Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 22, 2011 FBO #3680
SOLICITATION NOTICE

A -- Cyber Awareness and Resilience Research

Notice Date
12/20/2011
 
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-RIK-12-03
 
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
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: Cyber Awareness and Resilience Research ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA-RIK-12-03 CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Air Force Research Laboratory - Information Directorate (AFRL/RI) is soliciting white papers under this BAA for research, design, development, test, evaluation and experimentation of innovative technologies and techniques for Cyber Awareness and Resilience Research. Areas of interest include the techniques to reduce our own information assurance "footprint" and vulnerabilities, advanced methods of identification, authentication, and access management, and methods of detecting insiders, preventing data loss, and providing cyber resilience. White papers may describe a combination of hardware and/or software focused development efforts. Development specifically as applies to new ideas/concepts for practical application is of interest. Research efforts under this program are expected to result in functional capabilities, concepts, theory, and applications addressing cyber operations problems. Projects specializing in highly novel and interesting applicable concepts will also be considered, if deemed to be of "breakthrough" quality and importance. The effectiveness of the developed technologies for potential operational use will be assessed through testing and evaluation activities. Technologies that can be transitioned for operational use are of high interest. Offerors are encouraged to describe the pre-conditions that are necessary for the proposed techniques to work effectively. Work is encouraged in, but not limited to, these focus areas: 1. Cyber Resilience Explore the development of innovative tools, techniques, and components that can greatly enhance the cyber resilience and performance posture of mission networks. Evaluate sand-box type environments whereby cyber actions can be modeled to determine characteristics, patterns, signatures, and responses. 2. Cyber Situation Awareness Research, design and develop cyber situational awareness (SA) tools to support cyber monitoring, pattern detection, and analysis for SA and systems integration of commercial off the shelf (COTS) tools to support a commander's needs for Cyberspace SA. Perform trade studies, research, and exploration of automated analysis methods, tools, and techniques for real time layered analysis from multiple sensor components. 3. Identity, Authentication and Access Management Develop technology to provide secure end-to-end identity attributable device authentication across security and administrative domains both wired and wireless. Conduct analysis and proof of concept testing cyber operations in support of communications in hostile environments. 4. Cyber Footprint Reduction Research, design and develop techniques to significantly reduce an entity's cyber surface by removing an outsider's ability to conduct reconnaissance of the network and/or collect information such as traffic statistics. Evaluate technologies to migrate and or eliminate redundant cyber appliances into smaller, scalable cyber solutions. 5. Counter-Insider Modeling Research, design and develop techniques to identify, characterize, categorize and manage insider threats at the tactical and strategic levels. Assess and determine tools to conduct fingerprinting of data and the management of such data across a diverse network. II. AWARD INFORMATION: Total funding for this BAA is approximately $24.2M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 12 - $8.2M; FY 13 - $9M; FY 14 - $7M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging between $750K to $14M. There is also the potential to make awards above or below this range. 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- RIK-12-03. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. CCR Registration: Unless exempted by 2 CFR 25.110 all offerors must: (a) Be registered in the Central Contractor Registration (CCR) prior to submitting an application or proposal; (b) Maintain an active CCR registration with current information at all times during which it has an active Federal award or an application or proposal under consideration by an agency; and (c) Provide its DUNS number in each application or proposal it submits to the agency. 4. Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards: Any contract award resulting from this announcement may contain the clause at FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25 http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=c55a4687d6faa13b137a26d0eb436edb&rgn=div5&view= text&node=2:1.1.1.41&idno=2#2:1.1.1.4.1.2.1.1 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 a 3 page white paper in three copies summarizing their proposed approach/solution. Unclassified submittals shall be mailed via USPS, FedEx, or UPS. Classified submittals shall be mailed via USPS registered mail. Please notify the Technical POC in Section VII prior to sending classified submittals. 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), and target technology area (e.g., Cyber Resilience or Cyber Situation Awareness, etc.) - (this section is NOT included in the page count); • Section B: Task Objective • Section C: Innovative Claims (How will this effort enhance or replace the state-of-the-art?); • Section D: Technical Approach (Why is this approach superior to alternatives or current practice?); • Section E: Biggest Technical Challenge (What are the major technical challenges in the approach? How will those challenges be mitigated?); • Section F: Schedule 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 submitted in Microsoft Word format and be double spaced with a font no smaller than 12 pitch with any figures, tables, and charts easily legible. 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-RIK-12-03 with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in Section VII 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 12 should be submitted by 5 Mar 2012; FY 13 by 4 Mar 2013; FY 14 by 3 Mar 2014. White papers will be accepted until 2pm Eastern time on 30 Sep 2014, but it is less likely that funding will be available in each respective fiscal year after the dates cited. The closing date for this BAA is 30 Sep 2014. 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. CLASSIFICATION GUIDANCE FOR WHITE PAPER SUBMISSIONS: AFRL/RITE will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the proposer believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. After reviewing incoming proposals, if a determination is made that contract award may result in access to classified information; a DD Form 254 will be issued upon contract award. Proposers who intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. 6. 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: http://www.dss.mil/isp/fac_clear/download_nispom.html 7. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. Unclassified white papers must be mailed in 3 paper copies after contacting the technical POC listed in Section VII. All classified responses to this announcement must be sent via U.S. Postal Service registered mail and addressed to AFRL/RITE, 525 Brooks Road, Rome NY 13441-4505, and reference BAA RIK-12-03, Questions can be directed to the technical POC listed in Section VII. CLASSIFIED SUBMISSIONS MUST BE SENT TO AFRL/RITE SEPARATELY FROM UNCLASSIFIED PAPERS AS PER THE INSTRUCTIONS BELOW. Use classification and marking guidance provided by previously issued security classification guides, the Information Security Regulation (DoD 5200.1-R), and the National Industrial Security Program Operating Manual (DoD 5220.22-M) when marking and transmitting information previously classified by another original classification authority. Classified information at the Confidential and Secret level may be mailed via U.S. Postal Service (USPS) Registered Mail. For proposals of higher classification levels or for alternate submission mechanisms please contact the technical POC listed in Section VII. When mailing, ensure the response is appropriately marked, sealed, and mailed in accordance with the classified material handling procedures. The classified mailing address is: Ref: BAA-RIK-12-03 AFRL/RITE 525 Brooks Road Rome NY 13441-4505 V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: White papers and/or proposals will be evaluated through a peer or scientific review process using 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 --The approach for the development and/or enhancement of the proposed technology including technical feasibility, degree of innovation, understanding of the technical and operational approach for evaluation of the technology. (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) Reasonableness and realism of proposed costs and fees (if any). 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 SECRET or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP SECRET/SCI 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. Please note that use of the JIFFY or TFIMS application requires customers outside of the.mil domain to purchase an approved External Certificate Authority certificate to facilitate a secured log on process. It is necessary to obtain an ECA certificate BEFORE obtaining a JIFFY or TFIMS user account. Additional information on obtaining an ECA is available at: http://iase.disa.mil/pki/eca/index.html. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Howard Beyer Telephone: (315) 330-4718 Email: Howard.Beyer@rl.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 (Apr 2010) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Ms. Barbara Gehrs AFRL/PK 1864 4th Street Building 15, Room 225 Wright-Patterson AFB OH 45433-7130 FAX: (937) 904-7024; Comm: (937) 904-4407 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-RIK-12-03/listing.html)
 
Record
SN02642538-W 20111222/111220234414-2c296890f318d31c364732ad6252d963 (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.