Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2008 FBO #2459
SOLICITATION NOTICE

99 -- Commercial Off-The-Shelf (COTS) Two-Way Handheld Speech-to-Speech Translation Systems

Notice Date
8/18/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334220 — Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
 
Contracting Office
Department of the Army, U.S. Army Corps of Engineers, U.S. Army Engineer Research & Development Center (ERDC), TOPO Engineering Lab (TEC), U.S. Army Engineer Research & Development Center (ERDC), TOPO Engineering Lab (TEC), 7701 Telegraph Rd, Alexandria, VA 22315-3864
 
ZIP Code
22315-3864
 
Solicitation Number
W9132V-08-R-0009
 
Response Due
8/29/2008
 
Archive Date
10/28/2008
 
Point of Contact
Nilda Lugo, 703-428-6272<br />
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The contract shall be awarded as a Firm Fixed Price type contract. The solicitation number is W9132V-08-R-0009 and is issued as a Request For Quote (RFQ). The Sequoyah Management Office, under the Program Director, U.S. Army Space Programs Office of Program Executive Officer (PEO) Intelligence and Electronics Warfare and Sensors (IEW&S), Fort Monmouth, NJ, is seeking to fulfill the immediate need for Two-way Speech-to-Speech (2WSTS) translation systems in support of Operational Iraqi Freedom (OIF), Operation Enduring Freedom (OEF) and Global War on Terrorism (GWOT). In order to be considered responsive a contractor must meet the following requirements: The proposed action is for 160 Laptop 2WSTS translation systems. A contractor must propose to the full amount required. 1) The device must provide the capability to translate bidirectional English to Iraqi-Arabic (English - Iraqi-Arabic) speech. 2) Provide two working COTS systems to the Contracting Officer along with the RFQ Response before the closing date for the RFQ. The two systems provided to the Contracting Office will be forwarded to the Sequoyah Test Bed where they will be evaluated. One unit will serve as the primary Unit Under Test (UUT) and the second as back-up. The primary UUT and the back-up will be returned to the offeror at the end of the evaluation. The Program Office will reimburse the offeror for either of the units if the offeror finds damage or the Program Office wishes to retain the units in their Test Bed for future tests and the offeror agrees. The COTS units may be applied to the 160 contracted for by the Program Office if the offeror providing them should win the contract. Upon receiving the RFQ Response and COTS systems, a copy of the lab evaluation checklist will be forwarded to the contractor (e-mailed in electronic form). The offeror may be requested to demonstrate the equipment to the Sequoyah technical evaluators once the equipment is released from the Contracting Office. The demonstration of the equipment will be at no cost to the government as will any initial shipping or transportation fees of the COTS units supplied. 3) Meet the delivery schedule of 60 days After Contract Award. 4) This capability will support the following functional areas: Force Protection (FP), Checkpoint Operations, Convoy Operations, Combat Operations, Tactical Questioning, Internment and Resettlement, Soldier Training (Basic Training), Police Training (military and civil), Medical (life saving), and Maritime Interdiction. Other military and non-military domains may be offered by the vendor, but primary consideration will be given to the thoroughness of the minimum set stated above. 5) Systems will be selected based on evidence of translation capability (translation accuracy subject to noise conditions, language variations, output intelligibility, etc.), domain coverage, system robustness (performance reliability and software stability), reliability (software failure and battery life) and operator suitability (documented user evaluation, limited user evaluation, speed of operation, ease of training). This selection will be based on results of laboratory testing, evaluations by military personnel and documented performance data supplied by the vendor on their systems, as necessary to make a determination. The minimum entrance criteria for 2WSTS systems is a system speech recognition error benchmark of less than 10% for English recognition, achieving above.4 on the BLEU score for English - Iraqi-Arabic and.3 for Iraqi-Arabic - English, and having a less than 10 second translation time (from input finish until audible output available). At the Governments request, responders may be required to provide additional information on their systems necessary for the Government to conduct testing and evaluation prior to AOC. 6) Past performance of the offerors system, specifically a laptop 2WSTS capability in Iraqi-Arabic, through industry accepted benchmarking, comparative test and evaluation or certified user feedback will be taken into consideration. 7) The Iraqi-Arabic software application: (1) must be portable, reloadable and updateable; (2) be accompanied with sufficient documentation on the software architecture of the application in order to test and evaluate the system; (3) described down to a system component level is highly desirable; (4) A list of Test-Points in order record ASR output, MT Engine output, and other components of the application is highly desirable 8) Shall describe details in their commercial package of their systems to include the following: (1) description of machine translation engine; (2) all operating modes, device input and output modes; (3) battery and power requirements, battery life under different operating conditions, recharging time; (4) platform component and system details (e.g., size, weight, processor, Operating System, operating temperature range, product ruggedization: water, weather, dust, drop); (5) training details: offeror provided training, embedded training; (6) technical support; (7) warranty information; (8) Minimum requirements for the devices are: (a) maximum size for the laptop is 2.5x9.5x12.5; (b) maximum weight 9 lbs; (c) ambient operating temperature range for the platform is -5C to 40C or better, (d) minimum battery life five hours. Request for waiver on these requirements must accompany the response to the solicitation. 9) The offeror must list the accessories (and their specifications) that come with the candidate system, to include: (1) Shipping and carrying cases; (2) Peripherals microphone, speakers, etc.; (3) Training and user documentation both CD and written desired. 10) A contractor must submit a catalog supporting prices quoted to the Government as well as any discounts offered. Delivery shall be within 60 days After Contract Award. Early Delivery at no extra cost to the Government is acceptable and encouraged. The small size standard is for number employees below 750 for the North American Industry Classification System (NAICS) Code 334220. Shipments of deliverable products are to be FOB Destination. Ship To Address is the following: DLA/DDC, DDJC-CF Sharpe Site, Building 205 700 E Roth Road French Camp, CA 95231 ATTN: Stan Harrison/Cheryl Christensen Packaging and Packing shall be in accordance with Standard Practice for Commercial Packaging (ASTM D 3951-98). PROVISIONS AND CLAUSES applicable to this acquisition are as follows: FAR 52.212-1, Instructions to Offerors Commercial Items (JAN 2005); FAR 52-212-3, Alt 1, Offerors Representations and Certifications, Commercial Items FAR 52.212-4, Contract Terms and Conditions Commercial Items (OCT 2003); FAR 52-212-5, Contract terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items (JULY 2005 DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items (JUNE 2005), for Paragraph (b) the following clause applies: 252.225-7001, 252.227-7015, 252.227-7037, 252.232-7003, 252.243-7002, 252.247-7023; FAR 52.227-01, Authorization and Consent (JULY 1995); FAR 52.227-2, Notice and Assistance Regarding Patent and Copyright Infringement (AUG 1996); FAR 52.7043 Standard Practice for Commercial Packaging; FAR 52.227-3, Patent Indemnity (APR 1984); FAR 52.227-6, Royalty Information (APR 1984); FAR 52.227-9, Refund of Royalties (APR 1984); DFAR 252.227-7015, Technical Data Commercial Items (NOV 1995); DFAR 252.227-7030, Technical Data Withholding of Payment (MAR 2000); DFAR 252.227-7016 Rights in Bid or Proposal Information DFAR 252.227-7037, Validation of Restrictive Markings on Technical Data (SEP 1999); DFAR 252.227-7017 Identification and Assertion of Use, Release or Disclosure Restrictions DFAR 252.227-7019 Validation of Asserted Restrictions-Computer Software DFAR 252.227-7026 Deferred Delivery of Technical Data or Computer Software DFAR 252.227-7027 Deferred Ordering of Technical Data or Computer Software DFAR 252.227-7028 Technical Data or Computer Software Previously Delivered To the Government DFAR 252.227-7030 Technical Data-Withholding of Payment DFAR 252.227-7037 Validation of Restrictive Markings of Technical Data FAR 52.242-15, Stop-Work Order (AUG 1989) DFAR 252.204-7000 Disclosure of Information DFAR 252.211.7003 Item Identification and Valuation DFAR 252.217-7026, Identification of Source of Supply DFAR 252.211-7006 Radio Frequency Identification FAR 52.243-01, Changes Fixed Price FAR 52.204-7, Central Contract Registration (for Certification and Representations) FAR 52.223-11, Ozone-Depleting Substances FAR 52.233-1, Disputes FAR 52.233-4 Applicable Law for Breach of Contract Claim FAR 52.247-34 FOB Destination FAR 52.247-48 FOB Destination Evidence of Shipment FULL TEXT OF THESE PROVISIONS AND CLAUSES MAY BE OBTAINED BY ACCESSING ANY OF THE FOLLOWING INTERNET WEBSITES: http://www.acq.osd.mil/dpap/dars/dfars/index.htm or http://www.acqnet.gov/far/. Basis of Award: The Government intends to award a contract resulting from this solicitation to that responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate the offers: Technical, Past Performance and Price. Technical is more important than Past Performance and significantly more important than Cost. Past Performance is more important than Cost. When combined Technical and Past Performance are significantly more important than Price. Evaluation of past performance will include information submitted in response to paragraph 6 above. Price will be evaluated for fairness and reasonableness as it relates to the systems offered. Fairness and reasonableness is the degree to which the proposed price compares to the price a reasonable and prudent person would expect to incur for the same or similar goods or services. Offerors are required to submit one original and 3 copies of their responses. Award will be made based on the best value to the Government. All questions regarding this combined synopsis/solicitation must be directed IN WRITING to the Contracting officer, Nilda Lugo, no later than 26 Aug 2008, 2:00PM EST. Its the offerors responsibility to monitor this site for the release of amendments (if any). These items are in support of the WARFIGHTER. Therefore, offers are to be received NLT August 29th 2008, 2:00 PM EST. Response to the RFQ AND DELIVERY of the units should be mailed or delivered to: U.S. Army Engineer Research and Development Center (ERDC), Topographic Engineer Center, Attn: CEERD-CT-A (Toni Davis/Nilda Lugo), 7701 Telegraph Road, Alexandria, VA 22315-3864. If proposals are hand delivered, they must be delivered to the Contracts Office, Attn: Nilda Lugo, Contracting Officer (703-428-6272) or Toni Davis, Contract Specialist (703-428-6632), Building 2592 (Cude Building), located on the grounds of the Humphrey Engineering Center, 7701 Telegraph Road, Alexandria VA 22315-3864, in order to be properly time and date stamped. Due to security measures, advance notification to Toni Davis, Contract Specialist (phone 703-428-6632 or fax 703-428-6995) or Nilda Lugo, must be provided so that the guard on Leaf Road gate can be made aware of your arrival. Hours of operation are 8:00 am through 4:00 pm eastern time, Monday through Friday, excluding Federal holidays. Due to the security measures at the building, offerors must allow sufficient time to adhere to the security procedures at the front desk. Offerors cannot proceed unescorted to the depository noted. Delays caused by TEC employees adherence to security procedures will not constitute cause for allowing late receipt of offers. The Contracting Officer reserves the right to make no award under this RFQ. Offerors are strongly encouraged to use the Standard Form 1449 as the first page of their offer. If you choose not to use the SF 1449, you are cautioned to complete and provide with your proposal all the data requested by FAR 52.512-1, Instructions to Offerors Commercial Items. Failure to do so may eliminate you from consideration for award. The Point of Contact for this action is Ms. Toni Davis, Contract Specialist, 703-428-6632, toni.davis2@us.army.mil, or Ms. Nilda E. Lugo, Contracting Officer, Fax: 703-428-6995, nilda.lugo@us.army.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7d48a92b4971573175a967d91b011d66&tab=core&_cview=1)
 
Place of Performance
Address: U.S. Army Engineer Research & Development Center (ERDC), TOPO Engineering Lab (TEC) 7701 Telegraph Rd, Alexandria VA<br />
Zip Code: 22315-3864<br />
 
Record
SN01643084-W 20080820/080818220149-7d48a92b4971573175a967d91b011d66 (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.