Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 20, 2005 FBO #1455
SOLICITATION NOTICE

A -- Commander's Predictive Environment - Understand the Battleship

Notice Date
11/18/2005
 
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
Reference-Number-BAA-06-07-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: Commander's Predictive Environment ? Understand the Battleship ANNOUNCEMENT TYPE: Initial announcement. FUNDING OPPORTUNITY NUMBER: BAA # 06-07-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 06 should be submitted by 19 Dec 05; FY 07 by 1 Jun 06; and FY 08 by 1 Jun 07. White papers will be accepted until 2pm Eastern time on 30 Sep 07, 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: The objective of the Commander's Predictive Environment (CPE) program is to provide a decision support environment that enables the Joint Force Commander / Joint Force Air Component Commander (JFC/JFACC) to anticipate and shape the future battlespace. As envisioned, CPE will have four key capabilities: 1) Understand the Battlespace, 2) Anticipate Plausible Futures, 3) Evaluate Courses of Action, and 4) Access and Share Battlespace Information. This BAA specifically addresses the first key capability, "Understand the Battlespace." To assist in understanding the battlespace, a System-of-Systems Analysis (SoSA) views the battlespace as an interrelated system of Political, Military, Economic, Social, Information, and Infrastructure (PMESII) dimensions. The process attempts to 1) Model and analyze adversaries, self, and neutrals as a complex adaptive system; 2) Understand key relationships, dependencies, and vulnerabilities of adversary/self/neutrals; and 3) Identify leverage points that represent opportunities to influence capabilities, perceptions, decision making, and behavior. PMESII model development is currently a time-consuming activity. Skilled analysts build detailed, narrowly focused models that typically serve a single purpose. While useful, the current process is too slow, doesn't readily adapt to changes, and does not encompass the entire battlespace. The future operational need is for a capability that enables rapid model development, rapid model adaptation, model integration/interoperability, and model maintenance. Significant effort has been undertaken to develop individual PMESII models. This BAA focuses on technologies for rapid model development, rapid model adaptation, model integration/interoperability, and model maintenance; rather than individual PMESII model development. The scope of this BAA is to develop and demonstrate technologies to: 1) Facilitate PMESII model development, adaptation, and maintenance, 2) Integrate and/or make interoperable heterogeneous PMESII models, and 3) Leverage proven software engineering concepts such as standards, APIs, interfaces, etc. Air Force Research Laboratory Rome Research Site (AFRL RRS) is soliciting white papers for developing innovative and critical technologies necessary to make the CPE capability viable. The vision of this research is a "PMESII Model Framework and Development Environment" that is analogous to an Integrated Development Environment (IDE) for software development. Solutions to basic research and engineering using innovative approaches, as well as applied research capabilities, will be sought. The goal of this effort will be to develop technologies that support an Integrated Development Environment (IDE) for PMESII model development and maintenance. Such technologies include editors/browsers/inspectors, debuggers, version control, hierarchy diagrams, visual development, common model APIs and interfaces, interoperable data and model schema (ontologies), knowledge elicitation, model producer and consumer GUIs, and model reuse. The IDE should be capable of handling heterogeneous modeling frameworks while preserving their underlying formalisms. For example Markov Decision Process might be connected to an Adaptive Neural Net. The logic associated with each should be preserved. Also to be addressed are model scalability, dynamically multi-resolution models and resolution requirements, model abstraction techniques, model validation and verification, mapping of PMESII attributes to Diplomatic Infrastructure Military and Economic (DIME) actions and the predictive capability of the models, dynamic update of schema data/trends and learning/updating relationships amongst attributes. Solutions are also sought for interoperability between "soft social" and "hard infrastructure" models. All modeling techniques and technologies are of interest (e.g. System dynamics, Fuzzy Network, Associative Memories, Topic Trees, etc.). This BAA places a particular interest in new and innovative approaches for PMESII element modeling and interactions. II. AWARD INFORMATION: Total funding for this BAA is approximately $4.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 06 - $2M; FY 07 - $2.4M; and FY 08 - $500K. Individual awards will not normally exceed 12 months with dollar amounts ranging between $50,000 and $300,000 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 06-07-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 AFRL/Rome Research Site's "Broad Agency Announcement (BAA): A Guide for Industry," Aug 2005, may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.doc. 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 3 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, Estimated Cost of Task, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. 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 06 should be submitted by 19 Dec 05; FY 07 by 1 Jun 06; and FY 08 by 1 Jun 07. White papers will be accepted until 2pm Eastern time on 30 Sep 07, 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 AFRL/IFSB, ATTN: Joseph Carozzoni, 525 Brooks Road, Rome NY 13441-4505. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA 06-07-IFKA. Electronic submission to Joseph.Carozzoni@rl.af.mil will also be accepted. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in 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) Effectiveness in enhancing rapid model development, rapid model adaptation, model integration/interoperability, and model maintenance of PMESII models for Supporting the Air Force Mission (Soundness of Approach); (2) Relevance to the Air Force Mission; (3) Uniqueness of the Approach, and (4) Cost Realism and Reasonableness. Criteria 1 through 3 are of equal importance and Criteria 1 through 3 are more important than Criteria 4. 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. 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 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. 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: TPOC Name: Joseph Carozzoni Telephone: (315) 330-7796 Email: Joseph.Carozzoni@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
SN00934420-W 20051120/051118211934 (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.