Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2007 FBO #2162
MODIFICATION

58 -- Automated document translation for English -to- Spanish, Spanish-to-English, English -to- Portuguese and Portuguese-to-English.

Notice Date
10/26/2007
 
Notice Type
Modification
 
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
W15P7T-07-R-M039
 
Response Due
11/16/2007
 
Archive Date
1/15/2008
 
Point of Contact
Ron Asan, 732-532-9512
 
E-Mail Address
Email your questions to US Army C-E LCMC Acquisition Center - DAAB07
(ronald.asan@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The U.S. Army, Sequoyah Transition Management Office (S-TMO), Fort Monmouth, NJ is conducting a Request For Information (RFI) Sources Sought (SS) for English-to-Spanish, Spanish-to-English, English-to-Portuguese and Portuguese-to-English automated do cument translation. Solicitation number W15P7T-07-R-M039. NOTE: The use of a solicitation number in this RFI / SS is for tracking purposes only. This request for information is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation d ocument exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI / SS. The Government will not be liable for payment of any response preparation expenses. Interested parties are responsible for ad equately marking proprietary or competition sensitive information contained in their response. All interested firms that possess the capabilities and facilities addressed herein are encouraged to respond to this RFI / SS by providing the information specif ied below, on or before 1700 hours on 16 Nov 2007. Responses to this RFI should be unclassified. Sources responding to this RFI / SS should indicate whether or not they are a small business. Responses shall be sent to Ron Asan at Ronald.Asan@us.army.mi l. Technical questions should be addressed to Mr. Ron Asan at above email. Include W15P7T-07-R-M039 RFI in the subject line. All requests for further information must be via email; telephonic requests for additional information will not be honored. S-TMO, under the Product Director Signal Warfare of Program Executive Officer (PEO) Intelligence and Electronics Warfare Systems (IEW&S) in Fort Monmouth, NJ are continuously seeking the means to satisfy the immediate need for production and deployment of a standalone document translation capability in support of the Global War on Terror (GWOT). A Commercial Off The Shelf (COTS) English-to-Spanish, Spanish-to-English, English-to-Portuguese and Portuguese-to-English automated document translation system. The Government is seeking a commercial solution and the system must meet the definition set forth under FAR Part 2.101 commercial item. The capability must: 1) support document translation for Microsoft Office products such as Word and PowerPoint 2) operat e within a Windows XP/Vista environment, and 3) perform as a standalone application. The input will be in English, Spanish or Portuguese text. The output will consist of English, Spanish or Portuguese text in the original format. The capability must be abl e to perform on a standalone computer. The capability must be compatible with Translation Memory Exchange (TMX) format. The capability should support the following functional areas: Force Protection (FP), Public Affairs (PA), disaster relief, peacekeeping, and other military/non military operations. Interested parties responding to this RFI should have: 1) a strong background and detailed knowledge in Machine Foreign Language Translation System (MFLTS) technologies; 2) a proven and demonstrated capability of developing, integrating, and prototyping di versified emerging natural language processing and MFLTS technologies as well as transitioning product(s) from concept and laboratory phase to commercial market and field; 3) a demonstrated and detailed working knowledge of the DoDs MFLTSs, particularly understanding the operational, tactical all-source intelligences needs for MFLTS capability; and 4) a demonstrated capability and experience to provide logistics in COCOM AORs, that can readily support detailed coordination with users, and installation, o peration and support of the system; The standalone document translation capability will be needed in the theater of operation approximately 60 days after a decision is made by the Government to field it. . Interested parties possessing the qualifications outlined above are requested to provide an unclassified white paper describing a t a minimum: 1. Corporate capabilities, past and current relevant performance information, available facilities and assets capable of MFLTS production to include: current production rate for a system; current methodology for subcontractor/vendor management; identificat ion of risks for production and associated risk mitigation plans; production and test plans and procedures currently in use; production management initiatives, specifically those related to product quality. 2. Minimum technical documentation of MFLTS is to include detailed design and architecture documentations to address the following features and specifications: a. Input type, format, etc. b. Output type, format, etc 3. Technical description of the MFLTS and its components to include: a. Functional capability i. Dictionary - size of terminology; subject coverage (e.g. general-purpose or a list of special domains); user dictionary and any limitation ii. Translation speed, throughput, accuracy iii. Translation aids - translation memory, editing tool, terminology updates and management b. Components description including characteristics and identification of developers and manufacturers - machine translation engine, translation memory, electronic dictionary, etc. c. Hardware requirements - CPU, memory, hard disk space, etc. d. Upgradeability/ interoperability of heterogeneous computing components 4. Provide any U.S. government, international, and/or industry-led quantitative and qualitative evaluation or assessment results on the system and its components - e.g. utility assessments from the operational customers, NIST/DARPA/R&D labs, and industry a ssociations, etc. Desired quantitative results might be based upon the following metrics: ILR, WER, BLEU, METEOR, GTM, or TER. 5. All requisite supporting documentation to include: User training guide, Administrator training guide, Operation and Maintenance manual, Troubleshooting guide, etc. 6. A cost estimate of commercial pricing. Provide optimal economic order quantity for a price break and warranty information. 7. Supportability and logistic plan and its associated cost- training, maintenance and support, warranty, spare and repair, upgrades, CONUS/OCONUS shipping, etc. 8. License Agreement 9. Identification of existing customers for the system 10. Identification of any strategic partnering alliances that permit acceleration of component delivery or obtaining priority subcontracted support services 11. Identification of any commercial/industrial certifications or quality systems in use 12. Identification of Technology Readiness Level (TRL) of the system and its components 13. Corporate assessment of technology to include identification of system performance capabilities and limitations and associated technology roadmap 14. Name, telephone number, fax number, street address and e-mail address for Program, Technical and Cost points of contact information Responder Assessment Guidance: The purpose of the white papers is for the Government to make a determination if there are sources of which can meet the Governments requirement. The use of this market research is only for information purposes only, and any cost information provided is f or commercial pricing.
 
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
SN01441811-W 20071028/071026223613 (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  © 1994-2020, Loren Data Corp.