Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2004 FBO #1087
SOURCES SOUGHT

R -- Document Capture (Imaging) System

Notice Date
11/15/2004
 
Notice Type
Sources Sought
 
Contracting Office
P.O. Box 190022, North Charleston SC 29419-9022
 
ZIP Code
29419-9022
 
Solicitation Number
SSC-Charleston_MKTSVY_2372E
 
Response Due
11/22/2004
 
Small Business Set-Aside
N/A
 
Description
Spawar Systems Center Charleston is requesting information from interested sources capable of providing a single consolidated imaging system (Document Capture System) that will be utilized for scanning 600,000 or more paper documents per day. The scanning and imaging system design must be scalable, with minimal upgrade costs, to a daily production of 1,000,000 images per day. The imaging system must produce a scanned image of archival quality that meets the National Archives federal requirements for scanned images. The quality of documents to be scanned will vary and range in size from 2? x 3? business cards to 11? x 17? drawings. The imaging system must be automated and maximize the use of available scanning technology to minimize the need for operator intervention and image manipulation. The system will be used twenty-four hours a day, during three eight-hour shifts, five days a week with a planned shift staff of: (1) Shift Supervisor (1) Systems Administrator (1) Administrative Assistant (1) Barcode/ Database Expert (15) Document Feed Preparers (8) Scanning/Image Enhancement QA/Re-scan (15) OCR QA (15) Document Re-assembly Some of the technologies to be considered to obtain this production capability include Commercial-off-the-shelf (COTS) image capture software with the following features: 1) Automated Quality Assurance (QA) ? Runs unattended and performs quality assessments on images, allows an operator to obtain page quality statistics and optionally route unacceptable and questionable pages to other modules or units for corrective processing without holding up the rest of the batch. Automated QA should test for noise, skew, and orientation. Automatic Noise test feature must check the image to ensure that characters are clearly distinguishable from speckles, and must check for character joins and disjoins. Automatic skew detection must test black borders and primarily straight text lines and graphic elements that are either parallel with or perpendicular to the page edges for skew. 2) Manual QA ? Images that fail the automated QA must be reviewable by an operator. The system must give the operator the option to select images for rescan without holding up the rest of the batch and slowing production throughput. 3) Automated Image Enhancement (AIE) ? Automatically processes batch images using different types of filters to improve image quality and detection filters to detect and read information in images. AIE applies filters to images based on a filter list that is user defined during setup. Filters should include: Deskew Dilation Halftone removal Line removal Noise removal Smoothing Border removal Hole removal Patch code detection Blank page detection One-dimension (1D) bar code detection Two-dimension (2D) bar code detection 4) Indexing - Allows for interactive image-based indexing, Optical Character Recognition (OCR) assisted indexing (select text on image populates index fields), and database validation that can be extended through DLLs. Indexing must allow populating with Code 3 of 9 barcode type. 5) Optical Character Recognition (OCR) ?The imaging software must integrate with 3rd party OCR products using an application program interface (API) or other optimized conduit. OCR should use voting engines and omnifont technology to recognize nearly all non-stylized machine printed fonts including proportionally spaced and monospaced fonts, as well as text printed on a dot matrix printer. Many of the documents to be scanned are dot matrix printer output and carbon copies. 6) Exporters ?Modules/units designed to interface to 3rd party document management systems must be API level exporters that provide two-way communication with a separate Records Management database. Exporters include: Mandatory Exporter ASCII Text (.txt) Tagged Image File Format - TIFF (.tif) Portable Document Format (.pdf) Searchable Portable Document Format (.pdf) Joint Photographic Experts Group ? JPEG (.jpg) ODBC export (must support Oracle 9i database) Values to XML Optional Exporters Microsoft Sharepoint Documentum e-Content Server FileNET Panagon IS/CS compatible export 7) Distributed Processing ? The imaging processes above must be distributable through a standard Transmission Control Protocol/Internet Protocol (TCP/IP) network. System must support scanning images at remote locations and electronically transferring scanned images to central Records Management location for QA processing and indexing. The distribution system shall not employ ?Sneaker-net? methods. A single administrator should be able to monitor (document capture system status and associated processes) and administer all imaging software anywhere on the document capture system network. 8) Reporting Statistics ? The system shall collect and store statistics and metadata to identify bottlenecks, tracking job statistics, and plan personnel staff for Document Capture System operations. Data to be collected include operator identity for each document batch, preparation time, scan time, QA time, reassembly time, document aging, and error reports. The statistics must be exportable to a database. 9) Security ? The system must use Windows domain or LDAP for user security. System administrators must have the capability to add or delete user access to the system using a single interface. Scanner Specifications: 1) Black and white scanners that meet the requirements of this RFI must individually feed and scan no less than 150 letter-size sheets per minute at an optical resolution of 200 DPI black and white including onionskin and card stock originals. 2) Color scanners must feed and scan at a rated feed speed of no less than 20 inches per second with an optical resolution of 300 DPI color, full landscape documents intermixed with envelopes and folders with paper weights ranging 13lb to 30lb and sizes ranging from 2? x 3? to 11? x 17?. 3) Scanners must have Automatic Doubles Detect feature to detect doubles of all paper weights and sizes when scanning documents intermixed with envelopes and folders with paper weights ranging from 13 lb to 30lb and sizes ranging from 2? x 3? to 11? x 17?. 4) Scanner must have physical skew sensor components to automatically stop production prior to critical imaging when document skew tolerances are not met. The scanner must perform deskew and autocropping. 5) Scanner must capture up to four (4) images per scan. Additional Desirable Features: In-line hardware barcode scanner option In-line sorting bins option for removing job separator sheets Inkjet printer for pre-scan and post-scan This notice is for planning purposes only. The North American Industry Classification System (NAICS) code is 518210 and the size standard is $21,000,000.00. Firms are invited to submit the appropriate documentation as described above in addition to any literature, brochures and references necessary to support that they possess the required capabilities necessary to meet or exceed the stated requirements. There is a limit of five (5) pages for the data submitted. Responses shall be submitted via e-mail to SPAWARSYSCEN Charleston, Code 0216JS, at e-mail address janet.stone@navy.mil. Or by mail to SPAWARSYSCEN, Charleston, Code 0216JS, PO Box 190022, North Charleston, SC 29419-9022 Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, Service Disabled Veteran-Owned, and/or Veteran-Owned Business; (4) number or years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) References: Responses to this RFI must include a minimum of five (5) reference accounts or customers performing at least 600,000 images per day on a single integrated Document Capture System. References will be queried on the number of people supporting scanning and imaging. Listing of customers should include relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto.
 
Web Link
Click on this link to access the SPAWAR E-Commerce Central Web Site
(https://e-commerce.spawar.navy.mil/Command/02/ACQ/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=F8E3C9F6F794738888256F4D004769F1&editflag=0)
 
Record
SN00708455-W 20041117/041115212027 (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  © 1994-2020, Loren Data Corp.