Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 17, 2009 FBO #2854
SPECIAL NOTICE

R -- APPLICATIONS ANALYST AND TECHNOLOGY REFIENEMENT FOR LPMS & AISEP

Notice Date
9/15/2009
 
Notice Type
Special Notice
 
NAICS
541519 — Other Computer Related 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
S-NOTE-09-0011
 
Archive Date
12/14/2009
 
Point of Contact
Damon C. Moore, 703-428-8487
 
E-Mail Address
US Army Humphreys Engineer Center Support Activity
(damon.c.moore@usace.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army Corps of Engineers intends to award a sole source contract to RJP Consulting Services. This is a special notice for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in the notice 6.302-1 Only one reasonable source available, and no other supplies or services will satisfy agency requirements and FAR Subpart 19.1306 HUBZone Sole Source Awards. However, any firm that believes it can meet this requirement may give written notification to the Contracting Officer within 10 days form the date of publication of this announcement. Supporting evidence must be in sufficient detail to demonstrate the ability to comply with the requirement. Responses received will be evaluated; however, a determination by the Government to compete the proposed procurement based on the responses to this notice is solely within the discretion of the Government. If no responses are received, the U.S. Army Corp of Engineers will proceed with awarding a firm-fixed price contract to RJP Consulting Services for non-personal professional services for application analyst and technology refinement for Lock Performance Monitoring System (LPMS) and Automatic Identification System Event Processor (AISEP). These services will be provided to the NDC, Alexandria, VA. Point of Contact for this requirement is Damon Moore at Damon.C.Moore@usace.army.mil, 7701 Telegraph Road, Alexandria, VA, 22315. STATEMENT OF WORK FOR APPLICATIONS ANALYST AND TECHNOLOGY REFINEMENT FOR LPMS/AISEP IS AS FOLLOWS: I. 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 Lock Performance Monitoring System (LPMS). These services will be provided to the NOC, Alexandria, VA. LPMS is currently a web based 9iAS/9iDS Oracle application. Data is entered locally by lock personnel via the web and edited online via PL/SQL and Javascript programs. The data will be migrated to Oracle 10g/AS/10gDS before the end of the calendar year. The Coast Guard has its own VTS/AIS system that requires designated vessels to carry an onboard transponder that transmits vessel identification information; valid callsign, length, width, GPS antenna position, MMSI (vessel number) and IMO number. 2. SCOPE. The Scope of this work is to provide the technical knowledge and support of the effort to enable the automatic collection and entry of selected data directly into the LPMS database. This capability is known as the Automatic Identification System Event Processor (AISEP). The work requires knowledge of the employment of all hardware, software and services in the area of OracIe database configuration and design, to both Intranetllnternet and screens for both data entry and reporting across the Corps of Engineers CEEIS backbone. This work must meet the CECI and ACE-IT security requirements. The knowledge shall include: Oracle 9iAS/9iDS and Oracle 10gAS/10gDS for Solaris 10 and Linux; Windows 2k/XPNista desktop and Linux; SQL; Windows 2003 server; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Designer; Oracle PU/SQL; Oracle Spatial; Oracle Map-viewer; Oracle APEX; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, AJAX and wireless protocol access; MS Access 2003; Location mapping services; CorpsGlobe 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. 3. APPLICABLE DOCUMENTS. AR 25-1, AR 380-380, TB 18-100, Section 508 4. TASKS: The contractor personnel shall execute the following tasks for each phase as specified below: a. Maintain development and test environments for the data collected from the test AIS receiver through a black box (serial to Ethernet converter) and Null modem cable into the current development server located on the ACOE network in New Orleans using elements from Oracle ROBMS and some Oracle auxiliary software to perform certain functions. (10%). b. Maintain and test the AIS data by refining programs that decode the encrypted data stream into data suitable for insertion into an Oracle database. The programs will be tested on the server at the New Orleans office and migrated to a Corps processing center when a server is designated. (100%) c. Refine LPMS API to supply timing data to the LPMS data entry application including the Arrival. Start of Lockage, Bow over Sill, End of Entry, Start of Exit and End of Lockage and other related times as defined in the LPMS system based upon AIS collected data in Task B for each lock. (5%) d. Refine geographic areas and business rules that correspond to each of the timing stations that occur during a lockage for the rest of the locks designated to participate; includes electronic survey at each lock to determine specific configurations. (10%) e. Incorporate custom overlays (navigation charts, etc.) into a viewer interface based on nautical charts in S57/S100 format converted to a kml file format. Viewer currently displays in a Google Earth/Google Map interface from the CorpsGlobe application. This may have to change if the Corps' standard viewer changes and if a standard map repository is designated. (10%) f. Install and test the automated time collection data developed in tasks A through D and the integration with the LPMS data entry screens on the MVN server for no more than three MVN locks. (10%) g. Support and maintain the current MVN AIS server until migration to Corps processing center and then migrate the automated time collection data beta tests in task F on WPC for a1l MVN locks. (5%) h. Refine server scalability specs for three different levels of support including variation of number of districts. traffic load and cost. (5%) i. Refine the integration of the LPMS timing data with the data entry forms or screens with AIS collected data through a customized PL/SQL API developed in Java. (5%) j. Develop and process AIS signal data from alternate sources as required including local receiver signals and/or USCG data stream. (10%) k. Provide technical assistance to ACOE liaison for SmartRiver. CRIS. LOMA and related AIS initiatives including Homeland Security requirements. (10%) I. Be available for conference calls regarding problems submitted by the field for LPMS timing data collection using VTS/AIS; make corrections to each system as required. (5%) m. Develop system and user documentation for the final configuration and its use in CD fonnat. (5%) 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 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. 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 and in New Orleans, LA. 8. DELIVERY SCHEDULE. The total period of performance shall be 365 days from the notice to proceed. Tasks A thro M total 100% for the project. The project covers twelve calendar months. Each task is weighted percentage of the total project and maybe invoiced as tasks are accepted as complete by the COTR as listed in paragraph 9. 9. POINTS OF CONTACT. The COTR for the execution of this task order is Donna Wood, CEWRC-NDC, 703/428-6154 and the administrative point-of-contact is Ms. Virginia Pankow, CERC-NDC, 703/428-9047. 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/S-NOTE-09-0011/listing.html)
 
Record
SN01955339-W 20090917/090916001418-31de93b9f956ea14c08328bacdbf706f (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.