AWARD
R -- Development of Parallel System Capabilities, Enhanced Reporting Capabilities, and Initial Work to Support Changes to RMS and Use of GIS for the National Navigation Operation & Management Performance Evaluation & Assessment System
- Notice Date
- 11/7/2011
- Notice Type
- Award Notice
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- USACE HEC, Ft. Belvoir, ATTN: CEHEC-CT, 7701 Telegraph Road, Alexandria, VA 22315-3860
- ZIP Code
- 22315-3860
- Solicitation Number
- W912HQ-11-T-0034
- Response Due
- 9/19/2011
- Archive Date
- 12/7/2011
- Point of Contact
- Susan Tolliver, 703-428-6117
- E-Mail Address
-
USACE HEC, Ft. Belvoir
(susan.tolliver@usace.army.mil)
- Small Business Set-Aside
- N/A
- Award Number
- W912HQ-11-P-0170
- Award Date
- 9/23/2011
- Awardee
- RJP CONSULTING SERVICES (785684346) <br> 1105 TILDEN AVE<br> UTICA, NY 13501-3341
- Award Amount
- $149,200.00
- Line Number
- CLIN 0001-CLIN 0006
- Description
- 1. Introduction The Institute for Water Resources of the U.S. Army Corps of Engineers (USACE-CEIWR) has been tasked by corps headquarters (HQUSACE) to develop a centralized computer-based system to tabulate waterborne transportation cost structures for coastal deep-draft waterway projects. Waterborne transportation cost structures and the differentials derived from or associated with waterway project or plan alternatives serve as the primary basis for estimation of economic benefit(s) of waterway improvement and maintenance projects. Under the first stage development [See Exhibit I] the emphasis of output for system development was the estimation of waterborne transportation costs for deep-draft carriers conveying foreign (i.e., imports and exports) and\or domestic trade, and serving coastal deep-draft harbors of the United States for which the Corps' Waterborne Commerce Statistics Center (WCSC) compiles waterway traffic data. As this project evolves, the system will need the capability to compile and tabulate waterway operation & maintenance (O&M) data within the framework of requirements for life-cycle cost evaluation against general program management objectives of the Corps. In addition, while the emphasis of system development will be for evaluation of O&M of deep-draft waterways, the logic and procedures for life-cycle project economic benefit and cost evaluation(s) are to be comparable with established guidance for logic, practices and procedures applied to evaluation of both ongoing O&M as well as new work for pending or newly constructed general navigation features (GNFs) and marginal or incremental improvement measures to existing waterway system projects. The system (known as NNOMPEAS - National Navigation Operations & management Performance Evaluation & Assessment System) will ultimately need to tabulate two general categories of costs and then have the capability to compare them as a measure for return on investment (ROI) for fiscal\budgetary evaluation of alternatives with regard to needs for ongoing O&M maintenance work and dredging. These cost categories are: Waterborne Transportation Costs (from which economic benefits are estimated) Waterway Project Operation & Maintenance Costs (O&M) (cost for dredging and other work to maintain some given level navigability) Comparison of the two costs can provide for reasonable evaluation of return on investment (ROI) subject to requirements of comparability in price levels and basis of estimation relative to data compiled and applied. 2. Background This SOW is a continuation and evolution of a system developed over four years. Exhibits I and IV present the Scopes of Work for the initial Phase 1 and 2 development of the system. Also included as reference is the Summary Data Field Listing [Exhibit III] and the system's Programming Environment[Exhibit II].: 3. Description of Technical Work and Requirements Under this Scope of Work or Services 3a. The scope of work or services entails modification and enhancements to the version of NNOMPEAS as developed to-date with continuation or maintenance of its architecture (see Exhibit I). Requirements under this scope of work will generally entail the following: a) Expansion of operating platform capabilities to operate NNOMPEAS in parallel systems for Oracle versions 10g and 11g. b) Expansion of port coverage from the first level ("top") priority forty-three (43) deep-draft coastal ports (as defined by USACE) to the top 125 deep-draft coastal ports. c) Chronological enhancement of the incorporated WCSC data set presently encompassing 2004 to 2007 for the first 43 ports to 2004 through 2010 for the specified 125 ports. d)Initiate development of capabilities to access data from the Corps' Resident Management System (RMS) to allow access to needed data for dredging activities to begin capabilities to perform economic evaluations of project maintenance costs. e)Development of user interfaces and capabilities to produce summary statistical reports and managerial-level benefit evaluations for changes in reference depth specifications maintained. f)Investigation and tests of feasibility for incorporating GIS capabilities for display of information related to cargo transport (i.e., mapping from origin to destination, etc.) in addition to interpreting geospatial perspective for physical location of waterway maintenance costs. 3b. The U.S. Army Corps of Engineers (USACE) is currently migrating many of its computerized systems to more current or updated system operating environments. IWR requires the ability for NNOMPEAS to operate with different versions of its primary software, notably Oracle database software. NNOMPEAS was originally developed within the Oracle 11g environment for ease of use and to expedite development and testing of functions and features considered essential to the application and use of the system with special requirements such as GIS mapping applications. The phasing of transition to updated software environments has resulted in the need to have NNOMPEAS enabled to operate in both the ORACLE 10g and 11g environments. In addition, redundancy for capability of the system to operate on either a stand-alone platform or production network server is of critical value to USACE for rapid system restoration and avenue of alternative access in the event of primary server failure and system loss. 3c. Also required under the scope of work or services will be the requirement to expand and update more current data from the Waterborne Commerce Statistics Center (WCSC) of USACE in the same format as was previously used [described in Exhibit I]. The existing NNOMPEAS system contains data for the top priority forty-three (43) domestic deep-draft coastal ports of the United States for Calendar years 2004 through 2007. The contractor will need to further develop the system to accommodate data to include waterborne cargo statistics data for 2004 through 2010 for an expanded specification of the top 125 ports (inclusive of the initial 43 ports and as specified for USACE with data to be provided by the WCSC) for 2004 through 2010. Data structure and fields to be incorporated shall be the same as described in Exhibit I. 3d. To efficiently support benefit\cost evaluations of the deep-draft navigation program the NNOMPEAS system will need to access and manipulate waterway maintenance cost data. It has been determined that the best source for compilation and consolidation of needed cost data is the Resident Management System (RMS) employed by USACE to manage dredging projects and track associated work efforts and expenditures. Accordingly, the contractor will be required to develop a prototype NNOMPEAS module for access and transfer of needed data and information in a form preformatted for compatibility export capabilities and output reports of RMS. This module will be developed by the contractor to allow compilation of data at the highest level (harbor or waterway system) down through the lowest level required (waterway segment) and as described and can be extracted from RMS. 3e. In regard to application and use of NNOMPEAS for decision-making, the systems needs additional capabilities to support managerial decision-making via summarized reports for comparative statistics and alternative scenarios which address changes in assumptions concerning impacts due to changes in depth, applicable vessel operating costs (VOCs) and tonnage throughput. Integral requirements will include the ability to store or archive scenario analysis for individual ports or groupings of ports (compatible with, and stratified according to, the existing table format for DWT or draft class, transit draft, and vessel or carrier type) for automated recall and comparison across different ports to allow regional and program-wide evaluation of the benefits of the Corps' navigation program expenditures. 3f. Respective to development of capabilities for the NNOMPEAS system to employ applications for geographic information systems (GIS), the contractor will be required to investigate and develop a working prototype interface for loading waterway survey data descriptive of a given water system in both the vertical and horizontal planes of design and construction (i.e., length or reach and segment, breadth, and depth). The contractor will initiate this effort with requirements for compatibility with the survey processor software HYPACK which is employed as the general standard for performance and processing of hydrographic and submerged topographic surveys. The prototype will be developed using survey data selected from priority projects of the South Atlantic Division of USACE (Wilmington Harbor, Charleston Harbor, Savannah Harbor, Jacksonville Harbor, and Tampa Harbor). The contractor will demonstrate capabilities for expansion of this product with respect to evaluation of all other harbors within the Corps Deep-Draft navigation program. 4. General Statement Concerning Programming Environment (and Supporting Materials and Equipment) Developmental work by the contractor will require access to detailed WCSC traffic data and information. The employed standard for waterborne commerce data compiled by the Army Corps of Engineers (USACE) is generally the ORACLE environment (with demonstrated expertise in Oracle 10g; Release 2 and later for Windows) and it is anticipated that this and the 11g versions of the Oracle environment will be the core system language(s) or environment around which other languages or commercial software will need to be employed via translational or interface programming. Accordingly, for integration into the Corps Oracle environment, 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 CEEIS backbone. Required knowledge, skills, and abilities shall also include development and applications for: Oracle 9iAS/9iDS, Oracle 10gAS/10gDS, and Oracle 11g for Solaris and Linux; Windows 2k/XP/Vista desktop and Linux; SQL; PL-SQL, Windows 2003 server; Analytical SQL, Oracle Web tools including the Apache Listener; current versions of Oracle Developer and Designer; Oracle PL/SQL; Oracle Spatial; Oracle Map-viewer; Oracle APEX; Oracle X10; HTML; XML; XSL; XSLT; KML; Javascript, Java; PERL, PERL DBI, MYSQL, PHP and wireless protocol access; MS Access 2000; and primary location mapping services. Due to design for eventual linkage to GIS information environments proficiency in use and development of applications for Google/Earth mapping service and client will be required. In addition, knowledge about RFID, TCP/IP, capture and transmission of NMEA data and integration with an Oracle application is required. All triggers, interface procedures and packages developed for working with and handling data or databases within the environment as described and required by\for USACE shall be fully verified and documented. This latter requirement may entail more or supplemental documentation than would accompany the primary documentation of contractor's core developments for the required system. In addition to described specifications for the general programming and operating environment, ideally the contractor should have experience in the use and structure of budgetary program systems employed by the Corps, most notably DIS (Dredging Information System) and RMS (Resident Management System), in addition to the current versions of HYPACK modules for post processing, manipulation and analysis of waterway survey data. 5. Tasks\Deliverable Items and Related Schedules Work effort by the contractor will commence after assignment and completion of pre-work negotiations followed by formal issuance of the written Notice to Proceed (NTP) by the contracting officer (CO) or contracting officer's authorized representative (COR). Deliverables as specified below are to be provided by the contractor in accordance with time allowances as summarized. To track progress and quality the contractor will submit a written interim progress report via email or electronic means acceptable to USACE for each item (1 through 6; approximately half way through each respective calendar day timeframe) and where necessary request or comply with requests for teleconference(s) for execute problem or issue resolution (if appropriate) to fulfil contract requirements within overall specified time allowances. The schedule of deliverables associated with the performance of the above described work will in part depend upon turnaround or response time of the government technical representative in regard to completion of review for interim reports and products monitoring via teleconferences. For purposes of estimation regarding review of deliverables, schedules, and formulating costs of the proposal, return of written comments or requirements where appropriate (for adjustments, corrections, etc.) by the Government's technical representative shall be forwarded to the contractor within 10 to 18 calendar days as a result of review for each deliverable. Accordingly, for estimation of costs and resource assignments to comply with this statement of work, general expectations for schedule of contract deliverables is as follows. DELIVERABLE ITEMSNTP + (calendar days) 1. Comprehensive Demonstration of existing NNOMPEAS System Operable Under Both 10g & 11 G Environments 30 to 35 days 2. Expansion of Port coverage to the 125 ports 60 to 70 days 3. Chronological Enhancement of WCSC Data Set in NNOMPEAS (2004-2010 data)70 to 90 days 4. Initial Development of Interface to Develop Access and Evaluation of RMS Data & Information60 to 80 days 5. Interface or Module to Support Managerial & Statistical Reports for Scenario Evaluation, Decision Making and Program Evaluation80 to 140 days 6. Feasibility Investigation & Initial Development for GIS Applications160 to 260 days 7. Travel (to be proposed\determined)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/COE/DACA72/W912HQ-11-T-0034/listing.html)
- Record
- SN02619599-W 20111109/111107234900-1b368636b913d789a5de0b49da7685f9 (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 |