SOLICITATION NOTICE
A -- Integrated Command & Control
- Notice Date
- 3/8/2010
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- BAA-10-01-RIKA
- Point of Contact
- Lynn G. White, Phone: (315) 330-4996
- E-Mail Address
-
Lynn.White@rl.af.mil
(Lynn.White@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- NAICS CODE: 541712 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: Integrated Command & Control ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 10-01-RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: Meeting the demands of assigned missions requires unprecedented amount of coordination and synchronization of military resources across all organizations and all echelons of command in all levels of war. It is command and control (C2) that provides the means by which a commander synchronizes and/or integrates force activities in order to achieve the commonly recognized objectives in one unity of effort. These activities require key decisions within the strategy, planning, scheduling and assessment phases of the command and control process. These decisions are made by humans and are supported by computer technology so it is in these areas that information technology contributes the most to ameliorating human capabilities and transforming how the Air Force commands and controls. The goal of the Integrated C2 program is to lead the discovery, development and integration of revolutionary warfighting information technologies that enable continuous and distributed, planning, execution, and assessment of resources across the cyber, air and space domains to achieve commander's intent. Air Force Research Laboratory is seeking innovative white papers to address the following thrusts: • Strategy Development. The functional translation of a commander's conceptual vision and guidance into potential solutions via an adaptive planning capability that supports the generation of a plan of action and seeks to answer the questions of what is to be done and how. By monitoring the plan and operating environment, adapt to evolving situations and represent the necessary actions which incorporate all means available across each of the warfighting domains of the Air Force (air, space and cyber). A key challenge is to understand the complex relationships and dependencies that exist across these domains. Specific areas of interest include but are not limited to: machine reasoning with uncertain, erroneous, and incomplete information; dynamic causal modeling and multi-criteria analysis summarization; computational efficient mixed initiative planning that balances cognitive and machine load; incorporation of analogical/experiential reasoning (fusion of distributed experiences, capturing knowledge & experience of the past, determining relevancy of past situations); and asynchronous planning on plan fragments versus synchronous "lock and work" planning over multiple iterations. • Synchronized/Integrated Planning. Produce a logistically feasible plan of action to solve the problem, fully integrating subordinate action plans with a description of the role of the other elements of national power in conjunction with military activities. Synchronized/integrated planning includes requests for actions and describes the role of military activities in achieving the desired effects. The integrated "battle" plan enables warfighters to coordinate and synchronize all available forces, kinetic and non-kinetic, to achieve the desired outcomes and exploit opportunities as they present themselves. Specific areas of interest include but are not limited to: a living plan with "on the fly" action plan/course of action adaptation/mutation that addresses changing conditions of the operational environment; identification, correlation, and advisement on mitigation of external events affecting the processes and mission; continuous adaptive planning; and comprehensive mission-driven situation awareness sharing. • Continuous Assessment. Full spectrum analysis of the attainment of mission objectives at all levels of the campaign (tactical to strategic). At the plan's inception, conduct rigorous examinations of the alternatives and the desired and undesired consequences of each action leading to valuable insight into the actions, causal mechanisms, and effects that support the accomplishment of the objective. Leading indicators or clues can be explicitly identified with their timing which then can be used as a measure of progress towards accomplishing the desired objectives providing the means by which each player understands what is necessary to achieve the overall objectives and the ramifications of their individual actions. Such insights serve to highlight key challenges in sustaining a campaign's progress and are important for synchronizing the force. Specific areas of interest include but are not limited to: non-deterministic, non-linear causal analysis with reasoning through uncertainty and ambiguity; projective/forward looking analysis through modeling and simulation; use of belief networks within a decision-making environment and how beliefs influence a decision/assessment; dynamic assessment of a-priori and a-posteriori achievement of commander's intent; deliberate causal analysis that identifies key missing data that can be used as information requests; and optimized presentation of complex heterogeneous data. II. AWARD INFORMATION: Total funding for this BAA is approximately $43.2M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 11 - $3.7M; FY 12 - $7.6M; FY 13 - $12.1M; FY 14 - $11.4M; and FY15 - $8.4M. Individual awards will not normally exceed 18 months with dollar amounts normally ranging between $100K to $1.0M per year. There is also the potential to make awards up to any dollar value. Awards of efforts as a result of this announcement will be in the form of contracts, grants or cooperative agreements 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, Lynn G. White, Contracting Officer, telephone (315) 330-4996 or e-mail Lynn.White@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 10-01-RIKA. 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," April 2007, may be accessed at: http://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/Reference%2DNumber%2DBAAGUIDE/listing.html 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, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email)(this section is NOT included in the page count); 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, their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA 10-01-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph six 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 11 should be submitted by 1 Oct 2010; FY 12 by 3 Oct 2011; FY 13 by 1 Oct 2012; FY 14 by 1 Oct 2013 and; FY 15 by 1 Oct 2014. White papers will be accepted until 2pm Eastern time on 30 Sep 2015, 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. 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. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105. Defense Security Service (DSS) Site for the NISPOM is: https://www.dss.mil/portal/ShowBinary/BEA%20Repository/new_dss_internet//isp/fac_clear/download_nispom.html. 6. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to ATTN: Mr. Joseph Antonik, AFRL/RISC, 525 Brooks Road, Rome NY 13441-4505 Electronic submission to joseph.antonik@afrl.af.mil will also be accepted. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed 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) The extent to which the offeror's approach demonstrates an understanding of the problem, an innovative and unique approach for the development and/or enhancement of the proposed technology, its application and appropriate levels of readiness at yearly levels. 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. 4) Reasonableness and Realism of Proposed Costs - The overall estimated costs should be clearly justified and appropriate for the technical complexity of the effort. 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, and 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 submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a Top Secret facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to Top 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. 3. REPORTING: Once a proposal has been selected for award, offerors 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: Mr. Joseph Antonik Telephone: (315) 330-1441 Email: joseph.antonik@afrl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lynn White Telephone (315) 330-4996 Email: Lynn.White@rl.af.mil The email must reference the solicitation (BAA) number and title of the acquisition. In accordance with AFFARS 5301.91, 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: Susan Hunter Building 15, Room 225 1864 Fourth Street Wright-Patterson AFB OH 45433-7130 FAX: (937) 225-5036; Comm: (937) 255-7754 All responsible organizations may submit a white paper which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/BAA-10-01-RIKA/listing.html)
- Record
- SN02086107-W 20100310/100308234928-077e519cd11c5ed9dc65b41750751490 (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 |