintenance screens as necessary to support OMNI and AISEP. (3%) j.Migrate all Oracle Designer and custom PL/SQL data entry screens to Oracle APEX including new features to support Origin/Destination pre-populated dropdown lists. (10%) k. Create a new field for Vessel Function associated with Traffic table lockage and associate with all historical data and reports. (2%) l. Create routines using the EMT lock pairs file to simulate the OMNI pre-fill feature for prior flotilla/barge/commodity optionally usable based on lock permissions. (3%) m.Implement record edits via primary key cascading of deferred constraints. (2%) n.Government will provide a copy of all source code related to both current LPMS and current OMNI including load programs, data manipulation programs, functions, SQL scripts, UNIX scripts/programs to be made available in the development environment. (2%) o.Per Army requirement, optionally prepare system for CAC enabling. (1%) p.Reconcile all the historical data with current business rules effected thru triggers and constraints ensuring that they are enforced. (5%) q.Convert and merge all program functionality into a series of PL/SQL processes that can be run thru an existing DBMS Job Monitor that should be completed within ninety days of award. (12%) r.Government will provide either access to MVR and LRD OMNI servers or have OBL contractor support to load data weekly into the LPMS data warehouse. (4%) s.Support the existing OMNI legacy data entry system until such time as the integration is complete and successfully functional or is made obsolete by other DoD, DA or USACE system requirements that break the system. (3%) t.Be available for conference calls regarding problems submitted by the field for all users; make corrections to each system as required. (1%) 2.LPMS ENHANCEMENT TRAINING, USER GUIDE AND HELPDESK SUPPORT LPMS data entry is currently a web based 9i 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 are available thru a data warehouse and a pre-2000 data database using APEX retrieval screens are available in both Oracle 10gR2 databases. LPMS is scheduled for a merge with a fat-client based parallel data collection system. The changes to the data base will be minimal however, some of the processes and reports will have major overhauls. In addition, there will be other changes done at the same time to increase both functionality and interoperability. This will require deployment support at 192 locations, a complete rewrite of all system and user documentation, retraining of end users, specifically lock personnel, and both email and telephone support. 2A. SCOPE The scope of this work is to provide technical and analytical support services to produce a training program, updated reports, complete documentation and helpdesk services for the newly merged data input system. 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 and Oracle 10gAS/10gDS for Solaris and Linux; Windows XP/Windows7 desktop and Linux; SQL; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle SQL Developer and Designer; Oracle PL/SQL; Oracle Spatial; Oracle Map-viewer; Oracle APEX; Oracle Text; Oracle XDB; Oracle JVM; Oracle HTML; XML; XSL; XSLT; KML; OraTweet, JavaScript, JVM; Text; HTML5; PERL, PERL DBI, MYSQL, PHP5, AJAX, MediaWiki and wireless protocol access; MS Access 2007; Location mapping services; Google Earth Pro mapping service, plug-ins and client. In addition, knowledge about Wikis, Content Management Software, RFID, TCP/IP, capture and transmission of NMEA data and integration with an Oracle application is required. 2B. TASKS: The contractor personnel shall execute the following tasks as specified below: a. Set up development and test environments for the Government in a Solaris 10/Linux hardware environment for LPMS in ORACLE 10gR2/10gAS, Oracle APEX, Oracle OraTweet, OpenSource and new Oracle releases (i.e. 11g, IAS etc.), MediaWiki, MySQL, AJAX, PHP5 (15%). b.Rewrite the LPMS system and user guides in a wiki format and in a web 2.0 format using HTML, JavaScript, Cascading Style Sheets etc. to document the merged version of LPMS with OMNI, changes to the LPMS data warehouse and reports. (20%) c.Using LPMS Schema Analyzer tool, performance tune all processes to run effectively, efficiently and timely. (10%) d.Fine tune the performance of the current data warehouse load programs to optimize loading in available wall clock time. (20%) e.Develop a train-the-trainer program for both district Points of Contact and lock personnel including new screens, fields and reports. Training is to be performed 60 days prior to the deployment of the enhanced system but no later than 30 days prior to the scheduled release date. Be prepared to take training to sites that request on-site training. (20%) f.Provide application helpdesk support to lock personnel via email and telephone after deployment for a period of twelve months. (10%) g.Be available for conference calls regarding problems submitted by the field for all users; make corrections to each system as required. (5%) 3. APPLICABLE DOCUMENTS. AR 25-1 AR 380-380 TB 18-100 Section 508 4. ACCEPTANCE CRITERIA. Services provided will be evaluated on the contractor's completion of the tasks outlined above. 5. 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. 6. 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. 7. DELIVERY SCHEDULE. The total period of performance shall be 730 days from the notice to proceed. Tasks A thru G total 100% for the project. 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 many of these tasks can be run in parallel, a monthly invoice of work performed may be submitted. 8. POINTS OF CONTACT. The COTR for the execution of this task order is Donna Wood, CEWRC-NDC-C, 703/428-6154 and the administrative point-of-contact is Ms. Virginia Pankow, CEIWR-NDC, 703/428-9047. 9. GOVERNMENT FURNISHED EQUIPMENT. Not applicable. 10. SECURITY REQUIREMENTS. A National Agency Check (NAC), INFOSEC certificate, and U-Pass userid are required to support this work. 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: 24 MONTHS FROM DATE OF AWARD.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-SN-10-0010/listing.html)
 
Place of Performance
Address: USACE HEC, Ft. Belvoir ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
Zip Code: 22315-3860
 
Record
SN02234292-W 20100811/100809235717-b0e27118242dcd2067d7f847f911d77d (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.