Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 25,1999 PSA#2310

General Services Administration, Federal Technology Service (FTS), Technical Services Division (4TRF), 401 West Peachtree Street, N.W., Suite 2700, Atlanta, GA, 30365-2550

70 -- ARTIFICIAL INTELLIGENCE FOR OPM SOL 4TRF-JD-99-006 DUE 040299 POC Jo Davis, Contracting Officer, Phone (404) 331-0389, Fax (404) 331-4066, Email jo.davis@gsa.gov WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&;ProjID=4TRF-JD-99-00 6&LocID=161. E-MAIL: Jo Davis, jo.davis@gsa.gov. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is 4TRF-99-JD-006 and is issued as a request for proposal (RFP). The solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 11. This requirement is not being set-aside. The Government wishes to purchase the following services on a fixed price basis: (a) Overview. The Artificial Intelligence Project is the integration of Contiguous Connection Model (CCM) artificial intelligence technology with the automated staffing system of the U.S. Office of Personnel Management, Employment Service (ES). ES Centers have provided services by creating self-reporting rating instruments to assess each candidate_s qualifications. ES Centers use this automated instrument to screen candidates for eligibility and provide a numerical ranking for candidates who meet the minimum qualifications requirements. Prior to delivering a ranked list to agencies for selection, ES Centers manually review the resume or supporting documentation of all candidates who appear on the ranked list and all candidates who failed to meet the minimum qualifications requirements. OPM believes it can obtain increased efficiencies by using the AI to review resumes or other narrative documents submitted by candidates. The proposed process will provide an indication of the degree of match to the position description and support quality control and improvement initiatives in the examining process by indicating records that should be manually reviewed for inflation. Before implementing an automated review tool, it is necessary to estimate the validity of the AI CCM knowledge bases and the supporting documentation/position description comparison features used in the review process. (b) Tasks: 1. Knowledge Base Validity Analysis -- The contractor and OPM will work in conjunction to define each specific domain. The contractor will provide OPM with data requirements needed to obtain a representative sampling of each domain. OPM will provide sample data to the contractor to complete the analysis. Once OPM provides the data, the contractor will provide OPM an estimate of the accuracy and completeness of the body of phrases that are contained in the CCM knowledge bases. The estimate will be measured through an analysis of the of CCM ability to express domain specific concepts using different words. The contractor will also provide OPM with documentation of all processes used to analyze the data and any assumptions or requirements necessary to ensure the future validity of the data. 2. Knowledge Base Development and Training -- The contractor will build and provide to OPM the CCM knowledge bases identified above. The contractor will also provide the CCM database maintenance tools required for maintaining and updating the knowledge bases. The contractor will provide OPM training on CCM database administration training so that OPM will be able to independently update and support work activities associated with the databases. 3. Staffing System Quality Assurance Tool Development and Delivery -- The contractor will build and provide to OPM a tool that will facilitate a quality assurance review of candidate resumes and/or supporting documentation to a single, selected position description and the CCM knowledge bases. This tool will be a library of routines in a non-visual ActiveX control. The contractor and OPM will collaborate on development of the quality assurance tool specifications. 4. Document Comparison Functionality Analysis -- The contractor will perform a comprehensive analysis on the system to provide empirical data on the degree to which the system is capable of ordering resumes and/or supporting documentation based on the number of concepts they contain that correspond to those contained in a single, selected position description. (c) Schedule Of Deliverables. Deliver items according to the following schedule. Task Delivery Knowledge Base Validity Analysis Within 30 days after data is provided. Knowledge Base Development and Training Within 45 days after validity analysis is complete. Staffing System Quality Assurance Tool Within 60 days after development of knowledgebase. Document Comparison Functionality Analysis Within 90 days after development of knowledgebase. (d) Progress Report. The Contractor shall provide biweekly progress reports for the life of the contract. The first report shall be due 2 weeks from award of the contract. The schedule may be adjusted by mutual agreement of the parties. Any such adjustment shall be confirmed in writing. The report shall: cover all work completed during the previous two-week period; specify work to be accomplished during the next two-week period; identify any problems that have arisen and a statement of how the problem was or will be resolved; provide the status of the projects progress as measured against the delivery schedule; and be sent to the OPM Project Manager. (e) Period of Performance. To Be Determined (f) Inspection And Acceptance. The Government shall inspect and accept all work performed and all deliverables. Acceptance is contingent upon the system meeting all requirements outlined in the system specifications. Work that is not acceptable will be identified to the contractor within 15 workdays. In unusual circumstances, the contractor will be notified of the projected response date within 15 workdays. The contractor shall have 15 workdays from receipt of notification of unacceptable work to address all comments and provide revised deliverables addressing each comment. The contractor will have an automatic one-for-one workday extension for any deliverable where the Government extends its review beyond 15 workdays, and a corresponding extension for any other subsequent deliverable dependent on it. The contractor shall meet all requirements within 2 correction cycles. (g) Logistics And Travel Requirements. It is expected that the contractor will be working at the contractor_s facility. However, deliverables and meetings concerning the project will take place in Washington DC or Macon, GA, unless other arrangements have been approved by the Government. The Government_s offices are in smoke-free environments. Travel will include regular visits between the contractor_s facility and the OPM facilities in Washington DC and Macon, GA, and limited visits between the contractor_s facility and one or more OPM service centers. Travel will be reimbursed in accordance with Government travel regulations. Travel must be requested by the contractor and approved in advance by the Government. (h) Invoices. Invoices shall be submitted upon completion of the contract or acceptance of deliverables. The amount invoiced shall include labor charges for actual hours worked and other direct costs (ODCs) which may be authorized by this contract (e.g., travel). For ODCs, invoiced charges shall not exceed the limit specified in the contract. No charges will be paid by the Government which are not specifically identified in the contract and approved in advance by the Government. Copies of receipts, travel vouchers, etc., completed in accordance with Government Travel Regulations shall be attached to the invoice to support charges other than personnel hours. Original receipts shall be maintained by the contractor and made available to Government auditors upon request. Specific information for submission of invoices will be included in the contract document. (i) Security and Privacy. General access to OPM facilities in Washington DC and Macon GA is controlled. Contractor staff will be required to provide identification to allow entry and will follow all OPM requirements related to physical and personnel security. Contractor personnel performing this work may have access to information that is subject to provisions of the Privacy Act (Title 5 of the U.S. Code,Section 552.a). Contractor personnel shall adhere to appropriate nondisclosure requirements. Offerors shall provide a technical and price proposal. The technical proposal must describe in detail the offeror_s understanding of the work, the technical approach for accomplishing the work, proposed skill categories and rationale therefor, schedule of deliverables, and a performance period. The price proposal will list the proposed skill categories, with hours, hourly rate and extended amount per category. The price proposal shall include an itemized list of any proposed travel or other direct costs (ODCs), and the total proposed price. Include any discounts for prompt payment. The following clauses apply to this acquisition: 52.212-1 Instructions to Offerors_Commercial Items; 52.212-2 Evaluation _ Commercial Items, evaluation factors include experience with CCM and OPM_s use of CCM, past performance and price; 52.212-3 Offeror Representations and Certifications _ Commercial Items; 52.212-4 Contract Terms and Conditions _ Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (a); (b)(1, with Alternate I), (3), (6), (11), (12), (13), (14), (15), (22). Fax proposals to 404-331-4066 or e-mail to jo.davis@gsa.gov. Include with the proposal a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications _ Commercial Items. Clauses and provisions cited above may be viewed and/or downloaded from http://www.arnet.gov/far. Proposals are due by 4:00 p.m., Eastern time, April 2, 1999. ***** Posted 03/23/99 (D-SN311613). (0082)

Loren Data Corp. http://www.ld.com (SYN# 0353 19990325\70-0004.SOL)


70 - General Purpose ADP Equipment Software, Supplies and Support Eq. Index Page