Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
SOLICITATION NOTICE

A -- Automated COMINT Collection and Processing

Notice Date
3/28/2005
 
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
BAA-05-05-IFKA
 
Description
NAICS CODE: 541710 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: Automated COMINT Collection and Processing ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA # 05-05-IFKA 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 30 Apr 05; FY 06 by 30 Oct 05; and FY 07 by 1 May 06. White papers will be accepted until 2pm Eastern time on 31 May 06, 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: AFRL/Rome Research Site is soliciting white papers for various scientific studies and experiments to increase the lab?s knowledge and understanding of the broad range of capabilities required in support of automated COMINT collection and processing. Solutions to basic research and engineering problems using innovative approaches are sought. The overall technical objectives of the BAA are to develop techniques and algorithms for the detection, recognition, exploitation, and location of analog and digital communication signals in a moderate to dense co-channel environment. We are interested in techniques and algorithms for: (1) Automated detection, identification, characterization, and geolocation; (2) Enhanced collection system efficiency; and (3) Improved digital signal processing hardware and software. The scope of this effort concerns several areas and covers a broad range of issues, which include, but are not limited to the following: (1) Signal detection (2) Signal recognition and classification in low Signal to Interference Noise Ratio (SINR) environments (3) Improved methods to accomplish geolocation (4) Multi-User Detection (MUD) algorithms (5) Interference cancellation (6) TDOA/FDOA techniques (7) Emerging technologies and radio communication devices (8) Wireless communications (RF and Networked) (9) Miniaturization of systems to allow embedding aboard UAV platforms. Detailed scope and definition of problems follow here: (1) Automated detection, identification, characterization, geolocation in moderate to low SINR environments: Current SIGINT platforms are inundated with multiple signals of interest across the spectrum, but are not able to process all of the high priority signals for a host of reasons including dense signal environments, low power signals, low SINR, power control, etc. (2) Any technologies that will enable current systems greater ability to automatically detect, identify, sort, track, prioritize and reliably classify and locate signals would apply. Specific emitter identification techniques are desired. (3) Improved Geolocation: Technology to further enable SIGINT platforms to geolocate threat RF emitters using any method is another area of research covered by this BAA. Particular attention will be paid to technology that will enable precise geolocation (weapon system accuracies) of emitters beneath interference. (4) Multi-User Detection: Efficient Multi-User Detection algorithms for modern existing and emerging Personal Communication Systems (PCS) are desired. Specialized processing techniques and specialized hardware designs/implementations to accelerate MUD algorithms are also desired. (5) Interference cancellation: Techniques for beamformed, digital and temporal interference cancellation techniques that work on a single and/or array antenna are desired. (6) TDOA/FDOA techniques for improved geolocation for moderate to dense signal environments and that are software portable is desired. (7) Emerging technologies and radio communication devices: We are interested in developing the above capabilities for existing and emerging military and commercial radio communications. (8) Wireless communications (RF and Networked): We are interested in techniques for second, third and emerging wireless standards, as well as the network layer protocols that augment the RF capabilities. (9) System miniaturization: Given current levels of activity, operational requirements, hostile environments, and resources being heavily tasked, collection systems will need to be developed for embedding on UAV-type platforms. Attention to DSP requirements, tradeoff with capability assessments, power requirements and payload weight are necessarily essential areas of concern, hence digital receiving and processing systems employing miniaturization techniques are of high interest. (10) Modify and augment existing fielded SIGINT systems, and aid in the development of research capabilities that can be inserted into open architecture systems. Use simulation and modeling to analyze and assess technical performance of signal processing algorithms and techniques. (11) Support assessment, selection, and refinement of algorithms by evaluating different classes of algorithms and specific algorithm designs. The contractor will work with Government organizations and other contractors to identify and acquire algorithms of interest, and provide technical, implementation and benefit assessments. (12) Participate in system planning activities for airborne SIGINT systems, including assessment of operational requirements, mission and threat analysis, threat signal characterization, and analysis of system operations. (13) Provide planning information to help anticipate new threat systems and enabling technologies and techniques; perform systems engineering of advanced SIGINT concepts and systems; develop and transition key algorithms and processing techniques; assist in collection, processing, and interpretation of test data; and evaluate alternative approaches and algorithms to assess their advantages and deficiencies. (14) Monitor developments that influence the character and priority of different potential SIGINT targets, trends in architecture and operations of SIGINT systems, and algorithms and implementation technologies for SIGINT processing. Based on this information, the contractor will provide inputs to AFRL/IFEC to shape ongoing activities that best accommodate projected threat characteristics, develop capabilities that integrate with other SIGINT and sensor systems, and apply relevant and useful techniques and technologies in SIGINT processing. Coordinate with organizations, users, platforms, and developers throughout the SIGINT community. (15) Assist in the development of capabilities that can be integrated with SIGINT and sensor systems. (16) Work with AFRL/IFEC in planning, equipping, conducting, interpreting, and achieving field collections of relevant data. Ensure that field collections obtain technically valid and operationally relevant data, in characterizing the collected data, and in documenting and formatting the data to support its use across the SIGINT community. (17) Participate in field testing and flight testing in order to accomplish data collection. (18) Be responsible for the development of the AFRL Blue Mountain collection and analysis in-house system. Support AFRL in-house research through data collections, integration and test of AFRL developed algorithms and techniques, development planning, acquisition support, and specialty engineering. II. AWARD INFORMATION: Total funding for this BAA is approximately $4,900,000.00. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 05 - $60,000.00; FY 06 - $2,470,000.00; and FY 07 - $2,370,000.00. Individual awards will not normally exceed 12 months with dollar amounts ranging between $250K to $500K 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. III. 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 L. 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 05-05-IFKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. IV. 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 three copies of a 3 to 5 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: 30 Apr 05; FY 06 by 30 Oct 05; and FY 07 by 1 May 06. White papers will be accepted until 2pm Eastern time on 31 May 06, 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: Emily A. Krzysiak, AFRL/IFEC, 525 Brooks Road, Rome, New York 13441-4505. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA 05-05-IFKA. Electronic submission to krzysiake@rl.af.mil will also be accepted. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in equal 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) The overall scientific and/or technical merits of the proposal, including the approach for the development and/or enhancement of the proposed technology and its evaluation (2) The potential contributions of the effort to the Rome Research Site mission and the extent to which the proposed effort will contribute to balancing the overall research and development program of AFRL (3) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, the offeror?s capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives; as well as the qualification, capabilities and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives and the offeror?s record of past and present performance. (4) 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 (5) the 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 paper/proposal evaluations 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. VI. 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 or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP 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. Government-furnished information and Government-furnished property may be furnished for use in performance of individual tasks. 3. REPORTING: Once a proposal has been selected for award, offeror?s will be required to submit their reporting requirement through one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and will be given complete instructions regarding its use. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Emily A. Krzysiak Telephone: (315) 330-7151 Email: krzysiake@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lori Smith Telephone (315) 330-1955 Email: Lori.Smith@rl.af.mil The email must reference the solicitation (BAA) number and title of the acquisition. All responsible organizations may submit a white paper which shall be considered.
 
Record
SN00777055-W 20050330/050328211805 (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.