SOURCES SOUGHT
70 -- 10th MNT Div, Fort Drum, NY- 'One-way Language Translation Device'
- Notice Date
- 8/7/2007
- Notice Type
- Sources Sought
- NAICS
- 511210
— Software Publishers
- Contracting Office
- PEO STRI Acquisition Center, 12350 Research Parkway, Orlando, FL 32826-3276
- ZIP Code
- 32826-3276
- Solicitation Number
- W900KK10THMNTDIV
- Response Due
- 8/22/2007
- Archive Date
- 10/21/2007
- Small Business Set-Aside
- Total Small Business
- Description
- The U.S. Army Program Executive Office for Simulation, Training and Instrumentation (PEO STRI), in support of 10th Mountain Division is interested in providing (260) one-way translation devices' to support of units deploying in support of the Global War on Terrorism (GWOT). The potential system must be available for delivery dates 15 Nov 07 for the first 130 and 15 Jan 08 for the remaining 130. 10th Mountain Division units have a requirement for a multi-functional, multi-media language and culture learning device. The identified system must provide one-way translation and cultural knowledge for both the Iraqi Arabic and Iraqi Kurdish languages. Primary use for the device will be at the Squad/Team/Individual level allowing small unit leader the ability to provide directions and guidance to the local populace during the conduct of operations. Soldiers must be able to easily utilize the device to support a variety of missions to include vehicle checkpoint operations; entry checkpoint operations; raids; patrols; cordon and knock, and other critical missions. The device must be compact, rugged, and intuitive to use to allow Soldiers to quickly make use of the devise with minimum training. The system must be able to serve as a language and cultural training device that Soldiers can use to improve their languag e capability and cultural skills, i.e, non-verbal gestures as they correlate with verbal dialogue. The system must be easily learned with little or no formal training required. The overall system must include a user friendly authoring/editing tool by which units and/or their linguists may update or create both verbal communications and non-verbal gestures thereby allowing for the ability to adapt the technology to the ever changi ng tactical environment. The authoring/editing system must allow for the blending of both Iraqi Arabic and Kurdish vocabularies to support the different regional areas in which Soldier could be required to conduct operations. As needed the system must provide a 24/7 Help Desk capability that units may contact to assist in the development of or modification of existing missions phases and gestures. At a minimum the system must provide: a) One-way language translation capability for both Iraqi-Arabic and Iraqi-Kurdish b) Mission-specific vocabulary trainer c) Multimedia cultural awareness tool d) Support iPod or Windows Mobile PDA systems e) Authoring tool that will enable units to build or modify phrases onto existing missions or build new mission It is anticipated that this acquisition will be awarded under the provision of FAR 6.302-1. Interested parties should provide a written statement of capability, using the prescribed format (font size 12, Time New Roman); not to exceed three (3) pages (inc luding cover page), addressing your companys: " Ability to provide a system which meets the requirements as identified above; " Proposed system including a detailed description of the device, its capabilities, and train-up requirements; " Ability to provide system and the number of systems/devices which could be provided in the identified time frame ; " Ability to provide 24/7 Help Desk assistance " Include the company name, cage code and primary point of contact including email address and telephone number. Written statement of capabilities should be received by this office NLT 22 August 2007. Point of Contact: John Loper, PEO STRI Contract Specialist, Phone 407-384-5499, email: john.loper2@peostri.army.mil RESPONSE FORMAT Page 1: Cover Sheet Company Name, Address, Cage Code, and Point of Contract including Phone Number and email Page 2: Capabilities and experience in providing similar services of this magnitude in a secure environment requiring clearances up to TS/SCI (Not to exceed one [1] page); Page 3: Methodology for providing anticipated numbers of personnel; subcontracting management experience: (Not to exceed one [1] page) Page 4: Capability to operate in a U.S. Government cost-type contract environment using an approved cost accounting system, to include fixed, incentive, and award fees (see FAR 16.3) and your companies Small Business status under the NAICS codes listed abo ve. (Not to exceed one [1] page)
- Place of Performance
- Address: PEO STRI Acquisition Center 12350 Research Parkway, Orlando FL
- Zip Code: 32826-3276
- Country: US
- Zip Code: 32826-3276
- Record
- SN01364656-W 20070809/070807221843 (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 |