Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2004 FBO #0787
SOURCES SOUGHT

D -- SPS PD2 XML Translator

Notice Date
1/21/2004
 
Notice Type
Sources Sought
 
Contracting Office
Defense Contract Management Agency, Defense Contract Management Agency, DCMA SPS Program Management Office, 4114 Legato Road, Fairfax, VA, 22033-4002
 
ZIP Code
22033-4002
 
Solicitation Number
Reference-Number-SPSJPMO0401
 
Response Due
1/30/2004
 
Archive Date
2/14/2004
 
Point of Contact
Steve Chan, Contract Support Specialist, Phone 703 227-4464, Fax 703 227-4300, - Elizabeth Cloutier, Procuring Contracting Officer, Phone 703 227-6732, Fax 703 227-4300,
 
E-Mail Address
schan@hq.dcma.mil, ecloutier@hq.dcma.mil
 
Description
Statement of Work SPS-I Translator Development Section 1 - Scope This statement of work (SOW) is for software integration support for the Defense Contract Management Agency (DCMA) Standard Procurement Joint Program Management Office (JPMO). This support is for the creation and maintenance of a centralized Integrated Development Environment (IDE) which will facilitate the development of legacy system integrations with the Standard Procurement System. Section 2 - Background The SPS JPMO is in the process of acquiring and fielding a commercially based standard application to support the automation of contracting offices throughout the Department of Defense (DoD). This program will continue for several years and will include the use of modern technologies for software applications, adaptive technology, communications, security, data migration and data warehousing. Section 3 - Objectives ? Establish an Integrated Development Environment (IDE) which is complementary to the existing AMS Integration Product Set (PD2 & webMethods PD2 Adapter) for building the interfaces ("translators") between PD2 and the SPS standard legacy systems. ? Provide executable products (translators) which run completely independent of the development environment used for the IDE. ? Capture all metadata about the "translators" in a repository owned and managed by the JPMO that provides: o Change Management capability (through impact analysis at the data element level) o Risk Mitigation and simplified maintenance (through automatically generated documentation) o Ability to distribute yet centrally-control development of additional translators/integrations by individual armed-services SMEs by providing a .NET development environment with no client footprint. o Ability to plan future development of "translators" for Increment 3 and beyond. Section 4 ? Tasks Task 1 ? Demonstrate Proof of Concept (Development of USMC & USN Translators) Contractor will demonstrate a proof of concept by accomplishing the following subtasks: Subtask 1: Develop USMC SABRS/CAPSW Translator using PD2 Adapter v. 1.9.1. Conduct impact analysis on Adapter upgrade to v. 1.9.2. Regenerate USMC SABRS/CAPSW Translator based on results of impact analysis. Subtask 2: Develop USN Translators for the following legacy system integrations: SYMIS, STARS, UADPS, 511, and UICP. Subtask 3: Integration of ETI Generated code with webMethods development/delivery environment ? to provide a seamless deployable product to the JPMO. Successful execution of this task will be demonstrated by contractor?s ability to: ? Transform XML files produced by the PD2 adapter into specified User Defined Format (UDF) files.? Transform specified UDF files into XML consumable by the PD2 adapter.? Successfully deploy translators into an operational webMethods environment Success will be demonstrated via system integration testing conducted by the JPMO Government Test Facility (GTF) ? Favorably demonstrate development efficiencies gained by use of the ETI tools? Favorably demonstrate documentation capabilities of the ETI tools (in both speed and completeness)? Favorably demonstrate ability of impact analysis capabilities of the ETI tools Success will be judged by JPMO review of 1) feedback obtained from Subject Matter Experts involved in development process both with and without ETI toolset, and 2) documentation generated by the ETI product and comparison to similar documentation produced for the SPS-I systems being replaced. Successful completion of Task 1 is essential prior to the accomplishment of any further tasks. All follow-on tasks are optional OPTION - Task 2 ? Development of USA Translators Contractor will provide necessary services for the development, test and implementation of the following US Army Translators: CAPS, CEFMS, FPDS, AIRS, AMCISS, TAMMIS, DARTS, RMS & SAMMS OPTION - Task 3 ? Development of USAF Translators Contractor will provide necessary services for the development, test and implementation of the following US Air Force Translators: IAPS, J001, MEDLOG/DMLSS, ABSS, SBSS, WARRS, WIMS/CEMAS, and MONGOOSE OPTIONS - Task 4, 5, 6 ? Annual Support for Development, Test, Implementation, Operations & Maintenance of IDE and Deployed Translators (FY05, FY06, FY07, FY08) After demonstrating the successful integration of the ETI tool suite into the JPMO portfolio, the JPMO requires extended support of the IDE and the ETI tool set. Contractor will provide necessary services to sustain the JPMO IDE environment. Contractor will provide necessary services to develop additional translators as required to support PD2 system integrations. Contractor will provide training support to the JPMO or JPMO identified resources on the ETI tools and environment. Contractor will provide support for operations and maintenance of deployed SPS translators. Contractor will provide impact analysis support for any potential modifications to deployed translators resulting from changes to either the Adapter or the legacy systems. In addition ? the JPMO may require the development of additional Data System Libraries (DSL?s) or integration components which result from changes in the technical architecture or environment of the PD2 adapter or any legacy system. Section 5 - Contract Deliverables The destination point for all deliverables is the SPS JPMO or a site specified by the SPS JPMO. All report deliverables will be delivered in Office 2000 format. Each deliverable will be determined acceptable or unacceptable to the Government within ten (10) business days. 1. Task 1 Deliverable ? USMC Translator (Code & Documentation), USN Translator (Code & Documentation), ETI/WebMethods Integration White Paper 2. Task 2 Deliverable ? USA Translators (Code & Documentation) 3. Task 3 Deliverable ? USAF Translators (Code & Documentation) 4. Task 4, 5, 6 Deliverables ? New Translators, as required (Code & Documentation), Impact Analysis Reports, Training Documentation (as required). Section 6 - Government Furnished Facilities and Services Contractor may be required to attend meetings in Government facilities. The Government will provide access to DoD functional / technical experts. Documentation and reports relating to specific tasks will be provided by the Contracting Officer?s Representative (COR), Amy Taylor (703-227-4751) as required. Section 9 - Period of Performance The performance metrics for this Delivery Order to support the SPS JPMO are included in the table below. Task Number Deliverable Item: Due Date: 1 USMC Translators Dec 21, 2003 2 USN Translators Feb 2004 3 USA Translators May 2004, if option exercised by January 16, 2004 4 USAF Translators Oct 2004 , if option exercised by April 15, 2004 Section 10 - Place of Contract Performance The work is to be performed at the Contractor?s facilities, in Government and other facilities as designated by the SPS JPMO. The Government will provide working space including desks, chairs, personal computers and telephones as available for full time on-site personnel. Access to Government facilities required for completion of tasks would be coordinated with the SPS JPMO or alternate delegates. Section 11 - Security Requirements Work under this Delivery Order will be unclassified. Contract personnel visiting any Government facility in conjunction with this Delivery Order shall be subject to the standards of conduct applicable to Government employees. Site specific approval regarding access, issue of security badges, etc. will be coordinated as required.
 
Place of Performance
Address: Contractor Facility OR Fairfax, VA
Zip Code: 22033
Country: USA
 
Record
SN00507071-W 20040123/040121211542 (fbodaily.com)
 
Source
FedBizOpps.gov 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.