MODIFICATION
A -- Market Survey for Further Development and Implementations of Common Core Ontologies
- Notice Date
- 6/8/2015
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- ACC-APG - Aberdeen Division A, 6001 COMBAT DRIVE, Aberdeen Proving Ground, MD 21005-1846
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGU15R0036
- Response Due
- 7/6/2015
- Archive Date
- 8/7/2015
- Point of Contact
- Michael Gomes, 4438614682
- E-Mail Address
-
ACC-APG - Aberdeen Division A
(michael.m.gomes.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- (U) Market Survey for Further Development and Implementations of Common Core Ontologies. (U) THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, REQUEST FOR PROPOSALS, QUOTES OR AN INDICATION THAT THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT WILL NOT REIMBURSE RESPONDENTS FOR ANY COST ASSOCIATED WITH THE SUBMISSSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO THE INTERESTED PARTIES FOR REPONSES. (U//FOUO) The U.S. Army Contracting Command-Aberdeen Proving Ground (ACC-APG), Aberdeen Proving Ground, MD 21005, on behalf of the Communications Electronics Research and Development Engineering Center (CERDEC) Intelligence and Information Warfare Directorate (I2WD) Radar Systems and ID (RSID) Division, is conducting a Market Survey to identify potential sources for the procurement of Further Development and Implementations of Common Core Ontologies. (U//FOUO) Sources are sought for Further Development and Implementations of Common Core Ontologies, to include knowledge discovery and dissemination, federated search, data alignment, dataset mapping, fusion, real-time fusion, data aggregation, architecture, SPARQL queries, Application Programmer Interface (API), cloud computing, collaboration tools, standard user profile, rules engine, sensor selection and tasking, analytics, controlled meta-data and vocabularies, data modeling, Natural Language Processing (NLP) alignment, ontology extensions and conformance, semantic message brokering, and metrics. Proposed solutions shall comply/conform with the following specifications: Web Ontology Language (OWL) 2.0 Basic Formal Ontology (BFO) Common Core Ontologies v0.8 (U) Vendors may submit information on solutions that do not comply with all of the above areas as long as a major redesign of them is not required. All deficiencies should be noted with the level of effort required to correct the non-compliant item(s). (U//FOUO) The proposed acquisition is for Further Development and Implementations of Common Core Ontologies with a one-year base period and four twelve-month option periods of performance. The total estimated maximum level of effort is 600,000 man hours. (U) Interested sources are requested to submit a brief summary of capabilities to include in-house capability versus outside resources (i.e. subcontractors/teaming arrangements), to include information such: (U) Company size o(U) Number of employees o(U) Number of employees with SECRET clearance available for 60 month project term (U) Past experience with the principle technologies and specifications listed above o(U) Explain your company's experience o(U) Provide examples of recent contracts/task orders in the last 3 years (U) As a Prime-Contractor (U) As a Sub-Contractor (U) Portioning of work o(U) Does your firm possess the ability to perform 50% of the work (U) Facility Security Classification currently held o(U) Does your facility have the ability to store/transmit SECRET Information? If yes, provide a copy of your DSS Facility Site Clearance document(s). (U) Pertinent Points of Contact (U) Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? (U) For the proposed acquisition, the contractor shall be required to have a SECRET Facility Clearance with SECRET safeguarding requirements. The contractor will require access to SECRET information and For Official Use Only (FOUO) information. (U) Submission of proprietary and other sensitive information shall be marked and identified with disposition instructions. Submitted material will not be returned. (U) All submissions must be in Microsoft Word or Adobe PDF (1-inch margins and 12 point Arial or Times New Roman font), e-mailed to usarmy.apg.cerdec.mbx.i2wd-manpad-interrogator-rfi@mail.mil. Label the cover page clearly with: RFI #, respondent organization and CAGE Code. The page limitation for the Statement of Capabilities package is 15 pages, including figures & tables. Any attachments requested are excluded from the 15 page limit. (U) All submissions must be received no later than 4:00 PM EST on 6 July 2015. (U) Responses shall not be above the level of UNCLASSIFIED//FOR OFFICIAL USE ONLY. (U) Both large and small businesses are encouraged to respond. The information provided and received in response to this announcement is subject to the conditions set forth in FAR 52.215-3 -- Request for Information or Solicitation for Planning Purposes.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2eb82ecc9ac53f78a2e651acc7691053)
- Place of Performance
- Address: ACC-APG - Aberdeen Division A 6001 COMBAT DRIVE, Aberdeen Proving Ground MD
- Zip Code: 21005-1846
- Zip Code: 21005-1846
- Record
- SN03757462-W 20150610/150608235610-2eb82ecc9ac53f78a2e651acc7691053 (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 |