Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 07, 2013 FBO #4305
MODIFICATION

A -- SIGINT COLLECTION, PROCESSING AND EXPLOITATION

Notice Date
9/5/2013
 
Notice Type
Modification/Amendment
 
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/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
BAA-RIK-11-04
 
Point of Contact
Lynn G. White, Phone: (315) 330-4996
 
E-Mail Address
Lynn.White@us.af.mil
(Lynn.White@us.af.mil)
 
Small Business Set-Aside
N/A
 
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 changes: (a) Section II: Added information about the rights to select or not select based on funding; (b) Section III.3: Deleted CCR information and added new SAM requirements; (c) Section IV.1: Added new URL for BAA Guide to Industry; (d) Section IV.7: Added information about possible compromise of classified information; (e) Section VI.3: Added Data Rights information; and (f) Changed all "rl.af.mil" email addresses to "us.af.mil" to reflect new changes to the standard Air Force email addresses. No other changes have been made. 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: SIGINT Collection, Processing and Exploitation ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA #11-04-RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The objective of an effort under this Master BAA is the development of real-time processing technology to improve the extraction, identification, analysis and reporting of tactical information. The processed information will support the Intelligence, Surveillance and Reconnaissance (ISR) mission, protect blue coalition forces with command, control, computer and intelligence applications, and support battlespace awareness for the warfighter. In the area of ISR information extraction for Signals Intelligence (SIGINT) issues, new and innovative methods and processing techniques will provide decision-makers with ISR information in as near real-time as possible. SIGINT technologies process information on various communications mediums, operate in environments in low signal-to-noise ratio areas and conduct operations against uncooperative targets where the noise types and channel conditions are frequently varying from message to message. As time is critical and ISR mission analysts' workload is high, the automation of the SIGINT collection, processing and exploitation capabilities in both tasking and training is a major goal. The SIGINT research and development is grouped into three broad technology areas: Information Extraction, Signal Processing and Automation Enhancements. The first, Information Extraction, extracts information from the broadband signal to identify and catalog Signals of Interest (SOI). The second area, Signal Processing, processes the signal to improve signal processor performance for the above information extraction capabilities. This represents research in removing noise and interference in a channel or in multiple channels from signals. The third broad area, Automation Enhancements, uses signal processing techniques to automate the manual techniques that are current practice. This automation may be used to manipulate the SOI for storage and transmission or to synthesize the signal for a variety of purposes. 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 11 - $2M; FY 12 - $6.5M, FY 13 - $9.4M, and FY14 - $7M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging between $250,000 to 1,000,000 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 grants, cooperative agreements and contracts. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. 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@us.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 11-04-RIKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. System for Award Management (SAM). Offerors must be registered in the SAM database to receive a contract award, and remain registered during performance and through final payment of any contract or agreement. Processing time for registration in SAM, which normally takes forty-eight hours, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration before submitting a proposal. 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," May 2012, may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=e68f832abb3a7341bb7328547c0e19c0& tab=core&_cview=0. 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 11-04-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph 7 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: FY11 should be submitted by 23 May 2011; FY12 by 15 February 2012; FY13 by 15 February 2013, and FY14 by 14 February 2014. White papers will be accepted until 2 p.m. Eastern time on 30 June 2014, but it is less likely that funding will be available in each respective fiscal year after the dates cited. The end date for this BAA is 30 September 2014. 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. CLASSIFICATION GUIDANCE FOR WHITE PAPER/PROPOSAL SUBMISSIONS: AFRL/RIGC 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 that intend to include classified information or data in their 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/. 7. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All unclassified responses to this announcement will be sent via U.S. Postal Service registered mail and addressed to AFRL/RIGC, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-11-04-RIKA. Top Secret/SCI electronic submissions may be accepted after contacting the technical POC listed in Section VII. Questions can be directed to the technical POC listed in Section VII. CLASSIFIED SUBMISSIONS MUST BE SENT TO AFRL/RIGC 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 white papers/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-11-04-RIKA AFRL/RIGC 525 Brooks Road Rome NY 13441-4505 In the event of a possible or actual compromise of classified information in the submission of your white paper or proposal, immediately but no later than 24 hours, bring this to the attention of your cognizant security authority and AFRL Rome Research Site Information Protection Office (IPO): Bob Kane 315-330-2324 0730-1630 Monday-Friday 315-330-2961 Evenings and Weekends Email: robert.kane.7@us.af.mil 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 - A scientific and technical quality assessment of the offeror's approach is to evaluate the development and/or enhancement of real-time SIGINT collection, processing and exploitation technology. White papers/proposals should document the potential quantifiable benefits in terms of increased efficiency of automated data processing, increased capabilities of interactive data processing tools, and increased capabilities to exploit machine-to-machine information. 2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge. 3) Application and 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 how well it applies to signals intelligence. 4) Reasonableness and Realism of Proposed Costs and fees to the extent applicable. 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: CLASSIFIED SUBMISSIONS: For classification guidance see section IV paragraph 5. "Classification Guidance for White Paper/Proposal Submissions". 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 TS/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. This acquisition may involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Information Service (DLIS) at http://www.dlis.dla.mil/jcp/ and have a legitimate business purpose may participate in this solicitation. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at the DLA Logistics Information Service, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084, and telephone number 1-800-352-3572. You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your Proposal. 3. Data Rights: The potential for inclusion of Small Business Innovation Research (SBIR) or data rights other than unlimited on awards is recognized. In accordance with (IAW) the Small Business Administration (SBA) SBIR Policy Directive, Section 8(b), SBIR data rights clauses are non-negotiable and must not be the subject of negotiations pertaining to an award, or diminished or removed during award administration. Issuance of an award will not be made conditional based on forfeit of data rights. If the SBIR awardee wishes to transfer its SBIR data rights to the Air Force or to a third party, it must do so in writing under a separate agreement. A decision by the awardee to relinquish, transfer, or modify in any way its SBIR data rights must be made without pressure or coercion by the agency or any other party. Non-SBIR data rights less than unlimited will be evaluated and negotiated on a case-by-case basis. Government Purpose Rights are anticipated for data developed with DoD-reimbursed Independent Research and Development (IR&D) funding. 4. REPORTING: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process for the reports. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Dr. Fazio D. Nash 315-330-4035 Email: Fazio.Nash@us.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@us.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) 656-7321; 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-11-04/listing.html)
 
Record
SN03176426-W 20130907/130906000257-0b7c769c109a4ce2a4b3a27c1058f7fb (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.