Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2012 FBO #3709
SOLICITATION NOTICE

70 -- Text and Data Analytics Software

Notice Date
1/18/2012
 
Notice Type
Presolicitation
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-2011-1099203
 
Archive Date
2/10/2012
 
Point of Contact
Syntoria L Spencer, Phone: 301-827-6772
 
E-Mail Address
syntoria.spencer@fda.hhs.gov
(syntoria.spencer@fda.hhs.gov)
 
Small Business Set-Aside
Total Small Business
 
Description
This Sources Sought/Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration (FDA) or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices, technical solutions, and sources capable of providing the full range of requirements described in this RFI. FDA will use this market research information to assess the market's capability to successfully meet FDA's Text and Data Analytics (TDA Solution) Software requirement. REQUIREMENT: The Government requires a comprehensive analytical tool, TDA Solution software, to assist investigators and analysts in analyzing and presenting findings of voluminous amounts of unstructured and structured evidentiary material used in investigations conducted by FDA-Office of Criminal Investigations (FDA-OCI). As described below, the TDA solution must be capable to extract entities and identify relationships with full integration of a visualization tool to present such findings. Where indicated, the TDA Solution must utilize "out of the box" functionality to accomplish tasks. Due to the sensitivity of the evidentiary material, open source plug-ins or software cannot be utilized. SOFTWARE REQUIREMENTS: Text and Data Extraction and Classification: 1. The TDA Solution must be able to process various Optical Character Recognition or searchable file formats such as but not limited to PDFs, Text Files, XML, Microsoft Office formats, and various email formats. The TDA Solution must have "out of the box" functionality to process the above listed formats in various languages. 2. The TDA Solution must have "out of the box" functionality to extract and classify text and data by entities. The TDA Solution must be capable of accepting custom libraries or dictionaries as designated by FDA-OCI. Once these libraries and dictionaries are incorporated, the TDA Solution must be able to extract and classify the data. This includes, but is not limited to, pharmaceuticals, food products and additives, and medical devices. Text/Data Parsing: The TDA Solution must be able to parse fields containing structured data and extract and classify data by entity of the parsed fields on at least five forms designation by FDA-OCI. The data extraction from this process will be combined with extractions from unstructured data. Relationship Identification: The TDA Solution must be capable to use "out of the box" functionality to identify relationships between entities. This includes "out of the box" functionality to identify and tag financial relationships between entities. Sentiment of Written Communication: The TDA Solution must have "out of the box" capability to determine the sentiment of written statements in unstructured text. The sentiment analysis includes the following: • Sentiment, characteristics of the entities of the sentiment, attributes • Sentiment, problem expressed by the sentiment, major, minor • Sentiment, requests and questions associated with the sentiment, new, existing, contact • Sentiment, strong positive, week positive, neutral, weak negative, strong negative Data Cleansing and Disambiguation: The TDA Solution must include the "out of the box" functionality to determine judgments regarding disambiguation of different but similar description of entities. This includes determining that variations of a name or an address are actually one person and address, respectively. Further, the TDA Solution must be capable to standardize this data and combine into single or reduced entity identification. Search and Viewer: The TDA Solution must include "out of the box" functionality to search, discover, and analyze by various methods and techniques. Once entities are extracted and relationships identified, the TDA Solution must be capable of pointing to the source image containing the entity or relationship. This includes a viewer that will show the results of an entity or relationship search in PDF and Text File formats. The viewer will highlight the specific location of the entity or relationship in the PDF and Text File. Visualization Tool: The TDA Solution must include a fully integrated visualization tool with the text and data extraction and relationship identification as described above. The vendor must present documentation to demonstrate that the tool is integrated with these attributes as part of the award. Development and integration of a visualization tool with text and data extraction and relationship identification during configuration, testing and deployment of the TDA Solution is not permitted. The visualization tool must allow for the automated extraction of identified entities and relationships into the visualization tool. This includes icons or labels to identify entities and relationships. This must also include the "out of the box" identification and labeling of financial transactions between entities. The visualization tool must allow the end user to search by entities and to crate visualization reports or graphical representations of the search results. The above described viewer will be fully integrated with the visualization tool, as it will allow the end user view the source images based on the search criteria. The visualization tool must be capable of allowing the end user to filter results in order to focus on key investigative findings. The visualization tool must also be able to demonstrate results using link analysis, graphical, statistical, and geographical charts or tables. Testing, Training and Knowledge Transfer, and Technical Assistance: The TDA Solution software award should include hours for government usability testing prior to production. This includes creating a testing and development environment. In addition, prior to production, the vendor must provide 80 hours of knowledge transfer to FDA-OCI or designated user on the use of the TDA Solution. Further, the vendor must provide training to at least five (5) individuals identified by FDA-OCI on the use of the TDA Solution to include the text and data extraction and relationship and visualization tool components. The vendor must provide a total of 100 hours annually of technical assistance for troubleshooting and fine-tuning of the TDA Solution software. RESPONSES: Responses to this notice shall be limited to ten (10) pages (excluding marketing literature and/or technical data sheets) and must include: 1. Organization name. 2. Telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 3. Name, title, telephone number and e-mail addresses of individuals who can verify the demonstrated technical capabilities identified in the responses. 4. Commercial pricing list or other pricing information. 5. Customary practices, including warranty, discounts, contract type under which commercial sales of the products or services are made. 6. Any questions concerning the FDA's requirements for the TDA Solution software. 7. To ascertain if the system is commercially available, deployed and proven; a listing of other organizations that have implemented the interested party's system. 8. Appropriate NAICS code. 9. DUNS number, CAGE code, Tax Identification Number and company structure (corporation, LLC, partnership, joint venture, etc.). 10. Proof of active registration in the Central Contractor Registry (CCR). 11. Identification of the available contract vehicles, such as: GSA Federal Supply Schedules (schedule/contract number and appropriate Special Item Numbers) or other GWAC vehicles by Agency and contract number. 12. Please provide documentation of the size of your business. If you are classified as a small business, HubZone small business, Service Disabled Veteran Owned Small Business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the requirements. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, FDA reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations of available systems. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Respondents must submit a Capability Statement via e-mail to Syntoria L. Spencer at syntoria.spencer@fda.hhs.gov later than 12:00PM Eastern Standard Time (EST), Wednesday, January 25, 2012 for consideration.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-2011-1099203/listing.html)
 
Place of Performance
Address: 7500 Standish Place, Rockville, Maryland, 20855, United States
Zip Code: 20855
 
Record
SN02656678-W 20120120/120118234951-fbfb595f2112e20c258761f54f9df9ad (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.