Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2005 FBO #1472
SOLICITATION NOTICE

A -- Airborne Networking Technologies

Notice Date
12/5/2005
 
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-06-05-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: Airborne Networking Technologies ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: Broad Area Announcement (BAA) 06-05-IFKA CFDA Number: 12.800 DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: Fiscal Year (FY) 06 should be submitted by 30 December 05; FY 07 by 1 May 06; FY 08 by 1 May 07; FY 09 by 1 May 08; FY 10 by 1 May 09 and, FY 11 by 1 May 10. White papers will be accepted until 2pm Eastern time on 30 Sep 2011, 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 concept developments, experiments, and demonstrations involving new and innovative approaches to support Air Force communications as it applies to Modeling and Simulation, Enterprise Management, and Networking and Communication Links for the future Airborne Network (AN). Even though the primary technology area is modeling and simulation for AN, this BAA is open to solicitations in the areas of enabling technologies for AN. The AN is the airborne extension of the Air Force's ConstellationNet portion of the Global Information Grid (GIG). The AN is defined to be an infrastructure that provides communication transport services through at least one node that is on a platform capable of flight. This can best be visualized in the context of the operating domains served by the GIG. The Transformational Communications Satellite System (TSAT) network will provide space connectivity and the GIG-Bandwidth Expansion (GIG-BE) network together with networks such as those provided under the Combat Information Transport System and Theater Deployable Communications will provide surface connectivity. Airborne connectivity within the GIG will be provided by the AN. The AN will connect to both the space and surface networks, making it an integral part of the communications fabric of the GIG. The AN will differ from the existing terrestrial and space-based networks due to the unique environment. The AN will be composed of subnetworks of heterogeneous networks and links. Airborne platforms will enter and leave different subnetworks and the AN as they transit through the area at speeds of up to Mach 2. Links making up the subnetworks and the AN will consist of a collection of differing types to include point-to-point, broadcast, ad hoc, simplex plus many other kinds. To realize the AF vision for the AN, this extension of the GIG in the airborne domain must be easy to use, configure, and maintain and must provide: Ubiquitous and assured network access to all Air Force platforms; GIG core services whose integrity is assured; Quality appropriate to the commander's intent and rules of engagement (ROE); Rapid response to mission growth, emerging events and changing mission priorities; End-to-end interoperation with joint services, coalition, and non-DoD partners and legacy systems in all physical network domains (sub-surface, surface, airborne and space); The eventual AN will exist on a variety of airborne platforms. Each air asset/platform may have a different network role within the AN: Legacy ? Airborne platforms that are equipped with legacy communications systems capable of supporting voice, tactical data link (TDL), and possibly some point-to-point Internet Protocol (IP) network connections for very limited services (e.g., email only). The term "legacy" also includes any non-IP enabled hardware/software on any platform. Relay/Gateway - Airborne platforms that are equipped with legacy communications systems as described for a legacy node, but also include equipment that enable them to access multiple TDLs and to relay data Beyond Line of Sight (BLOS), or transfer data formats from one link to another. Network Access ? Airborne platforms equipped with IP network-capable communications systems, which provides an IP network connection to an AN or GIG network node. Although these nodes are tethered to the network, they do not provide any AN service to other nodes on the network. Network Capable ? Airborne platforms equipped with IP network-capable communications systems, which can join an IP data network (Tactical Subnet) and provide limited AN service (e.g., transit routing) to other nodes on that local network. Internetwork ? Airborne platforms equipped with IP network-capable communications systems, which can access and interconnect multiple IP data networks. These nodes are equipped with gateway and network services functionality that enable them to provide GIG services to other airborne nodes when interconnected to the GIG through a Network Service Provider node. Network Service Provider ? Airborne platforms, fixed or deployed ground facilities, or space-based packages equipped with IP network capable communications systems, which can access multiple IP data networks. These nodes are equipped with gateway and network services functionality that enable them to interconnect with a GIG network (e.g., Defense Information Support Network (DISN), Joint Task Force (JTF) Service Component Network, etc.) service delivery node (SDN) and to provide GIG services to other airborne nodes. Candidate areas of research to solve AN-unique problems or show feasibility (or non-feasibility) of solutions that will enable the eventual fielding of this capability as applied/integrated to the airborne networking environment, include, but are not limited to: 1) Airborne Networking Modeling and Simulation: Some of the areas are: Network Centric Warfare (NCW) based AN to the current set of Air Force missions and flexible enough to adapt to emerging mission sets; AN components modeling (e.g. Link 16 and Joint Tactical Radio System (JTRS)); measures of effectiveness and performance assessment; analyses of mobile communication network node's [platforms] flight-plan-adjustments [metrics, mechanisms, algorithms, and equipment] to enable the optimization of communications performance and network connectivity; dynamic ad hoc networks management; mobile IP information routing; multi-mission network centric warfare environments; analysis of alternatives; support for real-time decision-making, dynamic situation assessment, dynamic prediction, predictive assessments, operationally focused/embedded simulation, theoretical foundations of decision science, course of action analyses; AN training; develop experimental hardware and software in the laboratory and conduct experiments and demonstrations; and perform integration and validation and verification of models, simulations, enterprise management performance, airborne link and routing performance, and other solutions as required. It is assumed that components will integrate into a complete M&S environment. 2) Airborne Network Enterprise Management (EM): This area can be broken down into six sub-areas, each with unique airborne asset considerations: event assessment, policy networking, course of action generation, mission-based understanding, cross-domain capability, and cross-cutting concerns (with includes security). - Event assessment may include the ability to "see" the status of nearby coalition, joint service or other component networks in order to obtain a larger perspective of network status. The clustered nature of the AN, with nodes moving in and out of range of each other, will require consideration. - Policy Networking (i.e. policy-based networking) may be used to facilitate the need for manageable end-to-end, mission-based quality-of-service. - Courses of action could be generated by, but limited to, faster-than-real-time simulation, predictive network planning, established doctrine/policy, and documented response. Course of action methods to reconfigure network nodes to compensate for an anomalous event could be based on prediction of topology and connectivity changes. - Mission understanding includes a "relative," individualized mission criticality as well as potential mapping to a larger globally accepted criticality. - Cross-Domain capability: Multi-layer security and monitoring/controlling multiple domains from a single domain based on mutual agreements. - Cross-cutting Concerns include (1) standardized methods (e.g. intelligent agents) for monitoring/managing (or tying to resident monitoring/managing capability) legacy systems; (2) Information Assurance (IA), as well as platform-based network defense, must be integrated into EM solutions; (3) Network Services should consider Domain Name Service (DNS), network time, network addressing, and service location services/protocol; (4) considerations for on-platform EM Graphical User Interfaces (GUIs) for inexperienced airborne operators; (5) DoD and AF projected architecture models and standards, e.g., service oriented architecture, IPv6 integration, etc. This also includes Network Centric Enterprise Services (NCES): Application/Platform Services, Collaboration Services, Discovery Services, Enterprise Management Services, Messaging Services, Security Services, Storage Services, and User Assistance Services. 3) Airborne Networking and Communications Links: We are looking for innovative ideas involving networking and communications links that will help enable this future capability. Such techniques and ideas may include, but are not necessarily limited to the following: methods by which nodes will address and route traffic between heterogeneous subnetworks in conditions that are dynamic, with rapidly changing network topologies; methods to alleviate the impacts upon the network of changing connectivity with links/nodes entering/leaving networks; techniques to enable traffic priority and Quality of Service (QoS) to make optimal use of the limited resources possibly including the concepts of content delivery networking (CDN) and/or content-based routing; mechanisms to enable existing and future wire-line based protocols to operate over wireless links and networks as well as the means to handle the security and information assurance problems associated with using these protocols; mechanisms to enable the use of IPv4/IPv6 (dual-stack) in coexistence; policy-based networking techniques; new high bandwidth, high quality, communications links; advanced error detection, error correction and compressions schemes; and antenna designs for improved performance on airborne platforms. II. AWARD INFORMATION: Total funding for this BAA is approximately $40M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 06 - $5M; FY 07 - $7M; FY 08 - $7M; FY 09 - $7M; FY10 - $7M and FY11 - $7M. 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 06-05-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 SOLICITING 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. Additional information regarding the topic may be accessed at: https://extranet.rl.af.mil/programs/ant/ 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, clearly identifying candidate area(s) of research. 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; Section C: Technical Summary and Proposed Deliverables; and Section D: Risk Assessment. 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 30 Dec 05; FY 07 by 1 May 06; FY 08 by 1 May 07, FY 09 by 1 May 08, FY 10 by 1 May 09; and FY 11 by 1 May 10. White papers will be accepted until 2pm Eastern time on 30 Sep 2011, 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/IFGA, ATTN: Fred Hall, 525 Brooks Rd, 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 06-05-IFKA. Electronic submission to Fred.Hall@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) Relevance to the Air Force Mission, (2) Overall Scientific and Technical Merit, (3) Soundness of the approach for the development and/or enhancement of the proposed technology and its evaluation, (4) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (5) Reasonableness and realism of proposed costs and fees (if any). Criteria 1 through 4 are of equal importance. Criteria 1 through 4 are more important than Criteria 5. 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: In addition to Government employees, the Government intends to use employees from a non-Government source (MITRE) to assist as technical advisors, in the evaluation of the proposals. Representatives of the foregoing firm participating in the evaluation process will sign non-disclosure agreements in order to highlight the sensitivity of the evaluation process to protect any proprietary information within the proposals. Should anyone not wish to have his/her proposal viewed by individuals from this organization, a statement to that effect must be included in the cover letter. Otherwise, by submission of the proposal, you agree that your proposal information may be disclosed to those employees of the organization identified above for the limited purpose stated above. Only Government evaluators, however, will make award recommendations under this BAA. Advisors will assist in the evaluation and provide input regarding the strengths, weaknesses, proposal inadequacies, risks, and deficiencies in proposals. They will not determine ratings or rankings of offerors' proposals. Access to offeror proposals will be restricted to only those portions for which the advisor's expertise is required in the evaluation. The Air Force Research Laboratory's Information Directorate has also 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 nature of the particular effort, the offeror may be required to share information about the software and inputs and/or output files or data required for subsequent portions of the effort with other participants in this BAA. Winning contractors shall enter into Associate Contractor Agreements (ACA) for any portion of the contract requiring joint participation in the accomplishment of the Government's requirement. The requirement for joint participation with other contractors under this BAA will be determined by the program manager. Offeror's method and intention to comply with this requirement should be clearly stated in the proposal. 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: Fred Hall Telephone: (315) 330-2306 Email: Fred.Hall@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
SN00944779-W 20051207/051205211923 (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 |
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.