Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 14, 2007 FBO #1875
MODIFICATION

A -- Single Integrated Air Picture (SIAP) Standard Reference Frame

Notice Date
1/12/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-BAA-06-09-IFKA
 
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 change: (a) add ombudsman information. No other changes have been made. 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: Single Integrated Air Picture (SIAP) Standard Reference Frame ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA #06-09-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 by 15 January 06; FY 07 by 1 May 06 and, FY 08 by 1 May 07. White papers will be accepted until 2:00 p.m. Eastern time on 30 September 2008, 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: This BAA seeks research efforts that investigate tools, techniques and technologies that facilitate cost-effective harvesting, migration or replacement of legacy systems to achieve net-centricity. This BAA presents a framework and methodology for linking the architecture views (based on the views from the DoD Architecture Framework v1.0 [DODAF]) and requirements within a toolsuite. This methodology is currently being used to support the Joint DoD software development project for an Integrated Architecture Behavior Model (IABM). Within this methodology, the DoD AF is used as a systems engineering tool, bridging the operational-to-system-to-software architecture gaps which are much of the source of interoperability difficulties today. The desired efforts will also design and perform incremental Integrated Architecture Behavior Model (IABM) demonstrations leading to Joint system of systems demonstration. (1) SIAP Standardization: The Single Integrated Air Picture (SIAP), will become a networking tool intended to endow commanders, pilots and even infantrymen with a single tactical picture of the battlespace, showing friendly and enemy units on land, sea and in the air. SIAP is seen as a principal means of networking forces together to create a decisive warfighting advantage. The Pentagon's Integrated Architecture Behavior Model, an element of SIAP, is a computer program designed to measure the adequacy and fidelity of information used to form a shared understanding of the tactical situation, according to an August 2003 report on SIAP attributes. The information developed from various military sensors would have to conform to common standards in order to create the SIAP. This standardization would enable the shooter in an F/A-18E/F tactical aircraft to use information from an Army air defense missile battery, for example. Or Aegis ships would be able to target their missiles using information obtained by an Air Force Airborne Warning and Control System (AWACS) plane. To achieve the SIAP would require that all sensors utilize a standard reference frame for conveying information about the location of targets. Systems won't be able to tell where the data came from, but it will be better, more accurate and less redundant. To achieve the SIAP would require that all sensors utilize a standard reference frame for conveying information about the location of targets. Specific areas of SIAP research/development that this BAA covers include: a. A Joint Service SIAP Systems Architecture for integrating and deploying SIAP applications among USAF and Joint Services. b. Advanced simulation technologies to assess and test emerging SIAP capabilities to achieve net-centricity. Further information can be found in the technical paper: "The DoD AF Views As Requirements Vehicles in an MDA Systems Development Process" which can be obtained at: http://www.dodccrp.org/events/2004/CCRTS_San_Diego/CD/papers/258.pdf II. AWARD INFORMATION: Total funding for this BAA is approximately $24M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 06 - $8M; FY 07 - $8M, and FY 08 - $8M. Individual awards will not normally exceed 36 months with dollar amounts ranging between $4M to $20M 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 06-09-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 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: Offerors are required to submit 1 copy 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 by 15 Jan 06; FY 07 by 1 May 06 and, FY 08 by 1 May 07. White papers will be accepted until 2:00 p.m. Eastern time on 30 September 2008, 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: James M. Nagy, AFRL/IFED, 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 06-09-IFKA. Electronic submission to James.Nagy@rl.af.mil will also be accepted and is encouraged. 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) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) 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 (4) 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. 2. REVIEW AND SELECTION PROCESS: Only Government employees will evaluate 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 secrete 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: James Nagy Telephone: (315) 330-3173 Email: James.Nagy@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
SN01211055-W 20070114/070114190144 (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.