Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 22,1996 PSA#1641

Contracting 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