MODIFICATION
70 -- Analytical Support Software
- Notice Date
- 9/6/2007
- Notice Type
- Modification
- NAICS
- 541511
— Custom Computer Programming Services
- Contracting Office
- Defense Information Systems Agency, Procurement and Logistics, PLD/DITCO-NCR/PL64, Special Projects Branch, P.O. 4502, Arlington, VA, 22204-4502, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-07-7137
- Response Due
- 9/17/2007
- Archive Date
- 10/2/2007
- Point of Contact
- David Baum, Contract Specialist , Phone 703-607-4605, Fax 703-607-4611, - David Baum, Contract Specialist , Phone 703-607-4605, Fax 703-607-4611,
- E-Mail Address
-
David.Baum@disa.mil, David.Baum@disa.mil
- Small Business Set-Aside
- Total Small Business
- Description
- Combined synopsis/solicitation, for commercial items prepared in accordance with the format in Subpart 12.6 The proposed contract is 100% set aside for small business concerns. North American Industry Classification System Code 541511 and Size Standard not to exceed $23M. A firm-fixed price contract is contemplated. The anticipated award date is two weeks after response/closing date. Requirement: CLIN 0001 1 each Polyanalyst analytical support software V 6.0 or equivalent The government is seeking a software suite to support research, indexing, text mining, and data extraction from commercial databases and internet searches. Commercially available products such as Megaputer's Polyanalyst, or a combination of software tools that provide similar capability are sought. The government requires 6 copies for installation to networked workstations and 2 copies for installation on laptop computers which will be used in a stand-alone capacity. Any software licensing should be tied either to the organization or to the individual machine. The government will require training for 10 people with the initial delivery. Maintenance and recurring training and support costs should be proposed as an option. Evaluation Criteria: The evaluation criteria for this requirement is Lowest Price Technically Acceptable (LPTA). To be technically acceptable the successful offeror must propose a software application or combination of applications which will meet all the technical capabilities below. Delivery: FOB destination and delivered to Kirtland AFB, New Mexico Delivery is 2 weeks after receipt of order. Submission Instructions: Responses must be emailed to both of the following email addresses: david.baum@disa.mil and Nag.Contracting@kirtland.af.mil. Responses must be received no later than 11:00 AM local time (Arlington, VA) on 17 Sep. 2007. Technical Capabilities: 1. Data loading and integration a. Loading from numerous data formats b. On-the-fly data integration on a set of keys c. Data merging d. An offeror's solution must be capable of referencing and incorporating data sets the solution develops in other searches using the solution. e. Exporting results of the analysis to external RDBMS 2. Data cleansing, manipulation and exploratory analysis a. String mapping b. Data aggregation c. Data transformations d. Sampling and partitioning e. Derivation of new attributes f. OLAP g. Statistics h. Link analysis 3. Predictive modeling and machine learning a. Classification i. Decision Tree ii. Bayesian Network iii. R-Forest iv. CHAID v. Case-based Reasoning vi. Neural Network vii. Support Vector Machine b. Clustering i. CHAID ii. Localization of Anomalies c. Prediction i. Neural Network ii. Evolutionary Programming (Symbolic Knowledge Acquisition) iii. Logistic Regression iv. Linear Regression d. Anomaly detection i. MediCop ii. Data Audit e. Affinity grouping i. Market Basket Analysis ii. Visual Link Analysis 4. Text Mining a. Text cleansing and normalization i. Deduplication ii. Built-in, imported and user defined dictionaries of phrases, stop-words, synonyms and other semantic relations iii. Intelligent spell checker b. User driven analysis i. Information retrieval with search queries of any complexity ii. Query expansion with synonyms and hypernyms/hyponyms iii. Taxonomy-based categorization iv. Finding similar reports v. Multi-dimensional reporting from text data (Text OLAP) c. Data driven analysis i. Text clustering (binary and hierarchical) ii. Taxonomy generation from the analysis of raw data iii. Keyword extraction iv. Visual cluster analysis v. Classification model training based on pre-categorized examples 5. Graphical presentation of results with interactive drill-down feature a. Histograms (2D and 3D) b. Scatter plots c. Line charts d. Thermal charts e. Rule graphs f. Link charts g. Snake charts h. Trends graphs 6. Reporting a. Custom reporting templates b. Reports summarizing up-to-date results c. Alerts d. Interactive drill-downs for business users e. Publishing reports to popular document formats 7. Analysis scenarios a. Visual development of reusable analysis scenarios b. Drag-and-drop development of reports c. Group nodes feature for managing large scenarios 8. Scheduling a. Automated execution of analytical scripts at given times b. Automated publishing of reports 9. Scalability a. Client/Server implementation b. Client ? Server communications over TCP/IP protocol c. Utilization of hard disk instead of RAM d. Scalable implementation of algorithms e. 64 bit implementation available f. Analytic scenario development prior to actual data loading 10. Usability a. Interactive drag-and-drop experience throughout the system b. Visual development of reusable data analysis scenarios c. Tight integration of analytical and reporting applications d. Visual creation of nice looking interactive reports for business users e. Publishing reports to popular document formats for better collaboration f. Group nodes g. Subject areas 11. Security a. User name and password based authentication b. Support for LDAP and MS Windows based authentication c. Fully encrypted client-server communications d. User activities logging e. Compliance with HIPAA regulations
- Place of Performance
- Address: 2250 3rd Street SE, Bldg 20423, Kirtland AFB, NM
- Zip Code: 87117-5609
- Country: UNITED STATES
- Zip Code: 87117-5609
- Record
- SN01396465-W 20070908/070906220132 (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 |