|
COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1996 PSA#1641Contracting Office (fp), U.S. Coast Guard Academy, 15 Mohegan Ave., New
London, CT 06320-4195 70 -- DEVELOP HIGH LEVEL DESIGN FOR DMPS REPLACEMENT SOL
DTCG39-96-R-EPA091 DUE 080296 POC Contact Elizabeth Dubois, Contract
Specialist, 203-444-8239 - FAX 203-444-8299. 70 - DATA MANAGEMENT AND
PREDICTION SYSTEM REPLACEMENT. Sol DTCG39-96-R-EPA091. Due 8/2/96. POC
contact Elizabeth DuBois, 860/444-8239 FAX 860-444-8299. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with Subpart 12.6, and supplemented with additional
information included in this notice. This announcement constitutes the
only solicitation. Offers are requested. A written solicitation will
not be issued. In responding to this Request for Proposal, offerors
must refer to solicitation #DTCG39-96-R-EPA091. This solicitation
incorporates the provisions and clauses in effect through Federal
Acquisition Circular 90-37. The Sic Code for the services to be
acquired is 7371. The small business size standard is 14.5M. Offers for
the following items are due at the CGA Contracting Office by 2:00 P.M.
on 8/2/96, (faxed proposals will be accepted at (860) 444-8299):
Period of Performance: One hundred days (100) from the date of award.
This synopsis is a notice of intent to negotiate on a full and open
basis for the following requirement: The International Ice Patrol (IIP)
at the U.S. Coast Guard Research and Development Center has recently
procured computer hardware to support a migration from the presently
used INTERGRAPH/VAX platform. Background: The International Ice Patrol
(IIP) has statutory responsibility under U.S. law and international
treaty to warn trans-Atlantic and other passing vessels of ice danger
in the vicinity of the Grand Banks of Newfoundland (Title 14, US Code,
Section 738). Pursuant to this tasking, IIP receives iceberg
information from many sources. These include IIP reconnaissance,
commercial shipping, reconnaissance flights by the Canadian Government
and commercial sources flying reconnaissance for the Canadian
Government, and other sources. This data is used by DMPS to generate
iceberg warning charts and bulletins. IIP exchanges data daily with the
Canadian Atmosphere and Environment Service Ice Centre (AES) - DMPS
embodies the interoperability requirement for free flow of iceberg
information between IIP and AES. The computer hardware migration
requires a complete software conversion of the IIP DMPS and the AES
Iceberg Analysis and Prediction System (BAPS). The conversion will port
functionality of DMPS/BAPS to run as an application under the Canadian
Ice Services Integrated System (ISIS). DMPS is a custom built
application which makes extensive use of Intergraph's IGDS (Graphics)
and DMRS (Database Management) products. The application is very
tightly coupled to Intergraph's proprietary hardware through the
extensive use of Intergraph's software products in constructing the
system. Deliverables: The contractor will design a computer system to
replace the existing DMPS. The design will be presented in a formal
design document. The design must address (1) system and component
architecture, (2) control logic, (3) data structures, (4) input and
output formats, (5) interface descriptions and algorithms. The
contractor will deliver two hard copies and two electronic (Microsoft
Word) copies of this document. Constraints: The design will accept data
in the same format as the existing DMPS system. The products generated
must be similar to the products generated by the existing system. The
design will include IIP's existing numerical models. The interfaces
between these models and the new system must be addressed by the
design. The design will be implemented using a client / server
architecture with the following specifications: Server - HP-9000 Model
J-210, HP-UX version 10 OS (3 to 8 user license). Client - INTERGRAPH
TD-40 workstation, Dual 100 MHz Pentium processor, 1 GB HD, Windows NT
OS, NFS Client software. The contractor will be required to use
Arc/VIEW as the interface on the Windows NT client, Oracle and the 2
GIS packages (ESRI Arc/INFO & ERDAS Imagine) on the server. Since
DMPS/BAPS are applications unique to IIP/AES operations, the contractor
must demonstrate a comprehensive knowledge of DMPS/BAPS and ISIS
functionality ensuring the soonest possible completion. The contractor
must also demonstrate a comprehensive knowledge of the following third
party software: Oracle 7.1 RDBMS, SQLNET for HP-UX 10.0, SQLPLUS for
HP-UX 10.0, TCP/IP driver for HP-UX 10.0, SQLNET, TCP/IP for Windows
NT, ESRI Arc/INFO and Arc/VIEW, ERDAS Imagine Software, FORTRAN, and
C++. The following provisions and clauses will apply to this contract:
52.212-1 Instructions to Offerors - Commercial Items, 52.212-2
Evaluation-Commercial Items-Evaluation Criteria :- (1) The contractor
will indicate the amount of prior experience with/and knowledge about
the functionality of the existing DMPS/BAPS and ISIS systems. (2) The
contractor will indicate the amount of experience with the GIS packages
(ESRI Arc/Info, ESRI Arc/View, and ERDAS Imagine) and the ESRI 4GL
language AVENUE. (3) The contractor will provide the amount of
experience with the ORACLE database and the amount of experience
communicating with it in a client/server environment using SQLPLUS,
SQLNET AND TCP/IP. (4) The contractor will indicate their experience
with a mixed operating system environment using HPUX 10.0 for the
server operating system and Windows NT for the client operating system.
(5) The contractor will demonstrate knowledge with the following:
FORTRAN AND C++, client/server applications, and high level design
techniques. (6) The contract resulting from this announcement will be
awarded to that responsible offeror whose offer conforming to the
announcement is determined most advantageous to the Government, cost
and other factors considered and meet technical and knowledge criteria
listed above - 52.212-3 - Offeror Representations and Certifications
- Commercial Items, 52.212-4 Contract Terms and Conditions - Commercial
Items, 52.212-5 Contract Terms and Conditions Required to Implement
Statutes of Executive orders - Commercial Items. The following clauses
are applicable: 52.203-6 Restrictions on Subcontractor Sales to the
Government (JULY 1995), with Alternate I (OCT 1995) 52.203-10, Price or
Fee Adjustment for Illegal or Improper Activity (SEPT 1990), 52.219-8,
Utilization of Small, Small Disadvantaged and Women-Owned Small
Business Concerns (OCT 1995), 52.222-26 Equal Opportunity (APR 1984),
52.222-35, Affirmative Action for Special Disabled and Vietnam Era
Veterans (APR 1984), 52.222-36 Affirmative Action for Handicapped
Workers (APR 1984), 52.222-37 Employment Reports on Special Disabled
Veterans and Veterans of the Vietnam ERA (JAN 1988), 52.225-19 European
Union Sanctioned for Services (JAN 1996), 52.222-41 Service Contract of
1965 (MAY 1989), Fair Labor Standards Act and Service Contract
Act-Price Adjustments (MAY 1989), References from completed similar
jobs must also be submitted. No telephone requests accepted. Contact
Elizabeth C. Dubois at (860) 444-8239 for information regarding this
solicitation. (0200) Loren Data Corp. http://www.ld.com (SYN# 0443 19960719\70-0001.SOL)
70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page
|
|