Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 30, 2007 FBO #2103
SOLICITATION NOTICE

58 -- Two-Way Speech-To-Speech (2WSTS) Translation Devices

Notice Date
8/28/2007
 
Notice Type
Solicitation Notice
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
W15P7T07QM214
 
Response Due
9/5/2007
 
Archive Date
11/4/2007
 
Small Business Set-Aside
N/A
 
Description
This is a COMBINED SYNOPSIS/SOLICITATION for COMMERCIAL ITEMS prepared in accordance with the format in the Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. The contract shall be awarded as a Firm Fixed Price type contract. This announcement constitutes the solicitation: quotes are being requested and a written solicitation will not be issued. The solicitation number is W15P7T-07-Q-M214 and is issued as a Request For Quote (RF Q). The Sequoyah Transition Management Office (STMO), under the Product Director Signal Warfare of Program Executive Officer (PEO) Intelligence and Electronics Warfare and Sensors (IEW&S), Fort Monmouth, NJ, is seeking to fulfill the immediate need for Two-Way Speech (2WSTS) translation capabilities in support of Operational Iraqi Freedom (OIF), Operation Enduring Freedom (OEF) and Global War on Terrorism (GWOT). The proposed action is for devices in two configurations: 500 Handheld Two-Way Speech-To-Speech (2WSTS) translation devices and 150 Laptop 2WSTS translation devices. The offeror may propose for one or both configurations but must propose to the full quant ity required for configuration(s) they provide a quote for. The government reserves the right to make two awards  one award for 500 Handheld 2WSTS and one award for 150 Laptop 2WSTS. The government also reserves the right to make only one award for all quantities or both configurations. In order to be considered responsive a offeror must meet the following Requirements: 1) The device must provide the capability to translate bidirectional English to Iraqi-Arabic (English?Iraqi-Arabic)`. 2) Meet the delivery schedule of 60 days After Contract Award. 3) This capability will support the following functional areas: Force Protection (e.g., Peacekeeping Operations, Military Police Operations, Incident Investigation.), Civil Affairs (e.g., Civil Military Operations, Public Affairs, Contracting, Crowd Contro l.), General Military Training of Local Security Forces, Medical (Disaster Relief, Emergency Medical Care, Field Medical Care.), House Searches, General Military, Base Entry, Suspect Description, and Law Enforcement . 4) Must provide written evidence of system translation accuracy based on the metrics used in research and testing by Defense Advance Research Projects Agency (DARPA) and National Institute of Standards and Technology (NIST) in their periodic comparative be nchmarking of machine language translation capabilities. 5) The minimum criteria for 2WSTS systems is a system speech recognition error benchmark of less than 10% (for Iraqi Arabic, evaluation will be based on achieving above .4 on the BLEU score) and having a less than 10 second translation time (until audible output available). 6) Shall describe details in their commercial package of their systems to include the following (1) type of machine translation (2) operating modes (3) device output modes (4) device input modes (5) battery and power requirements; (6) device details (e.g., size, weight, processor, Operating System, operating temperature range, product ruggedization: water, weather, dust, drop, training options) (8) technical support; (9) warranty information. 7) Requirements for the devices are: (1) maximum size for the laptop is 2.25x9x12 and for the handheld are 3x4x7, (2) maximum weight 9 lbs for the laptop and 20 oz. for the handheld, (3) ambient operating temperature range for both devices is Exten ded Industrial (-40?C to 125?C), and (4) battery life three hours, charging time 2 hours. 8) An offeror must submit a catalog supporting prices quoted to the Government as well as any discounts offered. 9) Delivery shall be within 60 days After Contract Award. Early Delivery at no extra cost to the Government is acceptable and encouraged. The small size standard is for number employees below 750 for the North American Industry Classification Sys tem (NAICS) Code 334220. Shipments are to be FOB Destination. Ship To Address is the following: PD SIGNAL WARFARE c/o Ms. Pat Ford Building 79, NAS Route 547 Lakehurst, NJ 08733 DODAAC: W81MJR Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors  Commercial Items (JAN 2005); FAR 52.212-3, Alt 1, Offerors Representations and Certifications, Commercial Items; Offerors shall complete this information in accordance with the instructions included in the FAR and submit with the quote. FAR 52.212-4, Contract Terms and Conditions  Commercial Items (OCT 2003); FAR 52.212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders  Commercial Items (JULY 2005), for paragraph (b) thhe following clauses apply: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), 52.219-14, Limitation on Subcontracting (Dec 1996) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor  Cooperation with Authorities and Remedies (Jan 2006) 52.222-21, Prohibition of Segregated Facilities (Feb 1999) 52.222-26, Equal Opportunity (Mar 2007) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) 52.225-5, Trade Agreements (Nov 2006) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area 52.232-33, Payment by Electronic Funds Transfer  Central Contractor Registration (Oct 2003) DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clauses apply: 252.225-7001, 252.227-7015, 252.227-7037 , 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data  Commercial Items (NOV 1995); DFAR 252.227-7030, Technical Data  Withholding of Payment (MAR 2000); DFAR 252.227-7016 Rights in Bid or Proposal Information DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); DFAR 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions DFAR 252.227-7019 Validation of Asserted Restrictions-Computer Software DFAR 252.227-7026 Deferred Delivery of Technical Data or Computer Software DFAR 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFAR 252.227-7028 Technical Data or Computer Software Previously Delivered To the Government DFAR 252.227-7030 Technical Data-Withholding of Payment DFAR 252.227-7037 Validation of Restrictive Markings of Technical Data FAR 52.242-15, Stop-Work Order (AUG 1989) DFAR 252.204-7000 Disclosure of Information DFAR 252.211.7003 Item Identification and Valuation DFAR 252.217-7026, Identification of Source of Supply DFAR 252.211-7006 Radio Frequency Identification FAR 52.223-11, Ozone-Depleting Substances FAR 52.247-34 FOB Destination FAR 52.247-48 FOB Destination Evidence of Shipment The following clauses are local Communication-Electronics Life Cycle Management Command (C-E LCMC) clauses and all interested parties shall request a copy from the Contract Specialist; 52.7037 Packing Waivers or Deviations 52.7041 Conditions for Acceptability of Alternate Commercial Packaging 52.7043, Standard Practice for Commercial Packaging 52.7050, Administrative Data/Instructions to the Paying Office 52.7055, Mandatory Use of Government to Government Electronic Mail, 52.6110, Mandatory Use of Contractor to Government Electronic Mail, 52.7027 Place of Performance and Shipping Point 52.6076, Army Electronic Invoicing 52.0851, Central Contractor Registration FULL TEXT OF THESE PROVISIONS AND CLAUSES, WITH NOTED EXCEPTION REGARDING LOCAL CLAUSES, MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/ . Basis of Award The Government intends to award to the responsible and responsive Offeror(s) who submits the lowest price for each configurations. The Government may make one award to the offeror who submits the lowest price for the 500 Handheld 2WSTS and one award to th e offeror who submits the lowest price for 150 Laptop 2WSTS. If one quote has the lowest price for both configurations, the Government may make only one award. The Contracting Officer reserves the right to make no award under this RFQ. The Contracting Of ficer reserves the right to award to multiple contractors. These items are in support of the WARFIGHTER; therefore, quotes are to be received on September 05th 2007 by 3:00 PM EDT. The US Army CECOM has established the IBOP website as part of the Armys Single Face to Industry, to allow electronic posting of Solicitation for Request for Proposals (RFPs), Request for Quotations (RFQs), and Invitations for Bids (IFBs) from CECOM to industry. All parties interested in doing business with CECOM are invited to access, operate, send and receive information from the IBOP at http://abop.monmouth.army.mil. A copy of this synopsis/solicitation has been posted on the IBOP website under Soli citation Number W15P7T-07-Q-M214. All quotes and supporting documentation shall be submitted through the IBOP website before the due date and time listed above. The Point of Contact for this action is, Brian Solano, Contract Specialist, 732-532-2924, brian.solano@conus.army.mil or Kathleen Rizzo Contracting Officer 732-427-1497 kathleen.rizzo@us.army.mil.
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01387830-W 20070830/070828222104 (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.