Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2010 FBO #3260
SOURCES SOUGHT

D -- Computer Software Modeling

Notice Date
10/26/2010
 
Notice Type
Sources Sought
 
NAICS
541511 — Custom Computer Programming Services
 
Contracting Office
USACE District, Sacramento, 1325 J. Street, Sacramento, CA 95814
 
ZIP Code
95814
 
Solicitation Number
W91238-11-R-HAAS
 
Response Due
11/4/2010
 
Archive Date
1/3/2011
 
Point of Contact
Joseph Hetrick, 916-557-7012
 
E-Mail Address
USACE District, Sacramento
(joseph.j.hetrick@usace.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a SOURCES SOUGHT NOTICE for Market Research to determine the availability of potential firms for a potential competitive procurement. NO AWARD will be made from this Sources Sought. NO SOLICITATION, SPECIFICATIONS, OR DRAWINGS ARE AVAILABLE AT THIS TIME; therefore, DO NOT request a copy of a solicitation. Potential offerors having the skill, capabilities and personnel necessary to perform the described project are invited to provide feedback via e-mail to Ms. Niki Haas at Noelani.N.Haas@usace.army.mil. All responses will be used to determine the appropriate acquisition strategy for a potential future acquisition. Particularly, the purpose of this NOTICE is to gain knowledge of potential business sources for specialized computer programming services for the U. S. Army Corps of Engineers Hydrologic Engineering Center, Davis, California. This project will be awarded as a Blanket Purchase Agreement (BPA) and is planned for advertising by 5 November 2010. The NAICS Code is 541511, Custom Computer Programming Services, and the size standard is $25 million (average annual receipts for preceding three fiscal years), and the Product Service Code (PSC) is D308, Programming Services. The duration of the Blanket Purchase Agreement is five years. PROJECT DESCRIPTION The Contractor shall provide all personnel, equipment, material, tools, supervision, quality control, and other items necessary to provide software engineering services to support on-going software development projects for the Hydrologic Engineering Center (HEC). This will include enhancing the Corps Water Management System (CWMS) and Real-Time Simulation program (HEC-RTS); enhancements of the time series data management system HEC-DSS and HEC-DSSVue; development and enhancements of the next generation hydrologic engineering computer program family, including the Hydrologic Modeling System (HEC-HMS), River Analysis System (HEC-RAS), Flood Damage Analysis Package (HEC-FDA), Reservoir Modeling System (HEC-ResSim); Watershed Analysis Tool (HEC-WAT) and the Flood Risk Management Extension (HEC-FRM), Flood Impact Analysis (HEC-FIA), Prescriptive Reservoir Model (HEC-PRM), Ecosystem Functions Model (HEC-EFM), Statistical Software Package (HEC-SSP), Regime Prescription Tool (HEC-RPT), and miscellaneous improvements to other software packages. A majority of coding on these projects is done in the Java programming language, but portions also include Fortran, C/C++ and Visual Basic.net. The contractor will provide task specific assistance in applied research, engineering analysis, program design, software development, testing, documentation, and training. Software will be developed using a variety of productivity tools that enable fielding the products in a multi-platform Corps field office environment. The software is targeted for multi-user applications in a network environment employing state-of-the-art use of Graphical User Interface (GUI), graphic display, database, visualization, map and animation technology, using object-oriented programming concepts. Under this BPA, the BPA Holder/Contractor will undertake specific tasks associated with hydrologic engineering software design and prototyping, software coding, testing, documentation, training, applications, and deployment for HEC software development projects. Calls will be issued defining the specific task to be undertaken and product(s) to be developed. Listed below are examples of typical tasks. 1. Prepare a requirements analysis for an engineering algorithm to compute releases from a reservoir for power generation; and transform the resulting analysis into a preliminary code module design based on object-oriented technology. 2. Design and develop a general purpose object-oriented graphical display module for depiction of water resource system schematic representations. 3. Investigate, document and recommend software and libraries for application in HEC software development. Develop a graphical user interface (GUI) for a flood damage reduction analysis system including participation in requirements analysis and design, followed by complete development including rigorous testing and documentation. 4. Investigate existing software performance impediments of client-server architecture for local area network (LAN) and wide area network (WAN) implementation; recommend and document solutions. 5. Develop modules for interfacing a graphical user interface, software packages, and Geographic Information Systems based on design and specifications prepared by others. 6. Add modules to existing software that implement random sampling from selected probability density functions for risk analysis software. 7. Participate in requirements analysis, and subsequently design and develop algorithms to update model parameters for a spatially based, weather-radar driven real-time flow forecast model. 8. Implement unit testing and automated interface testing for exiting software. 9. Fully document a software application or a software library. 10. Attend development/status meetings or training. 11. Provide training for a software application. 12. Develop and implement unit testing and general application testing. 13. Research, design, develop, document and test the capability to plug various pieces of software into a framework graphical user interface to allow the software to operate in a coordinated synchronized fashion. Software engineering concepts, development environment, and productivity tools required to successfully accomplishing example tasks above include the following: 1. Hardware platforms/operating systems/standards: Intel-based personal computers with Microsoft Windows and Red Hat Linux, and Sun hardware running SUN Solaris. 2. Coding languages: Java, C and C++, Fortran, Visual Basic.net, Script (several languages including Python and Jython), and SQL. 3. Productivity software: Microsoft Development Studio, including Intel FORTRAN Compiler; Java IDEs, and various graphics libraries; or equivalent development productivity software. All HEC source code must be maintained in a version-control database accessible to both the contractor and HEC staff. 4. Object-oriented Design. 5. Oracle Database table design The water resource engineering concepts and abilities required to successfully accomplishing example tasks include the following. 1. Hydrologic Engineering : Rainfall/runoff transforms, parameterization, spatially gridded analysis, used of radar rainfall data, snowmelt processes and modeling. 2. River Hydraulic Engineering: One dimensional and two dimensional river hydraulic process and modeling, sediment transport analysis. 3. Groundwater hydrology: Multi-dimensional groundwater hydrology and hydraulics, groundwater plume analysis, groundwater/surface water interactions. 4. Water Resources Statistical analysis: Frequency, duration, risk analysis in water resource applications. 5. Water Resource Economic analysis: Cost/benefit analysis, potential damage analysis. 6. GIS: Use of Arc GIS products in water resource engineering All rights regarding software, documentation, and related products developed under the proposed BPA and BPA Calls will comply with DFARS 252.227-7014 Alt I, Rights in noncommercial computer software and noncommercial computer software documentation. CAPABILITY STATEMENT The following requests are designed to apprise the U.S. Army Corps of Engineers, Sacramento District, of any prospective contractors project execution capability. Please provide your response to the following. The submission is limited to 12 pages. 1) Offerors name, address, point of contact, phone number, and e-mail address. 2) Offerors interest in responding to the solicitation when it is issued. 3) Offerors capability statement demonstrating the Offerors ability to perform a contract of this magnitude and complexity and comparable work performed within the past 5 years brief description of the project, customer name, telephone number, timeliness of performance, customer satisfaction, and dollar value of the project provide at least 3 examples. 4) Offerors size status, the number of years in business, and DUNS number. 5) Offerors Joint Venture information if applicable existing and potential. The Capabilities Statement for this sources sought is not a Request for Proposal or Invitation for Bid, nor does it restrict the Government to an ultimate acquisition approach. The Government is seeking short statements regarding the companys ability to demonstrate existing-or-developed expertise, past performance, and experience in relation to the areas specified herein. Any commercial brochures or currently existing marketing material may also be submitted with the Capabilities Statement as long as the Offerors submission stays within the 4-page limit. Submission of your Capabilities Statement is not a prerequisite to any potential future offerings, but participation will assist the Corps of Engineers in identifying sources with required capabilities. This Sources Sought is for information and planning purposes only and is not to be construed as a commitment by the Government. The Government will not pay for any information or materials provided in response to this Sources Sought Notice and submittals will not be returned to the sender. If a solicitation is later released it will be synopsized in FedBizOpps only, the FedBizOpps link is: www.fbo.gov. Contractors are encouraged to register on FedBizOpps with the NAICS code related to this posting and for other business opportunities. Once your company is registered, FedBizOpps will automatically send you e-mails related to the NAICS code(s) you registered your company. All interested contractors should notify this office in writing via e-mail or hard copy, by 5:00 PM Pacific Daylight Time on 04 November 2010. Submit response and information by e-mail to: Noelani.N.Haas@usace.army.mil or by mail to: U.S. Army Corps of Engineers, Sacramento District, Attn: CESPK-CT-B (HEC-Niki Haas), 1325 J. Street, Sacramento, CA 95814.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA05/W91238-11-R-HAAS/listing.html)
 
Place of Performance
Address: USACE District, Sacramento 1325 J. Street, Sacramento CA
Zip Code: 95814
 
Record
SN02316706-W 20101028/101026233736-f68906999ebbd4115b47c74e4f8852eb (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.