Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2009 FBO #2715
SOLICITATION NOTICE

D -- Mission Tracking and Inventory Control Database

Notice Date
5/1/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Justice, United States Marshals Service, Investigative Services Division, 8712 Morrissette Drive, TOG, Springfield, Virginia, 22152-1079
 
ZIP Code
22152-1079
 
Solicitation Number
DJMS-09-TOG-Q-0009
 
Point of Contact
Valerie Snowden,, Phone: 202/307-9044, Valerie Snowden,, Phone: 202/307-9044
 
E-Mail Address
valerie.snowden2@usdoj.gov, valerie.snowden2@usdoj.gov
 
Small Business Set-Aside
Total Small Business
 
Description
Interested parties please submit a quote for a Mission Tracking and Inventory Control Database which will provide a mechanism for tracking and reporting on non-investigative work products and projects as well as an integrated inventory control system for the U.S. Marshals Service, Technical Operations Group, Tactical Support Branch accountable property. STATEMENT OF WORK Table of Contents: 1.0: Objective 2.0: Scope 3.0: Tasks 4.0: Period of Performance 5.0: Deliverables 6.0: Fees and Recurring Costs 1.0 Objective The United States Marshals Service, Technical Operations Group, Tactical Support Branch (TOG/TSB) Mission Tracking and Inventory Control Database will provide a mechanism for tracking and reporting on non-investigative work products and projects as well as an integrated inventory control system for TOG/TSB accountable property. The objectives of the database are to track, maintain, and report -personnel assigned TOG/TSB tasks -equipment used for TOG/TSB tasks -project codes used to fund TOG/TSB activities -current antenna site lease information -accountable property assigned to TOG/TSB and its personnel. 2.0 Scope The contractor shall provide the software application development and engineering support required to execute the following tasks in support of the USMS. 2.1 Create a relational database to track TSB work products and accountable property. 2.2Create an HTTP based front-end for the database or other suitable front end application. 2.3Deliver a reporting capability compatible with Crystal Reports. 2.4Import existing data into the database. 2.5Share database information with other similar applications 2.6Create a comprehensive disaster recovery plan. 2.7Application support and maintenance. 3.0 Tasks The contractor shall provide the design and development labor required to execute the following tasks in support of the USMS. Task 3.1 Create a relational database to track TSB work products and accountable property. The contractor shall create and deliver a robust relational database to track TSB work products and property inventory using Microsoft SQL Server or another database solution based on vendor recommendations. The database shall meet the following specifications: 3.1.1Database will be created using Microsoft SQL Server or another database solution based on vendor recommendations. 3.1.2The database should be relational and fully normalized. 3.1.3All documentation relating to the structure of the database should be delivered to the USMS. 3.1.4The database will operate on a server running Windows Server 2003 supplied by the USMS. 3.1.5The vendor will provide all necessary technical assistance required to implement the database in the USMS/DOJ WAN environment. 3.1.6The inventory control portion of the database will need to support commercially available barcode scanners to be provided by the USMS, based on vendor recommendations. 3.1.7The inventory control portion of the database will need to support commercially available RFID solutions. Task 3.2 Create an HTTP based front-end for the database or other suitable front-end application. Create and deliver a web based front-end which will query the database to provide efficient, user friendly access to the data. If a custom http based front end is not feasible we will consider options such as Microsoft Access 2007 or other suitable applications determined by USMS and the vendor. The front-end shall meet the following specifications: 3.2.1 The front-end shall be http based to be launched from the USMS TSB intranet site. 3.1.2The front-end shall operate efficiently in a multi-user, WAN environment, supporting 25 concurrent users. 3.1.3Access to the client workstation shall be controlled via user id and password authentication against the USMS Active Directory domain. 3.1.4User privileges within the application should be configurable at the form and/or table level to allow or prevent user’s ability to add, modify or delete records. 3.1.5Client application needs the ability to create barcodes for accountable property. 3.1.6Client Configuration shall adhere to USMS configuration standards. 3.1.7The vendor will provide all necessary technical assistance required to implement the front end of the database in the USMS/DOJ WAN environment. 3.1.8All source code and documentation pertaining to the structure of the front-end shall be delivered to the USMS. Source code shall include thorough in line comments and documentation to express programmer’s intent. Task 3.3 Deliver a reporting capability compatible with Crystal Reports. The contractor shall provide functionality for the users to create ad hoc and predefined reports from the database. The database shall have the ability to interface with Crystal Reports. Task 3.4 Import existing data into the database. Data currently exists in Microsoft Excel spreadsheets and other external data sources. The contractor shall import existing data into the newly created database. Task 3.5 Create a comprehensive disaster recovery plan. The contractor shall create and deliver a comprehensive disaster recovery plan to include recommendations for database mirroring and automatic backup of all data. Task 3.6 Application support and maintenance. The contractor shall provide an option to purchase a support and maintenance package for a warranty period of one year with subsequent maintenance as agreed to by vendor and USMS Task 3.7 Application implementation and testing. The contractor will implement the application on the USMS WAN and conduct tests necessary to confirm the database is fully operable. This implementation and testing will be defined by the contractor and USMS and a written test result is required upon completion. All capabilities and functionality will be demonstrated/documented in this phase. 4.0 Period of Performance The exact timeline for work to be completed is negotiable; however, our expectation is that the proposed work will be implemented with-in 6 - 12 weeks of contract award. 5.0 Deliverables 5.1 Microsoft SQL Server Database 5.2 Database design documentation 5.3 Front-end Application/User Interface 5.4 Source Code 5.6 Disaster Recovery Plan 5.7 Implementation 6.0 Fees and Recurring Costs The proposed work shall include no additional licensing fees or mandatory recurring costs END OF STATEMENT OF WORK The preferred method of receipt of quotes is by email to Valerie.Snowden2@usdoj.gov. If email method is not possible, please mail quotes to: Valerie Snowden, U.S. Marshals, 8730 Morrissette Drive, Springfield, VA 22152. All questions shall be in writing and emailed to: Valerie.Snowden2@usdoj.gov. NO QUESTIONS WILL BE ACCEPTED AFTER 12 NOON (EASTERN TIME) ON MAY 14, 2009 ALL QUOTES SHALL BE SUBMITTED AND RECEIVED BY THE POINT OF CONTACT BY 12 NOON (EASTERN TIME) MAY 15, 2009
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1fd1cbd3d98b4c78060a9c80704cae28&tab=core&_cview=1)
 
Place of Performance
Address: Springfield, Virginia, 22152, United States
Zip Code: 22152
 
Record
SN01807339-W 20090503/090501222244-1fd1cbd3d98b4c78060a9c80704cae28 (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.