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