MODIFICATION
D -- Custom Computer Programming for updating and maintaining Corps Water Management System (CWMS) modules
- Notice Date
- 5/8/2013
- Notice Type
- Modification/Amendment
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- USACE District, Fort Worth, PO Box 17300/819 Taylor Street, Fort Worth, TX 76102-0300
- ZIP Code
- 76102-0300
- Solicitation Number
- W9126G-13-CUSTOMPROG
- Response Due
- 5/16/2013
- Archive Date
- 7/7/2013
- Point of Contact
- Nicholas Johnston, 817-886-1083
- E-Mail Address
-
USACE District, Fort Worth
(nicholas.i.johnston@usace.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Action Code: Sources Sought Notice (Control No. W9126G-13-CUSTOMPROG) Date: April 24 Year: 2013 Contracting Office Zip Code: 76102 Classification Code: 99 Contracting Office Address: P. O. Box 17400, CESWF-CT-S, Fort Worth, TX SUBJECT Custom Computer Programming for updating and maintaining Corps Water Management System (CWMS) modules. Opening and Closing: Opens 29 April and Closes 29 May 2013. Contract Point; Nicholas Johnston 817-886-1083 Description: Updating Corps of Engineers Water Management System Modules It is the intent of the Government award custom computer programming requirement for a $2,000,000 Indefinite Delivery/Indefinite Quantity (ID/IQ) Contract. These water management programs are generally part of the Corps Water Management System (CWMS). CWMS is a combination of, software, and communication resources which will enhance the capability of USACE water management offices nationwide to make well informed decisions for managing reservoirs and water control systems. It will standardized software across all USACE offices and will have a corporate database. CWMS 2.1 was released for deployment nationwide in July 2012 and is an official Army AIS Class IV System. Continued updates/development of CWMS is required to incorporate the functions from legacy applications. This action is being performed with the support of the Hydrologic Engineering Center (HEC), the primary water management software developer for USACE. This project is for the U.S. Army Corps of Engineers, Fort Worth District, Tulsa District, Little Rock District, and Galveston District Reservoir Control offices. The services sought are for continuing development on water management utility applications such as the Multi-Parameter Visualization Tool (MPVT), the CAVI-NMI (Control and Visualization Interface-Native Model Interface), REGI/ROWCPS(Report Generation Interface/Replacement of Water Control Programs), and hydrologic modeling software such as HEC-HMS the replacement for the legacy application HEC-1. These programs will be used in the performance of water management's mission such as making daily reservoir operational decisions, forecasting reservoir pool levels, and collecting hydrologic data; water management's mission is to maximize the economic benefits of USACE flood control projects which results in meeting organizational goals of protecting private property and the prevention of loss of life due to flooding. All applications developed will be integrated into CWMS; legacy applications are increasingly difficult to support on new computer hardware, updated operating systems, and maintain Information Assurance (IA) compliance requirements. Modifications to utility programs include enhancing MPVT's hydrologic studies functions such as depth/area/duration, probable maximum storm functions, and the transfer of data between MPVT and HMS to determine a design storm critical size/centering/orientation. Respondents must be able to demonstrate expertise in the fields of software development, hydraulic/hydrologic modeling, and real time water control. It is important to note that the requirement is for programmers with a combination of water resources engineering knowledge and software development skills. Specifically the contractor must be able to demonstrate expertise with the following: Water control software development software utilizing JDBC, ODBC, and ADO.net, and specialized message queuing utilizing Oracle Advanced Queuing and JMS. Demonstrated expertise developing meteorological software Demonstrated expertise in the development of software to acquire, process, and utilize National Weather Service products including digital radar Demonstrated expertise developing cartographic/mapping software geared at spatial data analysis Demonstrated expertise developing software that performs inter-process communications used to link various CWMS components including but not limited to JNI, HTTP/SOAP, MSMQ, JMQ, TCI/IP and TCP/UDP Expertise in Java, C++, C#, C, Fortran, VB and VB.Net. The contract will also involve travel and participation in meetings regarding the initiatives. The project is a multi-phase collaborative effort expected to take up to 3 years to complete and is a follow on contract for the continued development of these applications. This IDIQ will be for 3 years from contract award not to exceed $650,000. The contractor may be needed to attend numerous meetings, provide monthly status reports, sample reports, and update thousands lines of code and GIS data. Interested companies shall respond to this notice by providing the following information: 1) Company Name, 2) Address, 3) Point of Contact information with telephone number and email address, 4) Cage Code, 5) Capabilities information/statement showing that the company has the ability to fulfill the Government requirement as described herein 6)Small Business Representation Certifications (NAICS 541511 Size Standard $25.5M). The contractor shall be able to comply with all requirements described herein to be considered capable. This is NOT a request for proposals or quotations. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Firms intending to provide submittals must submit detailed information indicating their ability to meet the Government's requirements. All inquiries must be received by 1 PM CST on May 16, 2013. RESPONSES TO THIS SOURCES SOUGHT NOTICE SHALL BE quote mark EMAILED ONLY, quote mark to nicholas.i.johnston@usace.army.mil, No fax, traditional mail, or hand carry submissions shall be accepted. Period of Performance of the IDIQ will be 3 years from the award. Individual task orders will be issued for specific increments of work and will have their own period of performance.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA63/W9126G-13-CUSTOMPROG/listing.html)
- Place of Performance
- Address: USACE District, Fort Worth PO Box 17300/819 Taylor Street, Fort Worth TX
- Zip Code: 76102-0300
- Zip Code: 76102-0300
- Record
- SN03056804-W 20130510/130508235447-3bbbefd5619d61949b014cfbe3724d95 (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 |