Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 12, 2010 FBO #3122
SOURCES SOUGHT

99 -- Language Translation Business Software

Notice Date
6/10/2010
 
Notice Type
Sources Sought
 
NAICS
511210 — Software Publishers
 
Contracting Office
U.S. Department of State, Office of Logistics Management, Acquisition Management, P.O. Box 9115, Rosslyn Station, Arlington, Virginia, 22219
 
ZIP Code
22219
 
Solicitation Number
SAQMMA10I0014
 
Point of Contact
Katherine F Weakley, Phone: 7038756073
 
E-Mail Address
weakleykf@state.gov
(weakleykf@state.gov)
 
Small Business Set-Aside
N/A
 
Description
Synopsis: The United States Department of State (Department) issues this Sources Sought Synopsis for information only to locate sources that are capable of providing the services as described herein. The Department is currently conducting market research to locate qualified, experienced, and interested potential sources. The information requested by this Sources Sought announcement will be used within the Department to facilitate decision making and will not be disclosed outside the Department. This Sources Sought announcement is an advance notice for information and planning purposes only. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Responses will not be considered as proposals, nor will any award be made as a result of this Sources Sought announcement. The Department will NOT be responsible for any costs incurred by interested parties in responding to this Sources Sought announcement. DESCRIPTION OF REQUIREMENT: The North American Industry Classification System (NAICS) number is 511210 (Software Publishers). Interested parties may submit their capabilities and qualifications to perform this effort in writing to the point of contact identified below no later than June 25, 2010 at 12:00pm Eastern Standard Time. Such information will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based on responses to this notice, is solely within the discretion of the Government. Oral communications are NOT acceptable for responding to this notice. Responding sources shall provide a detailed capabilities statement stating their experience in providing the same or similar services described in this notice, a point of contact with phone and e-mail information, business status (socio-economic qualifications such as 8(a), HUBZone, SDVOB, etc.), business size based on NAICS 511210 and a positive statement of interest to submit a proposal. This request for information is not a commercial solicitation and the Government will not pay for any information submitted, or for any cost associated with providing the information. Interest parties capable of performing the work described herein should send their response via e-mail to: Katherine Weakley at weakleykf@state.gov before the required response date. BACKGROUND The mission of the Bureau of Administration s Office of Language Services (A/OPR/LS) is to ensure the efficient and accurate delivery of language services in support of the President of the United States (POTUS), Vice President of the United States (VPOTUS), White House Staff, senior leadership of the Department of State (DOS) and senior officials of other federal agencies through communication with non-English speaking governments and persons by means of interpretation (spoken word) and translation (written word). The current Legacy system cannot meet the Department's mission because it is not capable of communicating across various software programs, causing redundant data entry and inability to replicate data; not able to track contractor availability, track assignment status and manage documentation across divisions and units (hampering in-house collaboration) and store documents In order to increase efficiency and streamline the large and ever-increasing workload at the State Department's Office of Language Services (LS), a new Enterprise management system will be developed that will integrate the currently complex and often disparate translation management and interpretation assigning processes of the office into a single solution. This solution will have a common interface enabling customers, project managers, contracted resources and other staff to access to the appropriate capabilities within the system. This solution will enable improved efficiency, reduced paper usage, higher transparency, while also extending automation to both customers and contracted resources. The translation management tool will include: 1. An Integrated workflow for both Translation Memory (TM) management, Terminology management, cost estimates, billing, invoicing, travel, work order authorization management, credentialing. 2. The ability to track/view translator / interpreter availability in real-time: So that the project managers (PM) / Assigning Officer know when and how many resources are available. 3. The ability to send out jobs offers and jobs from within a single PM interface: Automation of the assigning process. 4. An offline option for translators / interpreters. 5. The ability for clients to initiate their own projects as well as download the finished product on their own. 6. The ability to use existing projects as templates for new projects. 7. Tracking of translator / interpreter job progress by PM's/Assigning Officer/Client in real-time. 8. The ability to alert PM / Assigning Officer of other past/current projects on same/similar subject, suggestion of best Translators / interpreters for subject matter based on criteria of choice. 9. A central web server-based Translation Memory (TM) option for the translator: All users using the same TM simultaneously, both internal and external. 10. The ability to create highly customized workflows, including transcriptions 11. One centralized database for PM / Assigning Office data as well as translation / interpretation data 12. The ability to allow translators / interpreters to view jobs and self-assign available projects. 13. A complex word-count functionality. 14. The ability to create automatic cost estimates 15. Automatic billing component 16. Offer 24x7 first tier technical support with a 4-hour maximum response time. 17. Automatic file-naming convention for each project: File management 18. The ability to allow contract resources external to DOS network to manage their profile, contact data, schedule availability, accept jobs, receive materials, submit finished materials, participate in project workflows and submit invoices. ARCHITECTURE For the new system to be successful it must fall within the following architectural guidelines: • The solution must be Section 508 Compliant • The application must be entirely web-based (Net Centric) with no client-installed software required. • The solution must be able to run in a fully virtualized environment with a separation between the application server and database server. • The database platform must be SQL Server 2005 on Windows Server 2003. • The web application platform must be on a Windows Server 2003 server, and can leverage either Internet Information Services (IIS), or Apache Tomcat to serve up the actual web application. • The solution must be able to function in a clustered environment including both a multi-node database failover cluster and a multi-node application failover cluster. • The application must store all file based data on the file system - no systems that leverage Binary Large Object Storage (BLOBS) will be accepted. • The solution must be pre-certified via a successful Independent Validation and Verification (IV&V) scan • The solution must support Secure Socket Layer (SSL) communications • The vendor must be willing to consider all customizations as part of their product and ensure that all future versions/upgrades of their product will work with the customizations. • The solution must be able to support up to 65 concurrent internal users, and up to 100 concurrent external users; total of 165 internal and external users. • The solution must provide a fully functional Application Programming Interface (API). • Must pass security certification and accreditation (C&A) - Moderate. Contracting Office Address: Office of Acquisition Management 1701 N. Ft. Myer Drive Arlington, VA 22209 Primary Point of Contact: Katherine Weakley weakleykf@state.gov Phone: (703) 875-6073
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA10I0014/listing.html)
 
Place of Performance
Address: 1000 Wilson Blvd, Arlington, Virginia, 22209, United States
Zip Code: 22209
 
Record
SN02174148-W 20100612/100610235130-b2bbb50b85cdb069c68a5fbb0a4f167b (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.