Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 10, 2018 FBO #5923
SOLICITATION NOTICE

R -- IBM Watson (Artificial Intelligence) - Publications Reduction J&A

Notice Date
2/8/2018
 
Notice Type
Fair Opportunity / Limited Sources Justification
 
NAICS
541512 — Computer Systems Design Services
 
Contracting Office
Department of the Air Force, Direct Reporting Unit - Air Force District of Washington, Acquisition Division, AFDW/PK, 1500 W. Perimeter RD. Suite 5750, Joint Base Andrews, Maryland, 20762, United States
 
ZIP Code
20762
 
Solicitation Number
FA7014-18-R-PUBS
 
Archive Date
3/10/2018
 
Point of Contact
Theresa L. Terry, Phone: 2406126202
 
E-Mail Address
theresa.l.terry.mil@mail.mil
(theresa.l.terry.mil@mail.mil)
 
Small Business Set-Aside
N/A
 
Award Number
GS00Q09BGD0034
 
Award Date
2/8/2018
 
Description
This is a new performance based requirement. The task order will be Firm Fixed Price with a cost-reimbursement CLIN for travel. The Government is acquiring the capability to artificially read, edit, trace, and provide feed back on over 74,000 pages. In order to accomplish this task, the following key capabilities are needed to support at least 300 concurrent users to clean up 700 plus expired AF publications no later than September 1, 2018 and an additional 700 publications no later than September 1, 2019. The projected period of performance on the task order will be 29 January 2018 - 31 December 2018. The total estimated value of the effort is $5.6M. The Estimate is broke down as follows: CLIN 0001 (FFP) - Milestone 1 - $4.4M CLIN 0002 (FFP) - Milestone 2 - $1.1M CLIN 0003 (CR) - Travel - $100K CLIN 0004 (FFP) - Contract Access Fee - $41,700 Milestone 1 (Base Effort) Outcome: Phase 1: Productivity Functionality (NLT 14 days after award) Contractor shall provide capability in a deployable hardened production environment to achieve productivity revisions including acronym expansion, hyperlink functionality, and office symbol/phone number clean up. Phase 2: Text Readability Contractor shall provide capability in a deployable hardened production environment to assess and rate the reading level of AF publications, provide traceability of tiers 0-3 compliance items, and incorporate user feedback Milestone 2 (Option) Outcome: Production support: Production tools shall be operational through Dec 31, 2018 Productionized capability for "process versus policy" classification/recommendations and other user feedback Productionized capability for productivity functionality, readability, and traceability of compliance tiers. This Milestone is divided into two distinct phases:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFDW/11CONS/FA7014-18-R-PUBS/listing.html)
 
Place of Performance
Address: 1500 N Perimeter Road, JB Andrews, Maryland, 20762, United States
Zip Code: 20762
 
Record
SN04816233-W 20180210/180208230921-154273d1a633ebe934454e31f63c569b (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.