SOLICITATION NOTICE
70 -- Commercial-Off-the-Shelf Information Extractor Software
- Notice Date
- 1/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- P.O. Box 190022, North Charleston SC 29419-9022
- ZIP Code
- 29419-9022
- Solicitation Number
- N65236-04-R-0027
- Response Due
- 1/27/2004
- Archive Date
- 2/26/2004
- Point of Contact
- Point of Contact - Deborah McNeely, Contract Specialist, 843-218-5905; Deborah McNeely, Contracting Officer, 843-218-5905
- E-Mail Address
-
Email your questions to Contract Specialist
(deborah.mcneely@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Space and Naval Warfare Systems Center, Charleston (SPAWARSYSCEN Charleston) is soliciting information from potential sources to provide Commercial-Off-The-Shelf Information Extractor Software in accordance with the requirements as shown below and in Attachment (1). The proposed acquisition is for Commercial Off-the-Shelf information extraction software which takes English unstructured text and extracts structured information, including entities, events, and relationship. Clin 0001: Entry level system (1 CPU or 1 Server), up to 30,000 users of the output, provide a description of the recommended hardware, and provide estimated throughput with standard COTS English ruleset extracting all available information. Clin 0002: Separate base system that extracts entities (detailed requirements below) and as an option the additional capability to extract events/relationships. ?Provide the software costs including the English language ruleset. ?Provide the software costs including the first year of software maintenance. ?Provide the cost of maintenance for subsequent years. ?Provide a description of the level of technical support (incidents or hours) and training provided with the software, and optional costs for additional technical support (parameterized by incident or hour) and training (cost per person with length/location of training). ?Please include in the software costs for a single production system (with non-load balanced failover backup) processing at the rates above, and a separate minimal development/test system with a training/rule writing capability. If the rule-writing environment is licensed per user, please provide the base cost for a one user rule-writing system, and the optional costs for additional rule writing seats. ?Do not include hardware costs (this will be purchased separately). Only include a description of the recommended hardware. ?Only respond to this with completed, non-beta software that is available in February of 2004. Provide very brief tabular response to the detailed requirements lists below. If possible respond to the requirements with: ?Y ? Satisfy this requirement. ?S ? Satisfied requirement using standard English language ruleset, ?G ? Government or 3rd party integrator can tailor system or add rules to satisfy this requirement ?V ? COTS Vendor can modify information extractor to satisfy this requirement with separate funding. ?N ? No ability to satisfy this requirement. If the product partially meets a requirement, please provide a short description of how the requirement is partially satisfied. NOTICE: All interested respondents are required to be "American Owned" and foreign owned companies will not be considered. This notice is for planning purposes only. It is anticipated that a solicitation will be issued for a Firm-Fixed-Price type contract under the Commercial Item Test Procedures, FAR Part 13.5 during January 2004. It is the offeror's responsibility to monitor this site for the release of the solicitation and amendments (if any). The total estimated value is $400,000.00. All responsible offerors meeting the government's requirement are invited to submit a proposal which will be considered. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement, or any follow-up information requests. Respondents will not be notified of the results of the evaluation. The government reserves the right to consider a small business set-aside or 8(a) set-aside based on responses hereto. Responses must include the following: (1) name and address of firm; (2) size of business, including: average annual revenue for past three years and number of employees; (3) ownership (including Country of Ownership, indicating whether: Large, Small, Small Disadvantaged, 8(a), Women-Owned, HUBZone, and/or Veteran-Owned Business, Country of Ownership, and Central Contractor Registration (CCR) information; (4) number of years in business; (5) two points of contact, including: name, title, phone, fax, and e-mail address; (6) DUNS Number (if available); (7) affiliate information, including parent corporation, joint venture partners, potential teaming partners, prime contractor (if potential sub) or subcontractors (if potential prime); (8) the percentage of work your company can perform against each task listed above (do not include any documentation or percentages for any company other than your own); (9) a list of customers for relevant work performed during the past five years, including a summary of work performed, contract number, contract type, dollar value for each contract referenced, and a customer point of contact with phone number (this information is required to verify offeror's performance; the government may contact any reference for further validation). This market survey closes on 9 January 2004.
- Web Link
-
Click on this link to access the SPAWAR Solicitation Page
(https://e-commerce.spawar.navy.mil/command/02/acq/navhome.nsf/homepage?readform&db=navbusopor.nsf&whichdoc=29A46368A77B2CFA88256E240054313D&editflag=0)
- Record
- SN00509231-W 20040125/040123212614 (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 |