SOURCES SOUGHT
B -- VOICE STRESS ANALYZER STUDY
- Notice Date
- 6/28/2004
- Notice Type
- Sources Sought
- NAICS
- 541990
— All Other Professional, Scientific, and Technical Services
- Contracting Office
- Department of the Air Force, Air Mobility Command, 6th Contracting Squadron, 2606 Brown Pelican Ave., MacDill AFB, FL, 33621-5000
- ZIP Code
- 33621-5000
- Solicitation Number
- Reference-Number-CIFAVSA-1
- Response Due
- 7/12/2004
- Archive Date
- 7/27/2004
- Point of Contact
- Cardin Crossland, Contract Specialist, Phone 813-828-4018, Fax 813-828-5111, - Debra Parent, Contracting Officer, Phone 813-828-4731, Fax 813-828-5111,
- E-Mail Address
-
cardin.crossland@macdill.af.mil, parentd@macdill.af.mil
- Description
- The COUNTERINTELLIGENCE FIELD ACTIVITY (CIFA) is seeking sources to support a possible acquisition for undertaking a study to address efforts to evaluate Voice Stress Analysis (VSA) Devices with respect to their effectiveness (validity and reliability) in determinations of truthfulness and deception in spoken words and statements. In support of this effort the 6th Contracting Squadron (6 CONS) at Macdill AFB issues this Sources Sought Synopsis for information and planning purposes only. This Synopsis is not to be construed as a commitment by the government nor will the Government pay for any information solicited. The purpose of this Sources Sought is to identify potential sources that are interested in and capable of performing the work described herein. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of 6 CONS/CIFAS evaluation of the information received. As a result of this Sources Sought 6 CONS may issue a Solicitation/Request for Proposal (RFP). However, should such a requirement materialize, no basis for claims against 6 CONS or CIFA shall arise as a result of a response to this Sources Sought (e.g., use of such information as either part of its evaluation process or in developing specifications for any subsequent requirement). GENERAL REQUIREMENTS: The contractor shall evaluate the effectiveness of two VSA Instruments with respect to their ability to detect ?stress? and ?deception? in monosyllabic and/or polysyllabic speech (from humans) during interviews/interrogations carried out in specified testing sessions under scientifically controlled simulations of real-life conditions. The determination of effectiveness will lie in the ability of VSA Instruments to distinguish between truthful and deceptive subjects and between truthful and deceptive utterances in conditions of ?blind? analyses. The contractor shall conduct this effort in two phases to meet the primary scope and objectives. Phase I: Standardization/Assessment of Voice-based Measures of Deception [Approximately 4-5 months]. The contractor will develop a set of methodologies (i.e., testing and data collection strategies) and materials (e.g., voice samples collected in specified conditions) that will provide a GOLD STANDARD for evaluating voice-based measures of deception. Phase II: Evaluation of VSA Instruments. During the last 7-8 months of contract performance, the contactor(s) shall evaluate the selected VSA Instruments and draft independent reports of each device tested. The total performance period of the Study is estimated at twelve (12) months. QUALIFICATIONS: The Contractor will have a ?Demonstrable Record? of scientific and technical expertise in acoustics, speech, or voice stress analysis. A ?Demonstrable Record? would include peer-reviewed publications, technical reports, or government reports that relate to acoustics, speech, or voice stress analysis. Please submit a vitae or publication list and submit [up to 3 of the listed publications] in electronic form. ?Demonstrable Record? should be no more than 20 pages. Also, please provide current technical capabilities (i.e., lab space and equipment). SUMMARY: To assess the potential for VSA Instruments as a method of detecting ?stress,? specifically that known to be associated with deception. The results of the study would allow for the Department of Defense and other agencies to determine if there is a science-based body of evidence to support the use of VSA instrumentation within the Federal Government. The study would not result in the replacement or substitution for the existing system of psychophysiological detection of deception or traditional polygraph testing process. SUBMITTAL INFORMATION: Qualified Interested Offerors must respond electronically to Ms. Crossland at cardin.crossland@macdill.af.mil within14 calendar days from the date of publication. NO PHONE CALLS WILL BE ACCEPTED. Qualified Interested Offerors must state whether they are a Small Business (SB), Small Disadvantaged Business (SDB), Woman-owned Small Business (WOSB), Historically Black College or University or Minority Institution (HBCU/MI), an 8(a) firm, a Native American firm, a HUBZone firm, a Veteran-Owned Small Business Concern, a Service-Disabled Veteran-Owned Small Business Concern, a participant in the Very Small Business Pilot Program, an Educational Institution, or a large business based on the size standard above. The government reserves the right to set this acquisition aside for any of the above type organizations based on the responses received.
- Place of Performance
- Address: Not yet determined.
- Zip Code: Unknown
- Country: U.S.
- Zip Code: Unknown
- Record
- SN00611274-W 20040630/040628212107 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |