Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2006 FBO #1629
MODIFICATION

A -- Fuselet Production Environment

Notice Date
5/11/2006
 
Notice Type
Modification
 
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-03-08-IFKA
 
Point of Contact
Lori Smith, Contracting Officer, Phone (315) 330-1955, Fax (315) 330-8029,
 
E-Mail Address
Lori.Smith@rl.af.mil
 
Description
The purpose of this modification is to republish the original announcement, incorporating all previous modifications, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) update the funding opportunity description, including revisions to: (1) technical focus area for the submission of white papers in FY07, (2) white paper submission instructions, (3) evaluation criteria, and (4) anticipated award information for FY07. All other information remains the same. Technical POC/Program Manager, Mr. James R. Milligan, AFRL/IFSE, telephone: (315) 330-1491, email: James.Milligan@rl.af.mil. Contracting POC: AFRL/IFKA, Lori Smith, Contracting Officer, 26 Electronic Parkway, NY 13441-4514, telephone: (315) 330-1955, email: Lori.Smith@rl.af.mil. The Information Directorate of the Air Force Research Laboratory (AFRL), Rome Research Site, is soliciting white papers under this announcement for application demonstrations of information transformation technologies, including (but not limited to) fuselet technology. Information transformation can be defined as a facet of information management that involves the processing of elementary forms of information into rich interoperable decision making knowledge structures for human, enterprise, and machine learning and growth. Specific information about fuselet technology can be found at http://www.fuselet.org, but essentially fuselets are managed, light-weight, reusable software components that publish value-added information through the manipulation of existing data. Added value is defined as either providing operators access to decision quality information or overall system capabilities that they never had before, or providing more flexible and/or affordable machine-to-machine interoperability than an existing interface governed by a rigid and costly Interface Control Document (ICD); or both. Applications of information transformation technologies are sought which demonstrate net-centric solutions to United States Air Force (USAF) interoperability and warfighter decision making impediments in the context of joint and combined military operations. The objectives of this BAA in FY07 are to design, develop and demonstrate controlled execution of software components (e.g., fuselets) that utilize one or more managed information spaces, or Community of Interest (COI) Infospheres (COIIs), to improve warfighter effectiveness through the provisioning of decision quality information that is facilitated by the cross-domain information exchange, human understanding, and application interoperability afforded by information transformation software components. Military application domains of particular interest include Command, Control, Intelligence, Surveillance, and Reconnaissance (C2ISR) operations and systems. Offorers should describe the conceptual net-centric advancements over current military operational processes as a result of the proposed application of information transformation software components and execution environment. Final demonstrations are expected to be conducted at one or more Government facilities. Strongest consideration will be given to those offerors clearly indicating coordination with an end user, especially concerning specific information transformation solutions with respect to end user interoperability and decision making impediments. The goal should be to deliver a demonstration of the technology to the end user. Offerors should be positioned to provide integration support among the specified military systems and domains to achieve the stated objectives. As part of any awarded effort, the Contractor shall identify and document of transition opportunities and strategies for information transformation services to meet warfighter needs, and describe approaches that balance the co-evolution of current military tactics, techniques, and procedures and systems of record in a manner that addresses critical accreditation, common operating environment, security, survivability, system administration, long-term maintenance and other issues that historically plague designers of to-be-fielded systems. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit a white paper no longer than ten (10) pages in length. 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. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609(a). Offerors must mark their submissions with the restrictive language stated in FAR 15.609(a). In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number with their submission. All responses to this announcement must either be electronically mailed to James.Milligan@rl.af.mil and reference BAA-03-08-IFKA in the subject line. Multiple white papers within the purview of this announcement may be submitted by each offeror. To be considered for potential awards in FY07, white papers must be received before the end of 15 Jun 2006. White papers will be accepted at any time, but it is less likely that funding will be available in each respective Fiscal Year after the dates cited. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Such invitation does not assure that the submitting organization will be awarded a contract. The cost of preparing 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. The following criteria 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, which are listed in descending order of importance: (1) Overall Scientific and Technical Merit -- Including the innovation of the proposed technology, the technical approach, and the operational relevance of the demonstration to address current and future Air Force net-centric interoperability requirements and technology transition objectives, (2) Related Experience -- The extent to which the offeror demonstrates intellect, technical expertise, and domain knowledge, (3) Openness/Maturity of Solution ? The extent to which existing capabilities and open system standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, and (4) Best Value -- Reasonableness and realism of proposed costs and fees (if any). Also, consideration will be given to other factors such as past and present performance on recent Government contracts, and the capacity and capability to achieve the objectives of this BAA. Individual white paper/proposal evaluations will be based on acceptability or unacceptability without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. All responsible organizations may submit a white paper/proposal which shall be considered. Awards of efforts as a result of this BAA will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. Options are discouraged and unpriced options will not be considered for award. Complete instructions for proposal preparation will be forwarded with the invitations for proposal submissions. Anticipated contract awards beginning in FY07 are expected to be 12 months in duration and to range from $250K to $750K. The total cumulative dollar value of all awards will not exceed $4.9M under this BAA. An informational briefing/industry day is not planned. 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 on the Certified Contractor Access List (CCAL) will be allowed access to such data. Foreign allied participation is excluded at the prime contractor level. 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. A copy of the Rome "BAA& PRDA: A Guide for Industry," Aug 2005, may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.doc. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. This BAA is open and effective until 30 Sep 2007.
 
Record
SN01046291-W 20060513/060511220639 (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.