SOLICITATION NOTICE
D -- Consultancy Support for the Configuration Management and on-going Development of the NATO C3 Portal
- Notice Date
- 6/8/2004
- Notice Type
- Solicitation Notice
- NAICS
- 518112
— Web Search Portals
- Contracting Office
- Department of Commerce, Bureau of Industry & Security, Defense Programs Division, Office of Strategic Industries and Economic Security 14th and Pennsylvania Avenue, NW, Room 3876, Washington, DC, 20230
- ZIP Code
- 20230
- Solicitation Number
- IFIB-IMS-2004
- Response Due
- 7/1/2004
- Archive Date
- 7/16/2004
- Point of Contact
- Etta Munford, Industrial Specialist/NATO Procurement, Phone 202-482-8240, Fax 202-482-5650, - Liam McMenanim, Trade & Industry Analyst, Phone 202-482-2233, Fax 202-482-5650,
- E-Mail Address
-
EMUNFORD@bis.doc.gov, Imcmenam@bis.doc.gov
- Description
- OUTLINE TECHNICAL REQUIREMENTS FOR SOFTWARE ENGINEERING CONSULTANCY I. Introduction 1. To promote interoperability of C3 systems within NATO and to enhance information sharing, there is a requirement to harmonise and expand the information currently held within the NHOC3S and elsewhere in NATO, and to make it easily available to NATO and National users via existing intra and internets. The progressive further development of an in place NATO C3 Portal (NC3P) is required. The Architecture and Interoperability Branch (AIB) of the NATO HQ Consultation, Command & Control Staff (NHQC3S) is responsible for the execution of this task. 2. This requirement for consultancy support is for the further development of the NC3P, primarily to complete linkage to local HQ NATO data sources and to provide an efficient and comprehensive data integration and search tool. II. Outline Requirements 1. Provide expert assistance in the configuration management of an Enterprise Information Portal that utilizes Oracle 9i Application Server - Portal. 2. Design and implement improvements in the physical architecture Oracle 9i Application Server - Portal to bring the system in line with current NATO security regulations. 3. Design and implement procedures to transfer data stored within Oracle databases between NATO Unclassified and NATO Secret environments. 4. Significantly enhance portlets developed in the prototype phase to provide a comprehensive, effective and fully populated unified search capability of Oracle based databases, Microsoft based databases (including MS Access and Visual basic), XML and HTML sources maintained locally at HQ NATO and elsewhere across the web. 5. Design and implement portlets to improve efficiency of content managers. 6. Design and implement new Oracle databases. Develop portlets for input and output to these databases. 7. Provide comprehensive documentation for the set of tools developed within the portal both in a web enabled way and in a word format. This documentation will be used for training purposes and to assist user access. 8. The tools to be used by the required consultant(s) include: a. Oracle FL/SQL b. Oracle Developer Suite. c. Toad. d. XML Schema tools e. ASP and HTML development tools f. MS Office automation applications III. Technical Requirements 1. The requirement is for consultant(s) skilled in the techniques and products specified in Section II above. 2. The bid is to include all additional software installation and usage licence costs over and above those already held by HQ NATO, 3. Information on existing systems and software will be furnished to contractors interested in bidding. Experience 2. The experience that the consultant(s) must possess is as follows, a. Minimum of two years experience with software specified in Section II. b. Minimum of two years experience with SQL, specifically PL/SQL. c. Minimum two years experience in upgrade and management of Oracle Application Servers. d. Strong oral, written, and interpersonal skills e. At least one year working in the NATO environment and a broad understanding of NATO and its C3 procedures. f. XML knowledge. g. Strong oral, written, and interpersonal skills. Qualifications 3. At a minimum, the formal qualification that the consultant(s) shall possess is a first degree from a recognized European or North American University in one of information technology, computing, engineering, or mathematics. Ideally, the consultant should be a certified information engineer at second degree (Masters) level. Language 4. The working language in the NHQC3S is English and the consultant(s) must have a good command of the English language both spoken and written. Security 5. The consultant(s) must have a NATO Secret clearance. The Contractor shall comply with such security measures as are prescribed by NATO and the National Security Authorities of the NATO countries in which the contract is being performed for the safeguarding of classified information entrusted to him or generated by him in connection with the performance of the contract. Contractor and subcontractor personnel employed under this project may require access to locations where classified materials and information up to and including ?NATO SECRET? are handled; therefore, such personnel shall be required to have a security clearance to this level from their National Security Authority. Place and Hours of Work The work shall be performed primarily on location within the C3 AIB, NHQC3S, NATO HQ, B-1110 Brussels, Belgium. The precise working arrangements shall be decided by mutual agreement at the start of the contract. The on-site working day is established as 08.00 hours to 17.00 hours with one hour for lunch from Monday to Friday inclusive. The term ?working day? excludes periods of sickness, leave and non-prototype development related training. Deliverables The prime purpose of this contract is to provide specialist support to the NHQC3S C3 AIB for the ongoing development of the NATO C3 Interoperability Portal as explicitly identified in the Technical Specification. Etta R. Munford (BIS/OSIES/DPD) is the point of contact for interested U.S. firms regarding certification/eligibility procedures and/or questions.
- Place of Performance
- Address: BRUSSELS
- Country: BELGIUM
- Country: BELGIUM
- Record
- SN00599898-W 20040610/040608211745 (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 |