Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 19, 2002 FBO #0048
SOLICITATION NOTICE

D -- CONTIGUOUS CONNECTION MODEL (CCM) REFINEMENTS, INTEGRATION AND SUPPORT

Notice Date
1/17/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
HQ USAINSCOM, Directorate of Contracting, ATTN: IAPC-DOC, 8825 Beulah Street, Fort Belvoir, VA 22060-5246
 
ZIP Code
22060-5246
 
Solicitation Number
DASC012017N142
 
Response Due
2/28/2002
 
Archive Date
3/30/2002
 
Point of Contact
Lisa Grant, 703-706-2761
 
E-Mail Address
Email your questions to HQ USAINSCOM, Directorate of Contracting
(lpgrant@vulcan.belvoir.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA NOTICE OF INTENT TO ISSUE A SOLE SOURCE PURCHASE ORDER. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation ? a written solicitation will not be issued. There is no solicitation number; for reference use PR Number _DASC012017N142 (ZB 02-0142). Headquarters, US Army Intelligence and Security Command, Fort Belvoir, VA is soliciting a sole s ource commercial purchase order (under FAR Parts 12 and 13.5) with Applied Technical Systems, Inc., Silverdale, Washington. The Government intends to solicit and negotiate with only one source under the authority of FAR Part 13.106-1 and 10.U.S.C. 2304 (c ) (1)as cited in FAR 6.302-1. This action is for the purchase of an enhanced computing architecture, including both hardware and software, that will allow the Contiguous Connection Model (CCM) performance to scale to the expanded data environment of INSC OM?s Information Dominance Center (IDC). Applied Technical Systems, Inc. holds two patents on the CCM and is the only entity, commercial or government, with the right or ability to modify the CCM technology source code. This solicitation document incorpo rates provisions and clauses that are those in effect through Federal Acquisition Circular 97-04. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. A completed copy of the provision at FAR 52.212-3, Offeror Re presentations and Certifications Commercial Items must be included with the offer. The clause at 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items, applies to this acquisition including 52.203-6, Restrictions on Subcontractor Sales to the Government with Alt I (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-8, Utilization of Small Business Concerns (15 U.S.C . 637 (d)(2) and (3); 52.219-14, Limitations on Subcontracting (15 U.S.C. 637(a)(14); 52.222-19, Child Labor--Cooperation with authorities and Remedies (E.O.13126); 52.22-21, Prohibition of Segregated Facilities; 52.22 2-26, Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Viet nam Era (38 U.S.C 4212); 52.232-33, Payment by Electronic Funds Transfer -- Central Contractor Registration (31 U.S.C. 3332). The DFARS clause 252.212-7001, Contract terms and conditions required to implement statutes or Executive Orders applicable to Defe nse acquisitions of commercial items, applies to this acquisition, including 252.225-7001, Buy American Act and Balance of Payment Program (41 U.S.C. 10a-10d, E.O. 10582); 252.247-7024, Notification of Transportation of Supplies by Sea (10 U.S.C 2631). The DFARS Clause 252.204-7004, Required Central Contractor Registration applies. Full FAR/DFARS text may be obtained at website http://www.arnet.gov/far. IMPORTANT--Only offerors who are registered in the Central Contractor Database are eligible for award (re ference DFARS Clause 52.204-7004 or see web site http://ccr.edi.disa.mil). This NOTICE OF INTENT IS NOT A REQUEST FOR COMPETITIVE QUOTATIONS. Interested parties may identify their interest and capability to respond to the requirement or submit quotations. NO PRODUCT SUBSTITUTIONS/EQUIVALENT PRODUCTS WILL NOT BE ACCEPTED. All quotations (with capability statements) received within 5 days of publication of this synopsis will be considered by the Government; however, a determination by the Government not to c ompete this proposed purchase order based upon responses to this notice is solely within the discreti on of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. The Statement of Work for this action is as follows: Contiguous Connection Model (CCM) Refinements, Integration and Support 1.0 Objective The objective of this effort is to provide technical and engineering support to the Intelligence and Security Command (INSCOM) Information Dominance Center (IDC) in the refinement of the Contiguous Connection Model (CCM) to focus its capabilities on real-t ime Indicators and Warnings (I&W). 2.0 Background Intelligence and counter-intelligence support to force protection, and for protection of all US persons at home and abroad, continues to pose an immediate and perplexing problem. This has been re-emphasized by the recent terrorist attacks. Events such as this ultimately lead to the suggestion of some intelligence failure. In fact, given the diversity of the threat and the staggering amount of information available, the intelligence analyst is often too overloaded with a wide variety of diverse data to be able to perform comprehensive and, most significantly, timely analysis. The problem is compounded by the likely fact that there will not be one key piece of information. The more likely situation will be a pattern of small, seemingly unrelated events th at, unfortunately, will be recognized only after the fact during the inevitable extensive investigations and postmortems. The same scenario applies to less violent, but equally dangerous threats posed by foreign intelligence organizations and those who wo rk for them. The counterintelligence activities of the United States protect not only our physical and military security, but our economic security as well. But, as in trying to predict where and when terrorist acts may occur, trying to detect possible o r likely counterintelligence threats often falls victim to the massive amounts of information that daunt the most diligent analytical efforts. Furthermore, in both cases, information will likely be dispersed in many different locations and stored in many databases CCM is one of the cornerstone technologies that the INSCOM IDC is using to address these problems. It is used to organize, store and correlate both structured and unstructured information. CCM organizes structured information based on the natural relationships among the data it contains. In contrast to the relational model, CCM stores both data and the multidimensional relationships that together comprise information. Correlation of this s tructured information is based on common data values and relationships. For example, terrorist groups using the same cover terms in relationship to selected planning activities would be automatically grouped together by CCM. The end result is a persisten t information space that supports intuitive navigation. Starlight, a 3D visualization application developed by Pacific Northwest National Laboratory, is one example of the IDC applications used to examine this information space. CCM uses a similar approach in working with unstructured, or free text, information. The information is parsed and semantic relationships between words retained in the CCM structure. Correlation takes place and documents are grouped by word usage. The r esult is a detailed vocabulary specific to the corpus of documents being analyzed. Sets of algorithms are then run against this structure to identify similarities in the way words are used. Conceptual queries against the corpus of documents are now possi ble. For example, a query requesting documents containing the concept of ?terrorist bombings? will return documents containing the phrase ?Shining Path dynamited a bus?. This ?tactical? level concept query compliments the more strategic level queries pos sible with other IDC tools such as Autonomy. 3.0 Tasks The contractor shall furnish the necessary personnel, material, equipment, and data to successfully perform the following tasks. Specific task deliverables are identified with each task. 3.1 Task 1 - Develop Target Architecture and Specification The contractor shall determine the modifications necessary to scale CCM to support continuous processing and discovery of real-time Indicators and Warnings (I&W), for both local and global environments. The focus of this effort will be on near real time d etermination of the concepts contained in an information stream (i.e. streaming concepts). The relationships identified using the current version of CCM are sufficient for most of the questions asked about traditional military forces. However, supporting present full spectrum conflict indicates that additional ?simple but implied? semantic conce pts need to be developed (e.g. ?is related loosely too?, ?could possibly be?, etc?). The strength of the implication must also be quantified. Documents can be decomposed into keyword phrases with up to two words preceding each keyword and two words after e ach keyword and the results represented by an object described by a set of hierarchically arranged attributes. Using Syntactical Role Analysis (SRA) it is possible to compare the attributes of each object with all other objects and find a set of words with similar hierarchically arranged attributes. This comparison provides a means for finding a set of best-fit rel ated words that perform a similar syntactical role based on the data domain. Similarity between two words is established by comparing the number of shared phrases for the two words divided by the larger of the total number of phrases in the document corpus that contain the words being compared. This approach has the effect of weighting word similarity higher if they share more similar usage and share fewer dissimilar usages. This analysis is language-independent, because it examines the sequential relations hip between words in sentences, independent of the language grammar. Such modifications/enhancements shall not be limited to software but shall also consider use of different hardware platforms. The objectives of this task are: (1) Define the tasks necessary to make CCM the cornerstone for launching the IDC?s high performance, inferencing and parallel computing efforts with emphasis on streaming concepts. (2) Describe the target architecture in terms of a hardware/software specification mapped to the tasks defined in (1) above. 3.1 Task 2 - Continuous Processing and Discovery of Real-Time Indicators and Warnings (I&W), Local and Global Environments (i.e. streaming concepts). The government shall review the report produced under task 1. Based on those approved portions of the target architecture, the contractor shall make the required modifications to the CCM . 3.3 Task 3 - Help desk support The contractor shall provide help desk support for help in installation, system administration, upgrade and troubleshooting of CCM installations. 3.4 Task 4 - Training The contractor shall provide ten training sessions lasting one to three days. Training will be conducted at the location determined to be most cost effective to the Government (HQ INSCOM; contractor facility; or software developers/maintainers locations). 3.5 Task 5 ? CCM Enterprise Software License The contractor shall provide annual software maintenance in accordance with the basic agreement for a command wide enterprise software license as defined in the existing ?CCM LICENSE AGREEMENT? which was implemented on 26 Feb 01. 4.0 Deliverables. The contractor shall provide the following deliverables in support of this SOW: 4.1.1. Technical Report (including proposed architecture) defining the tasks necessary to perform Task 1. 4.1.2. CCM Software modified IAW the government approved tasks. 4.1.3. Algorithms required to create domain specific vocabularies that support near real time determination of the concepts contained in an information stream. 4.1.4. Software that implements algorithms identified in 4.1.3. 4.1.5. Domain Specific Vocabularies. 4.1.6. Monthly Progress Report to include description of work accomplished, status of funds, hours expended and any issues. 5.0 Period of Performance. The total period of performance for this effort is 42 months from date of award. (End of Statement of Work.) This is a 100% set-aside for small business, NAICS Code 541330, Small Business Size Standard $4M. All responsible sources should submit a quote to fax number (703) 806-1156 or by email to Margaret Herring, Contract Specialist, mkherri@vulcan.belvoir.army .mil. Responses are due by 28 February 2002. Numbered Note: 1
 
Web Link
Army Single Face to Industry
(http://acquisition.army.mil)
 
Place of Performance
Address: HQ USAINSCOM, Directorate of Contracting ATTN: IAPC-DOC, 8825 Beulah Street Fort Belvoir VA
Zip Code: 22060-5246
Country: US
 
Record
SN20020119/00015800-020118090634 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.