Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2010 FBO #3115
SOLICITATION NOTICE

99 -- OTI Web-Based Activity Database

Notice Date
6/3/2010
 
Notice Type
Presolicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Agency for International Development, Washington D.C., USAID/Washington, 1300 Pennsylvania Avenue, NW, Room 7.10-006, Washington, District of Columbia, 20523
 
ZIP Code
20523
 
Solicitation Number
SOL-OAA-10-000027
 
Point of Contact
Chadwick Cannon Mills, Phone: 2027120443
 
E-Mail Address
cmills@usaid.gov
(cmills@usaid.gov)
 
Small Business Set-Aside
N/A
 
Description
The United State Agency for International Development (USAID) plans to procure on a competitive basis, services for d esigning and developing a Drupal 6.x-based database-driven website. This requirement will service the USAID Democracy, Conflict Prevention and Humanitarian Assistance Bureau's Office of Transition Initiatives (DCHA/OTI) The services herein are being procured in accordance with the Federal Supply Schedules (GSA) program authorized by FAR Part 8.4. The North American Industry Classification System Code is 541990. Only one award will be made as a result of this solicitation. This will be awarded as a firm fixed price type contract. The period of performance for this procurement shall be approximately three (3) months from the date of award. OTI seeks to improve the Activity Database in order to allow staff and authorized partners to access this data over the public internet utilizing various security protocols, enter and view data in real-time, and create interactive visualizations of that data to aid in program analysis and reporting. OTI Activity Database data is currently stove-piped into country-by-country databases. The desired system will allow OTI to analyze and view program and funding data as a single system, with richer capabilities for data interchange with other web-based systems (RSS feeds, Drupal modules, etc.), interactive analysis, and visualization of data both spatially and using other traditional plotting and graphical representations. System outputs must support common formats useful for interchange with other systems, and for export for direct manipulation by users. Improvements on the Activity Database are sought through the use of a Web-based data collection interface, a central web server and database for all programs, and by leveraging current web technologies and data exchange formats. The successful Bidder will review OTI needs for the database and website and propose and implement an innovative solution that can be thereafter maintained on an ongoing basis by OTI information technology staff. This site must allow for user and group access control management, activity data entry, user-customization of database lookup tables specific to a program, generating detail and summary reports using a user-friendly query builder interface, exporting reports in multiple formats, data visualization, mapping of activity and other geo-data, and importation of legacy databases using the existing OTI database schema. Task s may include: 1.) Reviewing the legacy database user interfaces, database schema, and reporting mechanisms to become familiar with its current design and functions. Review existing system requirements such as bandwidth, transaction rates, simultaneous users, user base size, etc. 2.) Analyzing OTI requirements for database and system augmentations, and new functionality. 3.) Developing a design document recommending a set of solutions for replicating existing functionality and enhancing the database per requirements analysis, to include suggestions for improvements on the design. 4.) Designing and developing a Drupal 6.x-based database-driven website; 5.) Participating in and managing a focus-group-driven requirements review process which will focus on creating a visually engaging graphic design and layout, making the interface more intuitive and accessible to users, and identifying new features and functionality. 6.) Deploying and testing on USAID development server 7.) Installation on USAID production server 8.) Providing a process for migrating the data from the existing databases (MS Access 2003-based) to the new system 9.) Migrating data for specific country programs into the new system according to a schedule developed between OTI and the successful Bidder. 10.) Handover training of Drupal administrators. 11.) Performing maintenance and enhancements work after completion of site. further enhancements and maintenance priced on a firm fixed price basis. This communication is not a solicitation for competitive quotations. However, if any interested party believes they can meet the above requirement, they may submit a statement of capabilities. All information furnished must be in writing and must contain sufficient detail to allow the Office of Acquisitions and Assistance (OAA) to determine if it can meet the above unique specifications described herein. An original and one copy of the capability statement must be received in the Office of Acquisitions and Assistance on or before 11:00 AM EST on June 11, 2010. Capability statements will be accepted via electronic mail submission. A hardcopy original and one copy must be sent to the USAID Office of Acquisitions and Assistance to the address stated above. All questions must be in writing and must be remitted via electronic mail to Chandra Johnson - Thornton, Contract Specialist at cthornton@usaid.gov. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to receive an award, contractors must have valid registration and certification in the Central Contractor Registration (CCR) www.ccr.gov and the Online Representations and Certifications Applications (ORCA), http://orca.bpn.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/AID/OP/WashingtonDC/SOL-OAA-10-000027/listing.html)
 
Place of Performance
Address: Washington, District of Columbia, 20523, United States
Zip Code: 20523
 
Record
SN02167284-W 20100605/100603235019-b233d4083886139f83e75086a2372d3b (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.