Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 21, 2011 FBO #3679
MODIFICATION

70 -- Natural Language Processing Text Mining Software - Responses to Questions

Notice Date
12/19/2011
 
Notice Type
Modification/Amendment
 
NAICS
511210 — Software Publishers
 
Contracting Office
Department of Health and Human Services, Food and Drug Administration, Office of Acquisitions and Grants Services, 5630 Fishers Lane, Room 2129, Rockville, Maryland, 20857-0001
 
ZIP Code
20857-0001
 
Solicitation Number
FDA-SOL-12-1097526
 
Archive Date
9/28/2012
 
Point of Contact
Christine Rynkiewicz, Phone: 3018276794, Linda Giles,
 
E-Mail Address
christine.rynkiewicz@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov
(christine.rynkiewicz@fda.hhs.gov, linda.alexander-giles@fda.hhs.gov)
 
Small Business Set-Aside
N/A
 
Description
Attachment 1: Responses to Questions This Sources Sought/Request for Information (RFI) is being issued in accordance with Federal Acquisition Regulation Part 10, Market Research. It is for information, planning and market research purposes only and shall not be construed as either a solicitation or obligation on the part of the Food and Drug Administration (FDA) or its Centers. The purpose of this RFI is to help the FDA understand the industry best practices, technical solutions and sources capable of meeting the FDA's requirements. The purpose of this RFI is to help the FDA understand the industry best practices and technical solutions capable of providing the full range of requirements described in this RFI. FDA will use this market research information to assess the market's capability to successfully meet FDA's Natural Language Processing Text Mining Software requirements. Requirement The Government requires Natural Language Processing Text Mining (NLPTM) Software intended to use semantic text mining to rapidly analyze documents to find therapeutically useful and possibly unknown associations between drugs, disease processes, adverse events and therapeutic agents. The NLPTM software shall meet the following requirements: Software Requirements: 1. The NLPTM software is required to be fully compatible without manipulation or re-formatting with both Windows XP and Windows 7. 2. The NLPTM software is required to be implemented via a web-based portal compatible with Internet Explorer without a need for customization or development. 3. The NLPTM software shall be capable of extracting facts and relationships from the comprehensive MEDLINE biomedical literature database; ability to search drug product labels and/or other public safety related data sources. 4. The NLPTM software is required to be scalable in terms of functionality and number of users. 5. The NLPTM software is required to be available in and/or convertible to a client-server installed version without loss of natural language processing or analytical functionality at any time. 6. The NLPTM software shall encompass a wide range of features to assist researchers in organizing, analyzing and searching documents and identifying relationships among different terms. 7. The NLPTM software shall make available taxonomies, thesauri and ontologies to facilitate text mining of documents containing medical, chemical and biological terms. Algorithms should include controlled vocabularies and domain specific techniques for improving recognition and disambiguation of biological entities. 8. The NLPTM software shall create a structured output that can be reviewed in digital or hard copy formats and stored in a database. 9. Query outputs should be exportable and compatible with commonly used data management and visualization tools, including interaction mapping, using proprietary and/or publicly available data platforms such as Cytoscape, Spotfire, Pipeline Pilot or other similar. 10. Query tools and user interface should be user friendly and not require special programming or database skills. The user should be able to create, edit, save and share custom queries In addition to searching for text or other content. Other Requirements: The Government requires NLPTM software that complies with the following technical items and services: 1. Must provide a user-guide/admin guide in PDF format for end-users. 2. Must have training and consultation services available. 3. Must provide software upgrades/patches and maintenance for content, controlled vocabularies and application interfaces. Responses to this notice shall be limited to ten pages (excluding marketing literature and/or technical data sheets) and must include: 1. Organization name. 2. Telephone number and e-mail address of a point of contact having the authority and knowledge to clarify responses with Government representatives. 3. Name, title, telephone number and e-mail addresses of individuals who can verify the demonstrated technical capabilities identified in the responses. 4. Commercial pricing list or other pricing information. 5. Customary practices, including warranty, discounts, contract type under which commercial sales of the products or services are made. 6. Any questions concerning the FDA's requirements for the NLPTM software. 7. To ascertain if the system is commercially available, deployed and proven; a listing of other organizations that have implemented the interested party's system. 8. Appropriate NAICS code. 9. DUNS number, CAGE code, Tax Identification Number and company structure (corporation, LLC, partnership, joint venture, etc.). 10. Proof of active registration in the Central Contractor Registry (CCR). 11. Identification of the available contract vehicles, such as: GSA Federal Supply Schedules (schedule/contract number and appropriate Special Item Numbers) or other GWAC vehicles by Agency and contract number. 12. Please provide documentation of the size of your business. If you are classified as a small business, HubZone small business, Service Disabled Veteran Owned Small Business, Woman-owned small business and/or 8(a) certified small business, please provide a detailed capability statement, focusing on your firm's proven ability to provide the required software. Additionally, please demonstrate your firm's capability to meet the requirements of FAR 52.219-14, Limitations on Subcontracting. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the outcome of the FDA's review of the information received. Additionally, the FDA does not intend to hold discussions concerning this RFI with any interested parties. This request is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to pay for any information submitted as a result of this request. The Government will not reimburse respondents for any cost associated with submission of the information being requested or reimburse expenses incurred to interested parties for responses to this announcement. However, FDA reserves the right to contact one or more of the respondents if additional information is required or to request demonstrations of available systems. Responses to this announcement will not be returned, nor will there be any ensuing discussions or debriefings of any responses. However, information obtained as a result of this announcement may be reflected in the subsequent solicitation if issued. This announcement is Government market research and may result in revisions in both its requirements and its acquisition strategy based on industry responses. Respondents must submit a Capability Statement via e-mail to Christine Rynkiewicz at christine.rynkiewicz@fda.hhs.gov no later than December 23, 2011, 11:00 AM Eastern Prevailing Time for consideration. Attachments: 1. Reponses to Questions
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/HHS/FDA/DCASC/FDA-SOL-12-1097526/listing.html)
 
Place of Performance
Address: FDA, Silver Spring, Maryland, 20993, United States
Zip Code: 20993
 
Record
SN02641636-W 20111221/111219234212-a78b05778881be9965224ec2902203ed (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.