Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 26, 2004 FBO #1035
SOLICITATION NOTICE

A -- Rapid Processing of Intelligence Data

Notice Date
9/24/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
Reference-Number-BAA-04-09-IFKA
 
Description
CFDA Number: 12.800 DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 05 should be submitted by 15 Oct 04; FY 06 by 1 Oct 05; FY 07 by 1 Oct 06; FY 08 by 1 Oct 07; and, FY 09 by 1 Oct 08. White papers will be accepted until 2pm Eastern time on 30 Sept 08, but it is less likely that funding will be available in each respective fiscal year after the dates cited. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. See Section IV of this announcement for further details. I. FUNDING OPPORTUNITY DESCRIPTION: This BAA seeks research efforts that advance the state-of-the-art in the following areas: 1) High Speed Text Survey and Selection Capabilities; and 2) Revolutionary Techniques for Large-scale Database Processing 1) High Speed Text Survey and Selection Capabilities. The focus will be on processing textual information over multiple channels at high speeds (10 Gbit/s and up). There would be roughly four modes of operation: survey, selection, temporal, correlation. a. The Survey mode should be able to: - Identify prevalent languages on each tributary (STM-4 to E1) - Identify prevalent domains (STM-4 to E1) - Identify significant changes to tributaries such as loading, times of peak traffic, language distribution, etc. b. The Selection mode should be able to: - Select messages (or random samples) in specified languages - Select messages (or random samples) containing specified character strings - Select messages on specified topics - Cluster messages by similarity (without training) and select messages belonging to user selected clusters - Cluster messages according to geographic information (either according to content within the message, or to sending or receiving metadata) - Identify messages on previously unseen topics (birth of new topics) (novel and new) - Identify messages on vanished topics (death of old topics) (how do you know when the old topic is dead, by time decay, etc) c. The Temporal mode should be able to: - Select messages on specified topics with automatic adaptation to changes within the topic - Given automatic adaptation to changes in topics, identify prior messages (from stored metadata such as scores) that were previously unselected due to insufficiently rapid adaptation -Given a set of messages on a given topic, identify previous messages on the same topic (from stored metadata such as scores) d. The Correlation mode should be able to: -Compare a high-speed link with a news feed (e.g. Reuters) and identify / correlate topics of interest -Compare the text on one high-speed link with another and identify correlations where the two links are co-located and connected by a high-speed network and where they are connected by a low speed dial-up network. 2) Revolutionary Techniques for Large-scale Database Processing. In the context of this BAA, the term "database" is intended to convey a new kind of extremely large, omni-media, virtually-centralized, and semantically-rich information repository that is not constrained by today?s limited commercial database. This BAA seeks innovative technologies needed to architect, populate, and exploit such a data environment. Key metrics include the amount of total information that is potentially covered, the utility of its data structures for data entry and use by humans and machines in searching and browsing, data integration, and capability to automatically populate, and the completeness, correctness, and timeliness of the information when used for predictive analysis and modeling in exploiting the information in these repositories. It is anticipated this will require revolutionary new technology. The data environment envisioned is of an unprecedented scale, will most likely be heterogeneous and distributed, must be capable of being continuously updated, and must support both autonomous and semi-automated analysis. The latter requirement implies that the representation used must, to the greatest extent possible, be interpretable by both algorithms and human analysts. The data environment must support change detection and be able to execute automated procedures implied by new information. Because of expected growth and adaptation needs, the effective schema must be adaptable by the user so that as new sources of information, analytical methods, or representations arise, the representation of data may be re-structured without great cost. If distributed, the database may require new search methods to answer complex, less than specific queries across physical implementations and new automated methods for maintaining consistency. The potential sources of information will include extensive existing databases. Innovative technologies are sought for treating these databases as a virtual, centralized, grand database. This will require technologies for automatically determining schemas, access methods and controls, and translation of complex English language queries into the appropriate language for the relevant databases. A successful effort would require the offeror to: a. Develop the capability to rapidly populate databases with information from incompatible databases, semi-structured and structured data formats, geospatial databases, and natural language text. b. Develop domain ontologies, web-wrappers/scrappers, and data extractors, to facilitate automatic interpretation of data without a priori knowledge of database schemas. II. AWARD INFORMATION: Total funding for this BAA is approximately $36M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 05 - $9M; FY 06 - $9M; FY 07 - $9M; and FY 08 - $9M. Individual awards will not normally exceed 36 months with dollar amounts ranging from $150K to $2M per year. Awards of efforts as a result of this announcement will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. The Government anticipates multiple awards in each of technical areas. A multi-phase approach will be needed to achieve program goals. Proposers should note that approaches with eclectic ideas from multiple technical specialties or communities are actively sought. The degree of advances will vary among the technical areas of interest, but the goal is to create a series of prototype systems that add value quickly and improves rapidly over the program schedule -- the primary goal is a series of leave-behind prototypes with limited set of proof-of-concept demonstrations in very high risk areas. The anticipated start date for the FY 05 efforts under the solicitation is February 2005. III. EXPECTED TECHNICAL DELIVERABLES 1) Regular Software Releases. Software releases will be packaged with detailed technical documentation; user documentation, libraries, sources and executable code, and delivered as self-extracting installation executables for the expected computing environment of our customers. 2) Technical Briefings and Reports. Briefings and reports will be developed as a product of individual effort, a tiger team, or as part of a larger working group. Quarterly Status Reports and Annual Project Summary Reports must be submitted as a minimum. 3) Internet Products. Software products that integrate (1) and (2), will be directly uploaded/posted to Web pages specified by AFRL Program Managers. Proposers are encouraged to identify data and software components (including source code) they would be willing to make available to others to help achieve the overall objectives of this BAA. IV. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned offerors should immediately contact the contracting office focal point, Lori Smith, Contracting Officer, telephone (315) 330-1955 or e-mail Lori.Smith@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 04-09-IFKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. V. APPLICATION AND SUBMISSION INFORMATION: 1. APPLICATION PACKAGE: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITATING WHITE PAPERS ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. See Section VI of this announcement for further details. For additional information, a copy of the Rome "BAA& PRDA: A Guide for Industry," Sep 1996 (Rev), may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.html. 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 5 copies of a 5 to 7 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: Section A: Title, Period of Performance, Cost of Task, Name of Company; Section B: Task Objective; and Section C: Technical Summary. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, a fax number, and an e-mail address with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph five of this section. 3. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 05 should be submitted by 15 Oct 04; FY 06 by 1 Oct 05; FY 07 by 1 Oct 06; FY 08 by 1 Oct 07; and, FY 09 by 1 Oct 08. White papers will be accepted until 2pm Eastern time on 30 Sept 08, but it is less likely that funding will be available in each respective fiscal year after the dates cited. Submission of white papers will be regulated in accordance with FAR 15.208. 4. FUNDING RESTRICTIONS: The cost of preparing white papers/proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY, are regulated by the DoD Grant and Agreements Regulations (DODGARS). 5. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to ATTN: Roger J. Dziegiel, Jr., AFRL/IFED, 525 Brooks Road, Rome, NY 13441. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA-04-09-IFKA. Electronic submission to BAA0409@rl.af.mil will also be accepted. VI. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in descending order of importance, will be used to determine whether white papers and proposals submitted are consistent with the intent of this BAA and of interest to the Government: (1) Overall Scientific and Technical Merit -- Including the approach for the development and/or enhancement of the proposed technology and its evaluation, (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) Openness/Maturity of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, and (4) Reasonableness and realism of proposed costs and fees (if any). Also, consideration will be given to past and present performance on recent Government contracts, and the capacity and capability to achieve the objectives of this BAA. No further evaluation criteria will be used in selecting white papers/proposals. Individual white papers/proposals will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. Cost sharing will not be considered in the evaluation. 2. REVIEW AND SELECTION PROCESS: Only Government employees will review the white papers/proposals for selection. The Air Force Research Laboratory's Information Directorate has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. VII. AWARD ADMINISTRATION INFORMATION: 1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after proposal submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. Data subject to export control constraints may be involved and only firms holding certification under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp) are allowed access to such data. AFRL intends to team with one or more U.S. intelligence agencies, and may desire that proposers selected for award would perform in collaboration with those agencies. Key Performers of prospective awardees whose activities would involve collaboration with the Intelligence Community must hold a current Top Secret Department of Defense (DoD) clearance and be approved for access to Sensitive Compartmented Information (SCI), or be eligible for the timely granting of such clearance and access. A sufficient number of non-key performers to enable the effective accomplishment of the proposed research effort must also hold a Top Secret DoD clearance with SCI access, or be eligible for the timely granting of such clearance and access. In addition, prospective awardees whose activities would be associated with the Intelligence Community must also possess a current DoD Top Secret Facility clearance and an approved SCI Facility (SCIF). Proposers desiring consideration for awards involving collaboration with the Intelligence Community shall identify key personnel and enabling support staff satisfying the above Top Secret DoD clearance and SCI access requirement; shall certify their DoD Top Secret Facility clearance; and, shall detail their organization's approach to maintaining separation of unclassified and classified activities, and controlling need-to-know. 3. REPORTING: Once a proposal has been selected for award, offeror?s will be required to submit their reporting requirement through our web-based reporting system known as JIFFY. Prior to award the offeror will be given complete instructions regarding its use. VIII. AGENCY CONTACTS: All questions prior to the submission of a technical and cost proposal can be addressed to the technical POC, Roger J. Dziegiel, Jr., telephone: (315) 330-2185 or email BAA0409@rl.af.mil. Email submissions preferred. Questions, clarification, or concerns from offerors or potential offerors during the proposal development phase of this acquisition should be communicated directly to the IFKA Contracting Officer, Lori Smith, telephone (315) 330-1955 or e-mail Lori.Smith@rl.af.mil. The email must reference the title and solicitation number of the acquisition. All responsible organizations may submit a white paper which shall be considered.
 
Record
SN00681376-W 20040926/040924211830 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.