SOURCES SOUGHT
58 -- Machine Foreign Language Translation System Interim Contractor Logistics Support (ICLS)
- Notice Date
- 12/17/2014
- Notice Type
- Sources Sought
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863
- ZIP Code
- 22060-5863
- Solicitation Number
- W909MY15MFLTS
- Response Due
- 1/19/2015
- Archive Date
- 2/18/2015
- Point of Contact
- Wanda Noblin, 7037043796
- E-Mail Address
-
ACC-APG - Washington
(wanda.m.noblin.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Title: Machine Foreign Language Translation System Interim Contractor Logistics Support (ICLS) REQUEST FOR INFORMATION: THIS IS NOT A SOLICITATION: No award will be made as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not a Request for Proposals (RFP), or Request for Quotations (RFQ). No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. The Government will not be liable for payment of any response preparation expenses and is in no way obligated by the information received. The information provided may be used by the Army in developing a future acquisition strategy, Performance Work Statement, Statement of Objectives and/or Performance Based Specification(s). Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. NOTE: The use of a RFI Number W909MY-15MFLTS is for tracking purposes only. BACKGROUND/DESCRIPTION: Army Contracting Command- Aberdeen Proving Ground-Fort Belvoir (ACC-APG-Belvoir) is conducting market research on behalf of Program Executive Office Intelligence, Electronic Warfare & Sensor are conducting a market survey in accordance with Federal Acquisition Regulation (FAR) Part 10 to determine industry's capabilities in sustainment support of Machine Foreign Language Translation System (PD MFLTS) software only capability ( quote mark App quote mark ) that 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. Initial MFLTS capability will be integrated into and fielded and trained concurrently with the Distributed Common Ground Systems Army (DCGS-A), CHARCS, and Nett Warrior systems and 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 IS 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. Responders to this RFI are asked to provide their technical capability information (aka Statement of Capabilities) required performing the requirements provided below. Statements should address the specific requirements of this Performance Work Statement (PWS) and identify the vendors' specific capability to complete these requirements, including, but not limited to a description of corporate experience with similar projects and information on applicable industry certifications at the individual and organizational level. The attached Performance Work Statement (PWS) describes the Government Requirement in detail. NO TELEPHONE INQUIRES WILL BE ACCEPTED. 1. Please provide the following Point of Contact information: Company: Address: Point of Contact: Phone Number: Fax Numbers: Email Address: 2. Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 334220 and 1 secondary NAICS code of 541930. The Small Business Size Standard for this NAICS code is $7 million. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. Large Business Concern Small Business (SB) Concern 8(a) Small Disadvantaged Business (SDB) Woman-Owned Small Business Historically Underutilized Business Zone (HUBZone) Veteran-Owned Small Business Service-Disabled Veteran-Owned Small Business 3. Brief summary of the company, of no more than 3 paragraphs. 3a. If you identify your company as a Small Business or any of the SB subcategories as stipulated in Question # 2, then is your company interested in a prime contract for the attached PWS? 4. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS 334220? If you are a SB answer questions 4A & B. All others skip to Question #5. A. If your company is awarded the contract, will you be able to perform at least 50% (percent) of the work? B. If you are a small business, can you go without a payment for 90 days? 5. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? 6. Does your company have experience as a prime contractor administering Multiple Award Contracts (MACs)? 7. If you answered quote mark yes quote mark to Question # 6, please provide as much of the following information as possible; A. MAC contract number(s); B. aggregate dollar value of entire MAC contract; C. aggregate dollar value of task orders you prime on each MAC; D. number of task orders you prime on MAC; E. Is the work on each MAC similar in scope to that of the attached PWS? 8. Does your company possess the capabilities to provide the entire range of services called for in the attached PWS? ______ YES _______ NO 9. If you answered YES to Question # 8, please provide specific capabilities and examples for how your company can provide these services. 9. If you answered NO to Question # 8, please list what services in the PWS your company can provide? Please provide specific capabilities and examples. 10. Is your company planning on business arrangements with other companies, please list the process used in selecting the members? 11. Please provide details regarding proposed joint ventures, teaming arrangements, strategic alliances, or other business arrangements to satisfy requirements of the PWS. Offerors are encouraged to identify teams, indicating each team member's size based upon the NAICS code of the work that the team member may be doing. 12. Is your company currently providing similar services to another government agency (you may also include contract #s for government) or other non-government customer? If so, please identify the agency or non-government customer. If you are unwilling to share your customer's identity, please address whether your company offers the same or similar services commercially 13. Has your Company performed this type of effort or similar type effort (to include size and complexity) in the past, if so provide Contract Number, Point of Contact (POC), e-mail address, phone number, and a brief description of your direct support of the effort? 14. What are the core competencies of your employees that would support the requirements of the PWS? Also, provide the total number of individuals currently employed by your company that are capable of supporting the requirements in the PWS. 15. Does your company have a SECRET facility or access to one should it be required. 16. Do all the employees that would support this PWS have a SECRET Clearance? No further information or documentation will be provided. The Government requests that interested sources submit an electronic response of not more than twenty (20) pages, 8.5 quote mark x 11 quote mark paper, 12-point, Times New Roman font, with a minimum of one (1) inch margins all around. Responses to Small Business Questions 3a thru 5 are in addition to the above stated ten (10) page limitation. Responses should include the company name, CAGE code, point of contact, and address. All interested companies or organizations are encouraged to respond to the RFI by providing the information within 30 days of this announcement. Proprietary information submitted in response to this RFI announcement MUST be marked accordingly and will be protected by the Government. Companies wanting to present ideas or approaches related to the PWS are welcomed to provide a separate 15 page maximum white paper within 30 days of this announcement. Respondents are requested to submit one electronic copy of the responses to Stephen Torney, at stephen.d.torney.civ@army.mil, and one copy to Contract Specialist Wanda Noblin at wanda.m. noblin.civ@mail.mil. Include RFI number W909MY-15-M-FLTS in the subject line. All requests for further information must be in writing and via email; telephonic requests for additional information will not be honored. You may request additional information from the Contract Specialist, Wanda Noblin at wanda.m. noblin.civ@mail.mil and the Contracting Officer, Rosetta Wisdom-Russell at rosetta.wisdom-russell.civ@mail.mil. ADDITIONAL INFORMATION TO BE PROVIDED Government Furnished Information (Draft partial, preliminary listing) Program Management: Department of Defense Instruction 5000.2 Operation of the Defense Acquisition System, 26 Nov 13 (Interim) MFLTS Program Management Plan MFLTS Integrated Master Schedule (IMS) MFLTS Information Assurance Plan MFLTS Capabilities Development Document (CDD) System Review Documentation: Approved Documentation System Functional Review Software Specification Review Preliminary Design Review Critical Design Review Configuration Management (CM): MIL-STD-3046 (Army): Department of Defense Interim Standard Practice for Configuration Management, 6 Mar 13 MIL-HDBK-61A/B: Configuration Management MFLTS CM Plan: Government CM Plan MFLTS CM Plan: Raytheon BBN Technologies CM Plan, v6.1 5 Jun 14 MFLTS Version Description Document (VDD), Raytheon BBN Technologies, MFLTS CM Process: MFLTS High-Level CM Briefing, 18, 28 Jul 14 MFLTS Initial Product Baseline (IPD) documentation of Configuration Items Information Assurance Plan CPI Countermeasures Implementation Plan (Controlled distribution) Network Enterprise Design Document Integrated Logistics Support (ILS)/Supportability MFLTS Systems Engineering Master Plan (SEMP) Supportability Strategy: Supportability Strategy for MFLTS, 28 Nov 12 MFLTS Integrated Support Plan (ISP) and ILS Master Schedule: Raytheon BBN Technologies, 15 Nov 2013 System Training Plan: MFLTS Approved System Training Plan (STRAP) Training and Training Support Plan: Raytheon BBN Technologies, MFLTS Software User Manual and Plan, Raytheon BBN Technologies, MFLTS Reliability, Availability, and Maintainability (RAM) Plan and Report, Raytheon BBN Technologies, 19 Sep 2013 MFLTS Failure Definition and Scoring Criteria (FDSC) Document Test Reports: Contractor Test, Development Test, and User Test Event #1 MFLTS Reliability Test Plan: Raytheon BBN Technologies, 19 Sep 2013 MFLTS Test and Evaluation Master Plan (TEMP) Language Data Documentation Software License Certificate Documentation: Original (Technology Development Phase); Subsequent (EMD Phase) MFLTS Initial Capability Specification, 20 Mar 13 MFLTS Design Specifications MFLTS language Data Documentation MFLTS Performance Work Statement (PWS): Basic Contract and Option, 24 Apr 13 MFLTS Language Data Package, Initial and Final MFLTS Software, Initial and Final Executable Code and Embedded Training Tutorial Security Classification Guide
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15ce2016183dd3ced8016e51b096fa32)
- Place of Performance
- Address: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA
- Zip Code: 22060-5863
- Zip Code: 22060-5863
- Record
- SN03598794-W 20141219/141217234709-15ce2016183dd3ced8016e51b096fa32 (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 |