The requirements are as follows:
1.0 INTRODUCTION
1.1 This contract shall provide DHB maintenance, development, training and documentation services for the Department of the Interior, Bureau of Reclamation, Yuma Area office (YAO). The Yuma Area Office (YAO), Bureau of Reclamation (BOR), is responsible for operations and maintenance of the Colorado River flows, releases, and salinity levels between Parker Dam and the Mexican border. This includes scheduling, monitoring, and recording the river's flow and salinity levels, in order to meet the water needs of irrigation districts and the Republic of Mexico. To better accomplish this mission, we must continually refine our database methodology, how we capture and use data for predictions, and how we display data for customers. The primary repository for all Colorado River water information is the Hydrological Database (HDB).
2.0 BACKGROUND
• Water samples are collected by BOR personnel and analyzed using the Laboratory Information Management System (LIMS), an Oracle database. Salinity and other chemical data are exported from LIMS to HDB (also Oracle).
• Flows data are captured by a combination of manual and Supervisory Control and Data Acquisition (SCADA) methods and transferred to HDB.
• Well data are captured via SCADA and stored in the Yuma Area Well Management Systems (YAWMS); these are then exported to HDB.
• Data are processed and analyzed, and reports generated, using Oracle PL/SQL procedures, the HDB computation processor, PowerBuilder routines, RiverwareTM, and MS Office applications.
3.0 SCOPE
The contractor shall be on-site at YAO, for four (4) days (subject to COR approval) every two months at a minimum. The contractor will not work federal holidays. The period of performance for this requirement is one (1) base year and three (3) option years; each of which has a one (1) year performance period.
The contractor shall use Oracle, SQL Server, internal HDB functions and procedures, ODBC, MS Office applications, and Unix to perform the required deliverables. The work consists of the following:
3.1 HDB maintenance, development, training, and documentation;
3.2 Support for Minute 323 and Future Minutes;
3.3 Migrate PowerBuilder Functionality to HDB API;
3.4 Provide general support to existing programs/application currently in use by the Government;
3.0 APPLICABLE DIRECTIVES
4.1 Fully comply with Reclamation and DOI security standards.
4.2 All applicable Bureau of Reclamation clauses that pertain to the acquisition of software support. On-site contractor must complete a 2-hour IT Security training module
4.3 Background Investigations.
Contractor employees who will have access to Department of the Interior (DOI) information or will develop custom applications are subject to background investigations. The
level/complexity of background investigations must be the same as for a federal employee holding a similar position; DM441, Chapter 3, provides guidance for the appropriate background investigations based on types of access. Ordinarily, the vendor should be responsible for paying the cost the background investigations. Existing clearances at the same or higher levels may be accepted. Work cannot begin on the DOI system until the background investigation has at least been initiated and the National Agency Check (NAC) is completed.
4.4 User account for both Lower Colorado Hydrologic Database (LCHDB2) and Yuma Area office Hydrologic Database (YAOHDB). The contractor requires a user account for both LCHDB2 and YAOHDB due to the nature of YAO's water operations and the sharing of data between YAO and Boulder Canyon Operations Office. YAO relies on data stored in LCHDB2 in order to make effective water management decisions. As a result, there is extensive connectivity between YAOHDB and LCHDB2. The contractor requires write access to all meta data in LCHDB2 in order to efficiently define additional data connections between YAOHDB and LCHDB2. Some of these connections must be configured on the remote database, rather than locally. Additional privileges associated with the database role but not limited to META_DATA_ROLE, SAVOIR_FAIRE, and CONNECT are needed. This will require an account with the database.
5.0 DELIVERABLES
All documents, programs, and models produced during this project will become the property of the U.S. Government.
The Contractor will notify Reclamation in writing if there is intent to publish any articles based on work performed under this project. Draft publications will be reviewed by Reclamation staff, and ultimate permission to publish shall be authorized by Reclamation in writing.
The solicitation and any amendments to the solicitation will be available through the Federal Business Opportunities (FBO) (www.fedbizopps.gov) website. The extent of the work will be described in the solicitation. As a result of this Pre-solicitation notice, the Department of the Interior, Bureau of Reclamation, anticipates releasing the Request for Quote (RFQ) on or about 08/15/2019 on fedbizops.gov. The due date for receipt of quotes will be specified in the RFQ. This requirement will be solicited and awarded using the method outlined in FAR Parts 12 and 13. The resulting contract will be a firm fixed price contract.
The contract period of performance is 09/01/2019 through 8/31/2023; each of which has a one (1) year performance period. No further information will be available before the solicitation is posted. *Clarification: This is for a 1-year base period, plus 3 1-year option periods, for a total of 4 years
Offerors are required to have an active record in the System for Award Management (SAM) to be eligible for contract award. Offerors may register on SAM at https://www.sam.gov.