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 -- Collaboration for ISR Platforms

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-06-10-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: COLLABORATION FOR ISR PLATFORMS ANNOUNCEMENT TYPE: Initial announcement. FUNDING OPPORTUNITY NUMBER: BAA 06-10-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 1 May 06; FY 07 by 1 Aug 06; FY 08 by 1 May 07 and, FY 09 by 1 May 08 and, FY 10 by 1 May 09. White papers will be accepted until 2pm Eastern time on 30 Sept 2010, 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 advance the state-of-the-art in the area of increased situational awareness for ISR cross platform collaboration and cross platform cueing. Today's intelligence operators and analysts continue to rely on solutions that are largely domain or sensor-type specific. Additionally, the closed architectures of the various systems make the combination of each system's capabilities into a single component costly and, in some cases, not possible. This BAA addresses the need for an open-architected and scalable solution to these issues. The requirement is for an integrated, operator-focused, multi-intelligence knowledge association system that can ingest data from multiple ISR sensors and intelligence sources and support cross platform cueing, cross platform collaboration, Time Critical/Sensitive Targeting, strike planning, and support to overall battlefield situation awareness monitoring, and reporting and provide Situation Assessment tools that can be adapted to a variety of missions including Area of Interest monitoring and alerting; High Interest Track monitoring and alerting; and enhancing operator understanding through cross referencing known information and databases. The overall objective of this BAA is to develop, integrate, demonstrate and transition system technologies. This program will employ and exploit existing technologies to provide early demonstrations and potential transitions to operational units while developing new capabilities and technologies. It will also enhance existing and maturing technologies and provide a roadmap of continued spiral development over the five year program. In addition to direct technology developments this program will support other complementary activities including, test and evaluation, modeling and simulation, data collection and management, and a distributed collaborative engineering environment. The developed capabilities may be transitioned to the RC135 fleet to include Rivet Joint and Senior Scout, C2C, National Systems, the Distributed Common Ground Station (DCGS) and other ISR platforms. II. AWARD INFORMATION: Total funding for this BAA is approximately $24.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 06 - $1.5M; FY 07 - $7.5M; FY 08 - $5.5M; FY09 - $5.9M; FY10 - $4.5M. Individual awards will not normally exceed 36 months with dollar amounts ranging between $350K to $2.2M 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 foreign allied participation is excluded at the prime contractor level. 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: 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 by 1 May 06; FY 07 by 1 Aug 06; FY 08 by 1 May 07 and, FY 09 by 1 May 08 and, FY 10 by 1 May 09. White papers will be accepted until 2pm Eastern time on 30 Sept 2010, 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. 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: Carolyn Sheaff, AFRL/IFEA, 525 Brooks Road, Rome, NY 13441. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA 06-10-IFKA. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in equal 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 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 U.S. intelligence agencies, and may desire that proposers 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). Proposers 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. 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: Carolyn Sheaff Telephone: (315) 330-7147 Email: Carolyn.Sheaff@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
SN01211056-W 20070114/070114190146 (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.