SOURCES SOUGHT
A -- Advanced Information Extraction Techniques
- Notice Date
- 8/1/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- F30602-02-R-0198
- Point of Contact
- Emma Rena, Contract Specialist, Phone 315/330-7116, Fax 315/330-8002,
- E-Mail Address
-
Emma.Rena@rl.af.mil
- Description
- CONTACT: POC Ms E.J. RENA, Contract Specialist, 315-330-7116, the Program Manager at 315-330-4477. Capable sources are sought to perform research and development for the IFE Division, Air Force Research Laboratory, Rome Research Site, Rome NY (AFRL Rome). AFRL Rome has a requirement for research and development in the area of Advanced Information Extraction Techniques. The objective of this contract is to enhance and evolve the current state-of-the-art in information extraction technology. This will be accomplished by providing leading-edge research in such areas as analysis, visualization and knowledge-based techniques, to reduce the collection as well as the processing times that intelligence analysts are inherently faced with. The technology developed under this effort will provide advanced data extraction and analytical capabilities in support of the global awareness requirement for military and intelligence applications. This effort is to provide the necessary mechanisms to support the research, development, and transition of Informational Retrieval (IR), Information Extraction (IE), Database Management (DM), and Analysis and Visualization (A & V) capabilities to assist intelligence analysts to exploit the information contained in text. An Indefinite Delivery/Indefinite Quantity type contract with an ordering period of 36 months is contemplated. Individuals employed under this contract must have a Security Clearance of at least Secret. Responses to this sources sought announcement will be used for market research purposes and possible set-aside. Should the determination be made to select this as a set-aside, another notice will be posted reflecting such. The NAICs code for this acquisition is 541710. Respondents to this announcement should indicate whether they are a small business, 8(a) concern, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, women-owned small business, or historically black college or university (HBCU) or minority institution (MI) (as defined by the clause at DFARS 252.226-7000). As discussed at FAR 19.502-2(b)(2), in making R&D small business set-asides, there must be a reasonable expectation that offers will be obtained from at least two responsible small business concerns and also a reasonable expectation of obtaining the best scientific and technological sources consistent with the demands of the proposed acquisition for the best mix of cost, performances, and schedules. The same considerations would apply to any HBCU/MI set-aside. Therefore, respondents should provide a statement of capabilities and past performance information demonstrating management and technical experience on similar acquisitions and resources necessary to successfully compete for this award. This will assist the Air Force in making a set-aside decision. In addition to the statement of capabilities, please provide answers to the following questions: (1) Does your organization intend to submit a proposal in response to the upcoming solicitation as a prime contractor? (2) How many people does your organization employ? (3) What experience (types and duration) do your employees have that you consider being relative to this effort (include resumes of key personnel)? (4) Will you need to hire additional personnel to perform this effort? (5) Is your organization?s accounting system approved by DCAA or DCMA? If not, how would your organization financially administer a cost-type contract? (6) Are there any other factors concerning your organization?s ability to perform the upcoming effort that the Air Force should consider? All respondents shall include their assigned Commercial and Government Entity (CAGE) code. Respondents are further requested to indicate their status as a foreign-owned/foreign-controlled firm and any contemplated use of foreign national employees on this effort. Please respond by 15 August 2002. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions, such as clarifications of the Statement of Scope or the terms and conditions are not considered to be ?significant concerns? and should be communicated directly to the Contract Specialist, Ms. E.J. Rena, 315-330-7116. The purpose of the Ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is the Deputy Chief, Contracting Division, at 315-330-7748. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the Contract Specialist/Contracting Officer and could not be satisfactorily resolved at that level. The solicitation is expected to be released by the first quarter of the Government fiscal year 2003. Refer to http://www.if.afrl.af.mil/div/IFK/afbop/ifkr_research_templ.html for any milestone updates. When it is issued, the entire solicitation will be issued on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov. Select ?Vendors?, under Acronym, select "USAF", at AFMC, select "Locations", at AFRL, Rome Research Site, select "Posted Dates". The FedBizOpps offers a registration service that will send e-mail notification when a change is made to this announcement. To register, click on the ?Register to Receive Notification? button at the end of this announcement in the FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. In addition to this registration, any prospective offeror interested in submitting a proposal for this solicitation must register by e-mail directly with the Contract Specialist at Emma.Rena@rl.af.mil in order to be placed on the List of Registered Parties. Include your company name, address, telephone number and point of contact, fax number, e-mail address, and CAGE Code. The Contract Specialist will post this list on the FedBizOpps along with the solicitation to facilitate subcontracting and teaming opportunities only. Offerors registering their name either on the FedBizOpps or with the Contract Specialist should not conclude that they will receive a paper copy of the solicitation in the mail. Paper copies will not be available. The solicitation and any amendments thereto will only be available by downloading the documents from the FedBizOpps. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. See Numbered Note 26. All responsible sources may submit a proposal in response to the RFP, which shall be considered.
- Record
- SN00130424-W 20020803/020801213526 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |