Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 11, 2014 FBO #4765
SOURCES SOUGHT

D -- TSE Maintenance and Development

Notice Date
12/9/2014
 
Notice Type
Sources Sought
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
 
ZIP Code
20899-1410
 
Solicitation Number
SB1350-15-TSE
 
Archive Date
1/23/2015
 
Point of Contact
Monica Brown, Phone: 2024820932
 
E-Mail Address
monica.brown@trade.gov
(monica.brown@trade.gov)
 
Small Business Set-Aside
N/A
 
Description
This notice is for market research and planning purpose only and does not obligate the Government to any contractual agreement. This is not a request for proposal. The Government does not intend to award a contract on the basis of responses, nor otherwise pay for the preparation of any information submitted, nor will respondents be notified of the review of the information received. The information obtained from this Request for Information (RFI) will be utilized as market research for consideration in development of the Acquisition Strategy and Acquisition Plan for this requirement. The Government will not reimburse interested sources for any costs incurred in preparation of a response to this notice. Information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. The TSE system is a web based program which permits users to dynamically generate and visualize U.S. international trade statistics over the Web. Visitors to the TSE website can select and extract U.S. trade data records tailored to their needs, view results in tables and on thematically color-shaded maps, download requested data, download map images, and print maps and tables as needed. The system uses MapInfo's MapXtreme TM software for Microsoft.Net, which displays interactive thematic maps on a.Net webpage using trade data stored in a Microsoft SQL Server database. The TSE system was expanded to include the following applications: TSE, TradeStats Express Plus (TSE+), the State Imports Database, Metropolitan Export Data series, Exporter Database, Export Related Employment. TPIS is an Oracle database and web based retrieval system providing access to a number of (logical) trade and economic databases all open to government users via authentication and access to a number of dynamic data-driven web forms and pages open to the public without authentication. TPIS is built on an Oracle 11g database server platform with the bulk of the functionality for the retrieval system coded in Oracle's PL/SQL. Backups of the databases to disk are performed using Oracle's RMAN, and other data and files outside of the Oracle databases are backed up to tape using a commercial backup package. Structurally, TPIS utilizes two instances of Oracle 11g databases: one database instance, called TPISDB07, houses the bulk of the TPIS (logical) international databases, about 700 GB of data in a single Oracle instance; a smaller database instance of about 100GB, called TPISDB06, is used primarily to run the perl-cgi interface to the web-based code, to submit remote requests to the pl/sql procedures on TPISDB07. The primary government Web interfaces for TPIS for authenticated government users is a combination of 1) perl cgi data-driven web forms that submit requests for asynchronous "jobs" run on PL/SQL procedures on TPISDB07, and 2) some web forms coded primarily in C# from Microsoft Visual Studio (MSVS) 2010 to provide access to the public and the government via Oracle database content in data-driven dynamic web forms and pages. Most of the data in the TSE system are transferred through the TPIS system before loading into the TSE system. Both the Oracle database and web servers run on Windows 2008 Server platforms, using IIS as the web site. The purpose of this sources sought is to obtain information on the following mission support services for the Office of Trade and Economic Analysis (OTEA) identified as the following: (1) provision of on-going maintenance of the TSE system; (2) additional services in support of the further development and enhancement of the TSE system; (3) conduct an assessment of existing systems and create design plan for transition of systems to a vendor supplied and supported cloud environment; 4) move and maintain the TSE system (GIS software, custom software (C#, t-sql, etc), MS SQL Server 2008 or higher databases) to a vendor-supplied-and-supported cloud environment, the database being 200GB or less along with a good deal of raw data storage; and (5) move and maintain the TPIS system and Oracle databases to a vendor-supplied-and-supported cloud environment, two oracle databases totaling a terabyte of storage, raw data of at least 2 terabytes and space to run RMAN backups to disk and to store database archive logs. 1. Maintenance: OTEA requires annual maintenance. Annual Maintenance support includes the following: a. Application Software Support: Provide continuous engineering support for the TSE system so as to avert disruption of essential agency functions over the course of the contract. This includes but is not limited to modifying the TSE system applications as needed to cope with the evolution of operating system, database, web browser and web server software. It also includes implementing MapXtreme/Pitney Bowes patches to the TSE system applications where necessary and providing application support to ensure sustained system operations. The contractor shall perform additional as needed application and data management support during the contract performance period in order to facilitate updates to the TSE system applications content and ensure that all source data is processed into formats fully compatible with TSE and Emporio application code. b. Troubleshooting: Provide diagnostic services and remedial assistance as needed to maintain system availability during normal business hours. Modify custom application programs in MS SQL Server, MS.NET, and MapXtreme for.Net as needed to ensure stable system operations and avert disruption of essential agency functions. 2. Additional Application and Data Management Services: These services are identified as upgrading existing functionality and adding new functionality. In addition, it may include services which are not included in the FFP for maintenance above. Services in support of new functionality may require future modifications of applications in MS SQL Server, MS.NET, and MapXtreme for.Net code. Services required under this area will be performed on a labor hour basis. a. Support may include correcting errors discovered during validation testing requiring intervention caused by bad data (incorrect format, incorrect data, missing data that is expected), correcting errors discovered during validation testing that require intervention of third party (i.e. US Census) to correct, and make changes to the software application, outside of previously defined application design. b. Application development services in support of additional components to be incorporated into the system may include; but is not limited to: functional design documents, optimization of system performance, load testing and the development and deployment of newly available trade data, and code changes to support source data format changes. Services are required to modify application programs in MS SQL Server, MS.NET, and MapXtreme for.Net when necessary to add new functionality to the TSE system. c. All functional design documents shall at a minimum includes application functionality, application design, and screen mock-ups. 3. Assessment and Design: Conduct an assessment of existing systems and create design plan for transition of systems to a vendor supplied and supported cloud environment. OTEA requires technical documentation to be created for the TSE and TPIS systems: a. A technical overview of the TSE and TPIS systems (including technical specifications of the existing systems, existing server infrastructure, dependencies on other agency resources, etc.). b. Design of vendor supplied and supported cloud environment including a proposal for a cloud platform, technical design (including documentation of proposed server and network layout with diagrams), and an estimated cost structure to include both initial set-up costs as well as recurring annual costs for maintenance of the system. c. Create a project plan for implementation including step-by-step procedures and timeline for cloud environment set-up, transition of systems to the cloud environment, migration of data, establishment of procedures for regular data maintenance, and conversion of the live site (including set-up of the.gov address, etc.). 4. Cloud Environment: Move and maintain the TSE System in the Cloud. Provide an appropriate "Cloud" Environment, per the approved design and project implementation plan, and move the TSE system from its current data center location to an equivalent cloud location and maintain the MS SQL Server Database Software and TSE system at the new location. Moving TSE would entail taking a copy of the MS SQL Server 2008 databases and the related C#, MAPXTREME, html and other files and software and moving them to "cloud" servers. Provide and Configure MS SQL SERVER database services and IIS Web servers and get the transferred TSE system to work in the new cloud environment. TSE is a highly customized system where maintenance of the customized software (C#, t-sql, javascript, css, maxextreme code, and related configuration and support files) will be maintained by the contractor once the contractor makes the transferred system fully operational. The contractor will be responsible at a minimum for the maintenance of 1) MS SQL SERVER Patches & upgrades, 2) IIS and OS patches and upgrades, 3) performing backups of the Databases, 4) backing up all software and files not covered by the SQL SERVER database backups. 5. Cloud Environment: Move and maintain the TPIS System in the Cloud. Provide an appropriate "Cloud" Environment, per the approved design and project implementation plan, and move the TPIS system from its current data center location to an equivalent cloud location and maintain the Oracle Database Software and TPIS system at the new location. Moving TPIS would entail taking a copy of the database instances (probably in RMAN) and the related perl, cgi or other files and software and moving them to "cloud" servers. Provide and configure Oracle database 11g or higher services and IIS Web servers and get the transferred system to work in the new cloud environment, including getting the perl cgi and MSVS C# *.aspx web pages to work in IIS or other web server. TPIS is a highly customized system where monthly data loading and maintenance of the customized software (PL/SQL, C#, perl cgi,...) will be maintained by TPIS staff once the contractor makes the transferred system fully operational. The contractor will be responsible at a minimum for the maintenance of 1) Oracle Operation, Patches & upgrades, 2) IIS web server and OS patches and upgrades, 3) performing or supporting RMAN backups of the Oracle databases to disk, 4) backing up all software and files not covered by the RMAN Oracle database backups, 5) periodically backing up the RMAN backups to disk to tape or other media and storing copies off-site for disaster recovery purposes. The DOC is requesting that interested contractors provide a brief capability/information statement demonstrating their ability to provide this service and provide the following information: The statement of capabilities should include: 1. Firm name, address, e-mail, telephone and fax numbers 2. Small business certification - 8(a), HubZone, Service Disabled Veteran or Women-owned. 3. Applicable contract vehicles (i.e. DOC, GSA, NASA SEWP) available for Government-wide use. 4. Past Experience - describe your experience of similar type, size and complexity to that which is the subject of this Sources Sought. 5. Provide a listing of three (3) most recent projects your firm has performed. 6. Your firms Data Universal Numbering System (DUNS) 7. System for Award Management (SAM) registered NAICS Codes. Interested parties should submit their responses in either a.doc or.pdf compatible format via email. Submissions should be no more than three (3) pages plus cover sheet. The DOC does not intend to respond to questions concerning this requirement at this time. Responses should be submitted to Monica.Brown@trade.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1350-15-TSE/listing.html)
 
Record
SN03590816-W 20141211/141209234318-d4b0808650bd2e3dc9f142c61a194ad4 (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.