SOURCES SOUGHT
70 -- language component software licenses
- Notice Date
- 1/20/2016
- Notice Type
- Sources Sought
- NAICS
- 541519
— Other Computer Related Services
- Contracting Office
- Defense Information Systems Agency, Procurement Directorate, DITCO-Scott, 2300 East Dr., Building 3600, Scott AFB, Illinois, 62225-5406, United States
- ZIP Code
- 62225-5406
- Solicitation Number
- MFLTS0001
- Archive Date
- 2/19/2016
- Point of Contact
- Carrie M Ross, Phone: 618-229-9569, Cody R. Seelhoefer, Phone: (618) 229-9348
- E-Mail Address
-
carrie.m.ross.civ@mail.mil, cody.r.seelhoefer.civ@mail.mil
(carrie.m.ross.civ@mail.mil, cody.r.seelhoefer.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT ANNOUNCEMENT The Defense Information Systems Agency (DISA) is seeking sources for: The United States Army, Communications-Electronics Command (CECOM), Software Engineering Center (SEC) Centralized Acquisition & License Management (CALM) Team of the Software License Acquisition Branch (SLAB) for the Machine Foreign Language Translation Systems (MFLTS) Program. Building 6002, Combat Drive, Room 101, Aberdeen Proving Ground, Maryland 21005 CONTRACTING OFFICE ADDRESS: DISA Defense Information Technology Contracting Organization (DITCO) 2300 East Drive, Building 3600 Scott Air Force Base, Illinois 62225-5406 INTRODUCTION: This is a SOURCES SOUGHT TECHNICAL DESCRIPTION to provide the required products and/or services. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. CONTRACT/PROGRAM BACKGROUND: This market research is in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine industry's capabilities to provide brand name Raytheon BBN language component software licenses or EQUAL in support of the MFLTS software. The Army is anticipating soliciting a sole source contract to procure Raytheon BBN Language Component software that will integrate with the MFLTS and provide language translation capabilities to the Warfighter. The MFLTS is a software-only system consisting of open architecture software and language component software modules that are integrated, scalable, tailorable, interoperable, user-friendly, easily deployable, and available to the Army. The BBN language provides an automated foreign speech and text translation capability in order to augment and complement limited human linguistic resources across all Army echelons in all environments. MFLTS capability will be integrated into and fielded and trained concurrently with the Distributed Common Ground Systems Army (DCGS-A), Counterintelligence Human Intelligence Automated Reporting and Collection System (CHARCS), and Nett Warrior systems. It supports translation of two spoken languages (Pashto, Iraqi Arabic) and one written language (Modern Standard Arabic) in two language domains (Checkpoint Operations & Base Security). In the future MFLTS will be integrated into additional tactical Information System, such as Mission Command (JBC-P) systems. Under the IT Box Acquisition construct, MFLTS will continue to be improved with new functionality and languages throughout the product's total life cycle. This new functionality will be competed full and open competition in the future. Responders to this Sources Sought are asked to provide their capability to provide the required Raytheon BBN language component licenses in Speech to Speech (Pashto, Iraqi Arabic) and Text to Text (Modern Standard Arabic) in Checkpoint Operations and Base Security domains or EQUAL solution. The anticipated period for obtaining the required software is the month of March, 2016. REQUIRED CAPABILITIES: The Government requires language components [Optical Character Recognition (OCR), Automatic Speech Recognition (ASR), Text to Speech (T2S), and Machine Translation (MT)] licenses and support to utilize language module (Speech to Speech in Pashto and Iraqi Arabic and Text to Text in Modern Standard Arabic) development funded by the Government in two language domains (Checkpoint Operations and Base Security). The language modules will interface the Government-owned architecture and operate on Army host platforms (Distributed Common Ground Systems, Nett Warrior, and others). Support is also required on the language components. The Army anticipates either purchasing perpetual 2900 and the associated software support (maintenance of the licenses) or procuring 2900 subscriptions. The option years are looking at procuring an unlimited subscription to cover all of Army or maintenance on 2900 perpetual licenses/subscription. SPECIAL REQUIREMENTS: Software components must integrate with the MFLTS solution. SOURCES SOUGHT: The anticipated North American Industry Classification System Code (NAICS) for this requirement is 541519, with the corresponding size standard of $27,500,000.00. To assist DISA in making a determination regarding the level of participation by small business in any subsequent procurement that may result from this Sources Sought, you are also encouraged to provide information regarding your plans to use joint venturing (JV) or partnering to meet each of the requirements areas contained herein. This includes responses from qualified and capable Small Businesses, Small Disadvantaged Businesses, Service Disabled-Veteran Owned Small Businesses, Women-owned Small Businesses, HUBZone Small Businesses, and 8(a) companies. You should provide information on how you would envision your company's areas of expertise and those of any proposed JV/partner would be combined to meet the specific requirements contained in this announcement. In order to make a determination for a small business set-aside, two or more qualified and capable small businesses must submit responses that demonstrate their qualifications. Responses must demonstrate the company's ability to perform in accordance with the Limitations on Subcontracting clause (FAR 52.219-14). SUBMISSION DETAILS: Responses should include: 1) Business name and address; 2) Name of company representative and their business title; 3) Type of Small Business; 4) Cage Code; 5) Contract vehicles that would be available to the Government for the procurement of the product and service, to include ENCORE II, General Service Administration (GSA), GSA MOBIS, NIH, NASA SEWP, Federal Supply Schedules (FSS), or any other Government Agency contract vehicle. (This information is for market research only and does not preclude your company from responding to this notice.) Vendors who wish to respond to this should send responses via email NLT February 4, 2016 by 10:00 AM Eastern Daylight Time (EDT) to cody.r.seelhoefer.civ@mail.mil and carrie.m.ross.civ@mail.mil. Interested businesses should submit a brief capabilities statement package (no more than five pages) demonstrating ability to provide the product capabilities as listed above and any commercial pricing available for perpetual licenses, maintenance, and subscription for a base period of 12 months. Option year pricing is also encouraged on an unlimited licensing and user based model. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All information received that is marked Proprietary will be handled accordingly. Please be advised that all submissions become Government property and will not be returned. All government and contractor personal reviewing RFI responses will have signed non-disclosure agreements and understand their responsibility for proper use and protection from unauthorized disclosure of proprietary information as described 41 USC 423. The Government shall not be held liable for any damages incurred if proprietary information is not properly identified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DISA/D4AD/DITCO/MFLTS0001/listing.html)
- Place of Performance
- Address: Army locations world wide, Aberdeen Proving Ground, Maryland, 21005, United States
- Zip Code: 21005
- Record
- SN03996133-W 20160122/160120234435-25441787440fb5f83b6a4aac0925818e (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 |