Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 26, 2006 FBO #1795
SOLICITATION NOTICE

A -- Proactive Intelligence (PAINT) - PART 2 of 2

Notice Date
10/24/2006
 
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-07-01-IFKA-PART-2
 
Description
BAA-07-01-IFKA - Part 2 of 2 Proactive Intelligence (PAINT) 3. Globalization: Economic Warfare/Cyber Warfare. Terrorist networks demand our attention today because of the apparent ease with which they inflict damage around the world. The change is not so much in the network but in the technology that allows a hostile group global access. What happens when a terrorist network acquires the capability to disrupt the vast and intersecting communications networks that allow us to function in today's electronic age? Anyone with the right access can see worldwide economic information on his computer screen. Similarly, a terrorist network may exploit market prices, identity theft, and redirect worldwide delivery of goods and services all by changing critical electronic information. Warfare need not employ traditional firepower, but could be waged through information denial and disruption. Understanding both the problem and potential solution space involves developing a robust model of each of the networks involved ? human and communications, being able to represent them in simulation/virtual environments that we can manipulate and explore for effect, and having key indicators that we can depend on for alerts about problems and what to do about them. 4. Pandemic. Just as a terrorist network intersects with the diverse networks that constitute a nation, the contagion network, a complex structure itself, intersects with the various response networks across diverse societies. As we watch the spread of the avian flu and its occasional penetration into humans, we recognize the need to prepare a global response to a deadly disease ? if not the avian flu, then another type of pandemic. The required physical contact to sustain an epidemic is now extended through global transportation networks as well as the local social and familial organizations. To impede the contagion by interrupting those networks, we would have to aid and abet the delivery of goods and services through global transportation, local social and familial networks, and collaboration with existing medical response networks. Resolution of the problem would benefit from a) models that describe, explain and predict the intersection of diverse networks, b) simulations and virtual environments that can mimic those networks and their behavior, c) understanding of indicators for use as probes about what is happening, and d) strategies for interrupting events in ways that can halt the pandemic with minimal loss of life. 5. Emergence of Coalitions of the Intolerant. Groups of otherwise unrelated organizations are beginning to meet and network to discuss common threats to their agendas. For example, the anti-Davos group was formed in response to the Globalization meetings in Davos, Switzerland. The possibility exists that a variety of organizations may pool efforts with terrorists groups to further common interests in ways that expand the reach and finances available to these ad hoc coalitions. This topic potentially adds important elements to the above variations of the challenge problem. Program Phases and Schedule The PAINT program will have four phases. Offerors should address all four phases. Offerors should provide data for Phase 1 and plan for Government furnished data in Phases 2 through 4 (the data sets and their formats to be determined). The general trend across all phases is (1) increasing complexity of challenge problem, (2) data that tends increasingly towards near real-time, real-world data, (3) increasing speed of development and adaptability of dynamic simulation and gaming models, and (4) increasing complex user-model interactions. The phases and their focus areas are as follows: Phase 1 (18 months) ? Component Predictive Models Integrated into a Virtual World/Dynamic Gaming Collaborative Environment Phase 2 (12 months) ? Prediction Using Specific Challenge Problem with Historical or Synthetic Data Phase 3 (12 months) ? Prediction using Real World Data Instrumentation, Feedback and Fine tuning Phase 4 (12 months) ? Grand Challenge Problem: Influence Strategies for Alternative Futures Scope of White Papers Proposed research should investigate innovative approaches and techniques that lead to or enable revolutionary advances in the state-of-the-art. White papers are not limited to the specific strategies and challenge problem/applications listed above, and alternative visions will be considered. However, white papers should be for research that substantially contributes towards the goals stated. Specifically excluded is research that primarily results in minor evolutionary improvement to the existing state of practice or focuses on special-purpose systems or narrow applications. Teaming arrangements, if any, must be clearly defined in the white papers. Teaming, where appropriate, is strongly encouraged in all technology areas. II. AWARD INFORMATION: Total funding for this BAA is approximately $28M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY07 - $4M; FY08 - $6M, FY09 - $6M, FY10 - $6M, and FY11 - $6M. Individual awards will not normally exceed 54 months, with dollar amounts ranging from $250K - $500K per year for technology awards and $750K per year for architecture/integration awards. Awards outside this range may also be made. Awards of efforts as a result of this announcement will be in the form of contracts and cooperative agreements depending upon the nature of the work proposed. Virtual World/Dynamic Gaming Architecture and Integration: Expected Number of Awards: Up to 2 Anticipated Total Award Per Year: $1.0M Award Period (Months): 54 Models: Expected Number of Awards: Up to 6 Anticipated Total Award Per Year: $2.4M Award Period (Months): 54 Dynamic Gaming & Strategies: Expected Number of Awards: Up to 3 Anticipated Total Award Per Year: $1.3M Award Period (Months): 54 Key Indicators: Expected Number of Awards: Up to 3 Anticipated Total Award Per Year: $1.3M Award Period (Months): 54 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 Smith, Contracting Officer, telephone (315) 330-1955 or email Lori.Smith@rl.af.mil for information if they contemplate responding. The email must reference the title and BAA 07-01-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 Sites "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: White papers are required to be submitted either via email or on CD. Offerors are required to submit all white papers in Microsoft Word format, and have a font no smaller than 12 pitch. White papers should be no longer than 8 pages, summarizing their proposed approach/solution. White papers can be single spaced. 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 (these instructions take precedence over those listed in the "BAA & PRDA: A Guide for Industry": Cover Page (not included in page count): Title, Name of Company, PAINT technical topic areas addressed, Technical and Administrative POC information (phone & email), Period of Performance, and Cost Summary by fiscal year. Section 1: Executive Summary; Section 2: Innovative Claims; Section 3: Technical Approach (including: Description of PAINT area(s) addressed, Scenario that illustrates expected use or impact, Performance Evaluation, Proposed Data Sources, and Deliverables); Section 4: Key Personnel & Related Experience. 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). In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number 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 07 should be submitted by 4 Dec 06; FY 08 by 1 Oct 07; FY 09 by 1 Oct 08; FY10 by 1 Oct 09; and FY11 by 1 Oct 10. White papers will be accepted until 2 p.m. Eastern time on 1 May 2011, but it is less likely that funding will be available in each respective fiscal year after the dates cited. 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: D. Daskiewich, IFED and reference BAA-07-01-IFKA. Electronic submission to Daniel.Daskiewich@rl.af.mil is strongly preferred, or white papers on CD can be addressed to AFRL/IFED (D. Daskiewich), 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-07-01-IFKA. V. 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) Quality of Proposed Staff and Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, and (3) Reasonableness and realism of proposed costs. Also, consideration will be given to 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. 2. REVIEW AND SELECTION PROCESS: Only Government employees will review the white papers/proposals for selection. DTO and the Air Force Research Laboratory's Information Directorate have 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 this contract or order, 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. The Government may use the services of MITRE and the Institute for Defense Analyses (IDA) personnel in an advisory role for the technical evaluation of proposals. The exclusive responsibility for evaluation remains with the Government. Representatives of the foregoing firm(s) participating in the evaluation process will sign a non-disclosure agreement in order to highlight the sensitivity of the evaluation process and to protect any proprietary information within the proposals. Any objection to the use of any or all of the personnel identified above 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 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 US intelligence agencies, and may desire that offerors 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). Offerors 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. It should be noted that PAINT is not intended as a solely classified effort, and that there is a wide range of research that can be done at an unclassified level. Offerors should make it clear in their white papers and proposals which aspects of their work, if any, will be at the classified level. While it is possible to execute an entire research program on the unclassified level, having key personnel with Top Secret DoD clearance will enable the program to have greater access to the real needs of analysts, thereby increasing the chances of successful research. For the Architecture and Integration, and Key Indicators categories Top Secret Clearances for key personnel are preferred. 3. REPORTING: For proposals selected for award, offerors 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. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below (Email submissions preferred): Daniel Daskiewich Telephone: (315) 330-7731 Email: Daniel.Daskiewich@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. In accordance with AFFARS 5315.90, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Aug 2005) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Amy Smith AFRL/PK Building 15, Room 225 1864 Fourth Street Wright-Patterson AFB OH 45433-7132 (937) 255-3079 All responsible organizations may submit a white paper which shall be considered.
 
Record
SN01169900-W 20061026/061024225503 (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.