Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2009 FBO #2727
SOURCES SOUGHT

U -- Foreign Language Television Programming for Language Learning

Notice Date
5/13/2009
 
Notice Type
Synopsis
 
NAICS
519130 — Internet Publishing and Broadcasting and Web Search Portals
 
Contracting Office
Army Reserve Contracting Center - West, Bldg 4385, Suite 2041, 400 Gigling Road, Seaside, CA 93955
 
ZIP Code
93955
 
Solicitation Number
W9124N09R0029
 
Response Due
5/27/2009
 
Archive Date
7/26/2009
 
Point of Contact
Amy Honaker, 831-242-4077
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION Defense Language Institute Foreign Language Center (DLIFLC) Foreign Language Television Programming for Language Learning 1.0 Description. This is a combined Sources Sought Synopsis and Request for Information (RFI). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. All responsible businesses, including small businesses, are encouraged to respond to this RFI. This RFI is for planning purposes only and constitutes neither a Request for Proposal (RFP), nor does it restrict the Government to an ultimate acquisition approach. This RFI should not be construed as a commitment by the Government for any purpose. 1.1 The Defense Language Institute Foreign Language Center (DLIFLC) and other Department of Defense agencies are conducting market research to determine potential sources for authentic foreign language video and web-deliverable programming for language learning use. This foreign programming: " must not be currently available via regular U.S. commercial programming " must be copyright-free for government-wide distribution " can be integrated into lesson plans and learning courseware. Authentic video programming will provide the necessary materials for foreign language instruction, curriculum development, and self-learning. Specifically, this announcement requests Statements of Capabilities outlining specific relevant experience and/or approach, as appropriate, in satisfying the below requirements, to include: 1.1.1 Authentic, Current and Copyright-Free Materials. News, documentaries and human interest materials and programming in both satellite broadcast and web-based format, which are authentic, current and copyright-free for educational use by the DoD. The contractor must secure, in writing, all necessary permissions for the unrestricted educational use of the materials and programming by DoD from the originators and other appropriate persons or agencies. The grant of permission will include explicit terms granting the unrestricted use by DoD agencies to view, record, store, adapt and distribute any of the materials or programming within the DoD. It will also grant the unrestricted right to the DoD to use any and all materials to produce learning modules or devices based on the delivered materials and programming for general DoD educational, non-commercial use. 1.1.2 Television Programming. An established channel that continually provides a wide array of current television programming originally broadcasted in required target languages. The array of television programming will be comprised of programming genres of benefit to DoD language learners, the priority order of which is: news, soap operas, political discussions, talk shows, documentaries, childrens programming, commercials, American shows dubbed in target language, and sports. 1.1.3. Insta-Class Star Lessons (IC* lessons). Each lesson will be comprised by an authentic copyright-free video and/or audio segment of two-to-four minute length, a transcription, a translation into English, and various language learning activities with explanations, teacher notes and feedback. Each lesson will be developed in accordance with ILR-based text leveling procedures and will be categorized by topic, theme and will be tagged as such, thus providing search criteria to be part of a database language learning system. User interaction will be made available through an online resource where users will be able to provide input and suggest corrections to IC* lessons. 1.1.4 Database. The contractor shall create a database and place each newly developed lesson therein, accessible by language, topic area, ILR level, and other functions to be determined upon contract award. The database will be accessible to all eligible users through the contractors website. 1.1.5 Speech-to-Text (S2T) Machine Translation Capabilities in Chinese and Spanish. Online Speech-to-Text (S2T) machine translation capabilities to new and archived materials in Chinese and Spanish. 1.1.6 Newspaper Materials. Provide city newspaper texts not available via the Internet in the following languages: Arabic, Farsi, Dari, Pashto. Newspaper texts will be digitized, editable mode versus scanned image files, and will be copyright free. 1.1.7 Web-Searchable Archive. All Internet-delivered content (new channel content, IC* lessons, S2T services, and newspaper materials) could be available via a web-searchable archive. Data in the archive must be tagged with DoD Shareable Content Object Reference Model (SCORM) compliant metadata. The archive must support queries based on language, dialect, topic, named-entity, or keyword. Users must have the ability to download either MPEG-2 or MPEG-4 format. The contractor must also provide Really Simple Syndication (RSS) feeds, and provide podcasting for video and audio. 2.0 Performance Delivery. 2.1 Satellite-Delivery. The contractor must make rebroadcast programming available via satellite broadcasting in MPEG-1 format through a geo-stationary satellite positioned to enable reception by all DoD-users within the United States. Video programming will be accompanied by its corresponding audio. 2.2 Internet-Delivery. The contractor must make programming available over the Internet through video streaming, 24 hours a day, 7 days a week. The contractor provide Internet service to handle a minimum of 1000 concurrent users, with redundancy of connectivity and power sufficient to maintain service with outages of no more than 30 minutes per day. 3.0 Requested Information. 3.1 Responses. Interested parties are requested to submit their Statement of Capabilities in the form of a White Paper, a maximum of 10 single-sided pages with text no less than 12-point font (Arial or Times New Roman) and a minimum of one-inch margins in Microsoft Word, Adobe PDF or compatible format. Do not include photos or references as part of the package. The white papers should be formatted as follows: Section A: Title, Name of Company, Name, Telephone number, Email address for a Point of Contact, Contractor Commercial and Government Entity (CAGE) code, Data Universal Numbering System (DUNS) number in the capability package and indicate company category, for example, a US company, large business, small business, small disadvantaged business or women-owned small business as described by NAICS code 519130, Internet Publishing and Broadcasting and Web Search Portals. Those desiring to do business with the U.S. Army must be registered in the Central Contractor Registration System (http://www.ccr.gov). Section B: Background, Brief History highlighting past relevant experience working with Government agencies, including National Security Agency, Defense Contracting Management Agency (DCMA), Defense Contracting Audit Agency (DCAA), subcontractors, and foreign governments. Section C: Experience: Interested parties should respond based on subparagraphs above and identify number of years experience and specific systems experience and/or approach, as appropriate, in security, technical key attributes, integration, and performance based support. Please address all items; if no experience in an area, so state. 4.0 Industry Discussions. DLIFLC representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to get further clarification of potential capability to meet the requirements, especially any development and certification risks. 5.0 Questions. Questions regarding this announcement shall be submitted in writing by e-mail to the Contracting Specialist Amy Honaker, email address: amy.honaker@us.army.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers to the FedBizOpps.gov website; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 27 May 09 1200 PST will be answered. Interested parties are invited to subscribe to the FedBizOpps.gov website to ensure they receive any important information updates connected with this RFI. 6.0 Endnotes. Participation is strictly voluntary with no cost or obligation to be incurred by the Government. Statement of Capabilities are due no later than 27 MAY 09, 1200 PST. Any responses received after this date and time may not be considered at the discretion of the Contracting Officer. Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. To aid the Government, please segregate proprietary information. Please be advised that all submissions become Government property and will not be returned. Capability Statements and/or questions may be submitted in writing electronically to amy.honaker@us.army.mil; regular mail to MICC-DOC Attn: Amy Honaker, BLDG 4385, Suite 2204 400 Gigling Road, Seaside, CA 93955-6771; or faxed to (831)242-6585. Electronic correspondence is preferred. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAY-2009); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT 877-472-3779 or fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link To Document
(https://www.fbo.gov/spg/USA/DABJ/DABK27/W9124N09R0029/listing.html)
 
Place of Performance
Address: Army Reserve Contracting Center - West Bldg 4385, Suite 2041, 400 Gigling Road Seaside CA
Zip Code: 93955
Country: US
 
Record
SN01815722-F 20090515/090513233027 (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.