SOLICITATION NOTICE
70 -- APPLICATIONS ANALYST AND DATABASE SUPPORT
- Notice Date
- 8/15/2006
- Notice Type
- Solicitation Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- US Army Humphreys Engineer Center Support Activity, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ-06-T-0020
- Response Due
- 8/25/2006
- Archive Date
- 10/24/2006
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.The solicitation number is W912HQ-06-T-0020. The following FAR provisions apply FAR 52.212-1, 52.212-4, 52-212-5, 52.222-26, 52.232-33, and 252.243-7001. S TATEMENT OF WORK FOR APPLICATIONS ANALYST AND DATABASE SUPPORT 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 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 repo rts. 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 ed ited 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 C EEIS backbone. The knowledge shall include: Oracle 9iAS/9iDS and Oracle 10gAS/10gDS for Solaris and Linux; Windows 98/2k/XP/2003 and Linux; SQL; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Desi gner; Oracle PL/SQL; Oracle Spatial; Oracle HTMLDB; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2000; Location mapping services. 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 Solaris 8/Linux hardware environment for LPMS and DIS in ORACLE 9iAS/9iDS, Oracle HTMLDB, Oracle Designer, OpenSource (ie Perl, MySQL etc. ), new Oracle releases (ie 10g, IAS etc.) (12%). b. Rewrite application to eliminate Oracle Designer API generated packages dependencies to native dynamic SQL to include traffic flow and record duplication. (10%) c. Convert Designer generated forms, reports and screens to HTMLDB forms, reports and screens.(5%) d. Modify constraints and triggers to enforce data integrity rules required to load the OMNI data into the LPMS data warehouse. (1%) e. Develop and modify materialized views to enforce data validation and provide summarized data access for reporting and data extract capabilities. (1%) f. Provide technical support and maintenance for load programs and automated routines to add Omni Data to the warehouse summary files. (1%) g. Provide technical support for the data fee ds to the OMBIL OLAP application, including adjustments to summary table calculations and any ancillary reports. (10%) h. 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%) i. Convert legacy LPMS reports 6, 17, 18, 23 and 24 to run off of the new data warehouse configuration with the same selection criteria as para. F. (5%) j. Develop new data warehouse reports for Arrival Frequency, Lock Utilization, Tow Transit Analysis and Entry/Exit Types. (5%) k. Update LPMS data entry screens so data can be changed while maintaining the key field integrity and implement deferred constraints. (5%) l. Develop a routine to publish Arrival Data to the Web or to a wireless device. (1%) m. Refine development of Summary Table building process and Lock Summary Statistics report for the warehouse. (5%) n. Support for DIS/LPMS unauthenticated users on an IAS segment per USACE security policy. (1%) o. Develop .pdf file generation and export to Excel spreadsheets from all warehouse reports using HTMLDB. (5%) p. Provide technical support to upgrade all LPMS applications to Oracle 10g including support for HTMLDB. (8%) q. Be available for conference calls regarding problems submitted by the field for DIS and LPMS; make corrections to each system as required. (5%) r. Investigate the feasibility of using vessel VTS/GPS transponders to send data to readers mounted at the lock site to record the time events, commodities etc. associated with lock transiting and insert the data into LPMS. Homeland Security requirements s hould be considered. (15%) 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. 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. 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 th e COTR as listed in paragraph 9. 9. POINTS OF CONTACT. The COTR for the execution of this task order and the administrative point-of-contact will be given once the contract has been awarded. 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.
- Place of Performance
- Address: US Army Humphreys Engineer Center Support Activity ATTN: CEHEC-CT, 7701 Telegraph Road Alexandria VA
- Zip Code: 22315-3860
- Country: US
- Zip Code: 22315-3860
- Record
- SN01115716-W 20060817/060815221608 (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 |