Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2008 FBO #2474
SOLICITATION NOTICE

99 -- Foreign Media Monitoring Translation System

Notice Date
9/2/2008
 
Notice Type
Modification/Amendment
 
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-0012
 
Response Due
9/8/2008
 
Archive Date
11/7/2008
 
Point of Contact
Nilda Lugo, 703-428-6272<br />
 
Small Business Set-Aside
N/A
 
Description
a. This is Amendment 0002 to Solicitation W9132V-08-R-0012, Foreign Media Monitoring Translation System. b. The date and time for receipt of quotes is hereby changed to 8 September 2008, 2:00 pm EST. c. This amendment provides answers to questions submitted by prospective offerors: Question 1. Are there any specific metrics for the web crawler? Answer 1. The web crawler should be able to maintain a 90 day history of at least 30 sites, with the crawler checking for site updates at least two times a day (a larger number of sites and more frequent updates is desirable, but not required). The crawler should index at a 'depth' of at least 2 'hops' from the main page. Question 2. Is there a requirement for persistent web crawling (constant re-indexing of the entire internet basically) or 'on demand' where a user initiates it and defines the depth and other parameters with automation then applied (e.g. scheduling)? Answer 2. After initial user/factory setup, the website indexing functionality should be completely automated, running 24/7. See answer above for more details on frequency of checking website updates and 'depth'. Question 3. How should storage (Data Warehousing) be addressed? Provide a turnkey solution or use of Government DISA sites? If the contractor provides solution must it be secure, etc.? Answer 3. The system should be a 'turnkey' system meaning that all required storage should be included. Question 4. Is web crawling on foreign web-site in Arabic, Iraqi Arabic, and English Or is it English only crawling? Answer 4. The web crawling is down on websites containing Modern Standard Arabic, Iraqi Arabic and English. The indexing should be stored in both the original language, and the destination language (English), if applicable. Question 5. What is the security level of the LAN? Answer 5. Unknown. For the web crawling ability, the contractor should assume that an 'open' path to the Internet exists and is available to the FMM system. Question 6. Will the Internet Service Provider (ISP) be provided for the web crawler? Answer 6. Yes. The contractor should assume that there is an Internet hookup available. If chosen, more details about integrating into the Units LAN will be provided (Static IP, DHCP, DNS servers, etc.). Question 7. Is there already an existing firewall to negate a virus threat on the LAN or will it be required? Answer 7. No firewall in the FMM is required. Question 8. Does a LAN exist for the users or is the Contractor to provide the Ethernet LAN and Workstations? If it exists what is the interface to the Users (e.g. 100 or 1000 Gigabit Ethernet) Answer 8. The end user LAN exists. If the system being offered interacts entirely with the user through a web interface so that the user simply needs to point a web browser to the IP of the system, then no Workstations are required. If the system has its own proprietary Workstations, then enough Workstations for up to 4 simultaneous users should be included in the quote. The exact makeup of the LAN is unknown, but the contractor should assume that it is at least a 10/100 Mb/sec LAN. Question 9. If the Contractor is to provide the LAN, the actual requirements need to be provided. Answer 9. See above. The system should be a turnkey system that can be dropped into an existing LAN. Question 10. It is assumed the Government will provide the feeds to be analyzed. Please provide the interface and technical standards for the interfaces (i.e., are we interfacing to internet? Satellite raw feeds?) Please provide the technical specifications and exact manufacturer and part numbers for all receivers. Answer 10. The Government will provide their own audio and video sources. The contractor should expect video to be provided in a standard composite input (RCA jack), and the audio to be provided in standard stereo (RCA jack). The Contractor should assume that the LAN that the FMM will be on has Internet connectivity. If chosen, the Government will provide more information on the specific LAN setup. Question 11. The time frame for delivery of a quality translation system meeting your specific requirements is not realistic. Such a system needs substantial customized configuration, system integration, and a testing cycle before turn-over. Therefore, we request that delivery be changed from 60 days to 180 days. Answer 11. The RFQ is not for new development. The governments market research indicates there are offerors capable of providing commercial-off-the-shelf functional systems within the stated deadline. Question 12. We request that Translation Quality be part of the evaluation criteria as it distinguishes between companies providing the lowest level of functionality and those who can provide expansion option and higher quality (accuracy) in translation. We would like to point out that while there is no perfect translation product on the 'Commercial' market, IMV will propose to use the top rated translation software in the marketplace as a part of our customized system architecture. We point you to the text translation comparisons performed by the National Institute of Standards and Technology recommending specific translation products as being the most accurate on the market. Please see: http://www.nist.gov/speech/tests/mt/2006/doc/mt06eval_official_results.html. Therefore, NIST standards should be made a part of the quality standard in determining acceptability of the system. Answer 12. Translation Quality is already a part of the evaluation, see paragraph 7. Excerpt: 'Systems will be selected based on evidence of translation capability (translation accuracy subject to expected media conditions)... 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.' Question 13. While we can meet all your system requirements, more than 15 days from closing of the solicitation would be needed to develop a demonstration. Therefore, we request that the demonstration be given 60 days from closing. Answer 13. As this is an RFQ for a COTS product, the vendor should be able to have a working system ready for demo within 15 days of RFQ closing. Question 14. In reviewing the interested parties list in FedBizOpps, it was noticed that there are at least 2 (two) small businesses that may be able to respond to the solicitation. IMV is also a small business and it is requested that the solicitation be set aside for small business in accordance with FAR 19.502-2 (b) (1). Answer 14. The governments market research indicated that two or more small businesses were not capable of providing a commercial off the shelf product that could meet the governments requirement. Question 15. This is not a commercial off the shelf (COTS) system using catalog pricing but rather a system developed using unique systems architecture, complex commercial software, and customized programming. The short timeframe between RFP advertisement and closing is not supportive of fostering an environment of effective competition. Therefore, it is requested that the closing date be extended by 15 days. For this same reason, it is recommended that the pricing arrangement be changed from a Firm Fixed Price to a Fixed Price Level of Effort with a Not-To- Exceed Ceiling Price for Materials. Answer 15. The governments requirement for a COTS product is necessary to meet delivery requirements critical to satisfy mission needs. Question 16. Is email submission acceptable? Answer 16. Proposals sent via email will NOT be considered. Responses 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 Question 17. What is the expected ceiling of award? Answer 17. There isnt a ceiling for the award. Question 18. Are there any restrictions on length? Answer 18. No. Question 19. I am inquiring about the Foreign Media Monitoring Translation System. On FBO there are two solicitation numbers listed for this, W9132V-08-R-0012 & W9132V-08-R-0010. Are these two separate 'on there own' programs or was one mistakenly put on FBO. If it was a mistake which solicitation number is the correct one? Answer 19. They are two separate requirements. d. All other terms and conditions remain unchanged.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e406b24434957118a693c3b0c391fed7&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
SN01657245-W 20080904/080902221319-e406b24434957118a693c3b0c391fed7 (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.