MODIFICATION
A -- Machine Foreign Language Translation (MFLTS) - Package #1
- Notice Date
- 11/6/2012
- Notice Type
- Modification/Amendment
- NAICS
- 334220
— Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC-APG - Aberdeen Division C, 6001 COMBAT DRIVE, ABERDEEN PROVING GROU, Maryland, 21005-1846, United States
- ZIP Code
- 21005-1846
- Solicitation Number
- W15P7T-11-C-A004
- Archive Date
- 12/11/2012
- Point of Contact
- Mark D. Hutchinson, Phone: 443-861-4798, Rickeyea Singleton,
- E-Mail Address
-
mark.d.hutchinson6.civ@mail.mil, rickeyea.m.singleton.civ@mail.mil
(mark.d.hutchinson6.civ@mail.mil, rickeyea.m.singleton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- The MFLTS Software Architecture Specification (SAS) has been revised to correct the previously published version. The major revision was Table 2 page 7. THIS IS A SOURCES SOUGHT ANNOUNCEMENT (SSA) AND SHOULD NOT BE CONSTRUED AS A SOLICITATION ANNOUNCEMENT, INVITATION FOR BIDS, REQUEST FOR QUOTATIONS, OR A REQUEST FOR PROPOSALS. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO ACQUIRE ANY PRODUCTS OR SERVICES, NOR DOES THE GOVERNMENT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. The Product Director (PD) Machine Foreign Language Translation System (MFLTS), Fort Belvoir, VA, is conducting market research to identify industry experience and state of the art technology in the availability of software architecture to be used for development of MFLTS products for speech and text translation. This effort provides support services for MFLTS. MFLTS shall mitigate linguistic shortfalls in the Joint Force by expanding the number of languages supported within the Department of Defense (DoD) today and by increasing the number of language translation points of presence to meet the speech and text translation requirements for current, impending, and unforeseen operations. MFLTS shall complement linguists and enable non-linguists regardless of domain; however, MFLTS shall be focused primarily on low-level linguistic tasks. This RFI is for planning purposes only; this is not a request for Quotations or Proposals. No solicitation document exists and a 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Vendors expressing an interest should provide appropriate capability statements that include the following: Name and address, Point of Contact, identification number, description of the organization's experience and past performance in executing the same or similar efforts. Responder Guidance Please see attached MFLTS Software Architecture Specifications that establishes the requirements for Contractor-provided services. Include "MFLTS RFI" in the subject line. All requests for further information must be via email (emails provided below); telephonic requests for additional information will not be honored. This RFI requests information about currently available software architectures. Interested parties will submit a white paper addressing the topic outlined below. This white paper shall be limited to 50 pages to include graphics, charts, spreadsheets, etc. Test reports will not be counted in the 50 pages. PD MFLTS is conducting market research to identify industry standards, metrics, best practices and lessons learned concerning the development of a software architecture for machine foreign language translation (MFLTS) software applications. PD MFLTS will plan and execute development, integration and testing of MFLTS application software products over the life of the program. The purpose of this market survey is to assess the availability of software architectures that can be used to guide simultaneous development and integration of MFLTS software by various vendors. No cost information is requested. Interested parties are requested to define a software architecture that satisfies all of the requirements described in the attached Software Architecture Specification. The Software Architecture Documentation must describe (1) an MFLTS software Applications Program Interface (API) for operating systems to use, and (2) an internal design of the MFLT software. The response must describe the expected states of the system and how the API is used to control entry and exit from those states as well as to enable the correct data processing within each state. In describing the internal design of MFLTS software, the software architecture must be sufficiently detailed to show support for the replacement of components of the MFLTS software modules with minimal impact to other components in the modules or to operating systems. Respondents should include a specific example(s) of how the software architecture has been used to develop language translation software products. Please review the attached MFLTS Software Architecture Specification, and follow the steps provided above and the time line as outlined below: -Provide your notice of interest via the email within five (5) business days of receipt of this message or NLT COB 14 November 2012 1800 Eastern Standard Time. NOTE: A response is mandatory. -Submit your White Papers via Email NLT 26 November 2012 1800 Eastern Standard Time. -All responses and inquiries pertaining to this announcement shall be forwarded via email to all of the following POCs: stephen.d.torney.civ@mail.mil and mark.d.hutchinson6.civ@mail.mil. The ACC-APG Contracting points of contact are Mark Hutchinson, Contract Specialist, 443-861-4798, mark.d.hutchinson6.civ@mail.mil, and Celeste Osenenko, Contracting Officer, 443-307-3676, celeste.m.osenenko.civ@mail.mil. The PD MFLTS point of contact is Stephen Torney, Stephen.d.torney.civ@mail.mil. Note: The response to this RFI will also be utilized by the Government in determining the ability to exercise an option which was previously solicited as part of Solicitation Number W15P7T-11-R-A004 and subsequently included in the resultant Contract award W15P7T-11-C-A004.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/4b90c78e33f7cd60cf83975f9c90304c)
- Record
- SN02925100-W 20121108/121106233942-4b90c78e33f7cd60cf83975f9c90304c (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 |