Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 01, 2015 FBO #4786
SOLICITATION NOTICE

18 -- CALL 001, Topic Area 4, Nuclear Explosion Monitoring - Package #1

Notice Date
12/30/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
BAA-RVKV-2014-0001
 
Point of Contact
Jennifer Jaramillo, Phone: (505) 846 8501, Francis M. Eggert, Phone: 5058467603
 
E-Mail Address
Jennifer.Jaramillo@us.af.mil, Francis.Eggert@us.af.mil
(Jennifer.Jaramillo@us.af.mil, Francis.Eggert@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment 5 - AMRDEC Instructions for CALL 001 Attachment 4 - Reps and Certs CALL 001 Attachment 3 - CDRL CALL 001 Attachment 2 - Cost Proposal Instructions and AF Adequacy Checklist CALL 001 Attachment 1 - Data Assertions CALL 001 BROAD AGENCY ANNOUNCEMENT BAA-RVKV-2014-0001 Air Force Research Laboratory (AFRL)/Space Vehicles Directorate BROAD AGENCY ANNOUNCEMENT TITLE : AFRL Space Vehicles Directorate, Battlespace Environment Surveillance Innovation Branch Research Interests - Kirtland PROPOSAL CALL ANNOUNCEMENT NUMBER: 001 PROPOSAL CALL ANNOUCEMENT TITLE : Topic Area 4, Nuclear Explosion Monitoring TECHNICAL POINT OF CONTACT : The technical point of contact for this CALL is Mr. Robert Raistrick, AFRL/RVBYE, Kirtland AFB, NM, Phone 505-846-6057, Email: Robert.Raistrick@us.af.mil CONTRACTING POINTS OF CONTACT FOR THIS CALL : Contract Specialist: Jennifer B. Jaramillo, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone 505-846-8501, Email: Jennifer.Jaramillo@us.af.mil or Contracting Officer: Mr. Francis M. Eggert, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone 505-846-7603, Email: Francis.Eggert@us.af.mil. T his CALL is specifically requesting potential Offeror(s) to provide proposals on the below topics. Note! Each proposal must be submitted against a single subtopic, even if that proposal partially addresses multiple subtopics. Offeror may submit multiple proposals to this CALL. SubTopics 4a, 4b and 4c are of a higher programmatic priority, but AFRL expects to fund efforts in most or all topics dependent on the technical quality of the proposals submitted. SubTopic 4a: Seismic Source Physics: Proposals are sought to improve predictions of source generation of seismic signals, from all shallow source types, that may be used for discrimination and/or yield estimation. Physical understanding of the dependence of seismic source generation on explosion emplacement conditions (depth, scaled depth, decoupling, material properties, pre-stress, and local structure) is of particular interest, especially for small seismic events. Hypothesis tests of proposed mechanisms for anomalous waveform characteristics, e.g. larger surface waves than predicted for explosions, are of interest. Investigations intended to distinguish between feasible source mechanisms are strongly preferred over efforts to assess the feasibility of a single mechanism. Methods of determining depth to within 10s of meters for shallow events are of particular interest. Partitioning of energy into P, S, and surface waves, and understanding of the higher frequencies that may be critical for local discrimination are of interest, as are methods that can discriminate chemical from nuclear explosions. Proposals may include one or multiple approaches, including analysis of existing nuclear and chemical explosion records, theoretical investigations, and/or numerical simulations. SubTopic 4b: Discrimination and Yield Estimation: Proposals are sought to improve the accuracy of existing discriminants and estimates of their uncertainty or that develop new discriminants that have a firm physical and statistical basis. New understanding of the properties of small seismic events and their seismic waveforms at local (200 km or less) and regional (2,000 km or less) distances is of interest, as are extensions of existing regional discriminants to smaller, locally recorded events, and development of new discriminants that take advantage of the characteristics of small locally recorded events, with rigorous assessments of performance and uncertainty. Of particular interest are methods for estimating yield of seismic events recorded at local distances with low uncertainty. At regional distances, there is an interest in improved event characterization of smaller events as well as improved understanding of uncertainties. Methods to improve the accuracy of source characterization by moment tensors and their uncertainties, and new understanding of their limitations, are also of interest. SubTopic 4c: Attenuation and Full Waveform Earth Models: Proposals are sought to improve the prediction of waveforms and amplitudes at local and regional distances. Of particular interest are: local and regional attenuation models, with emphasis on their ability to match observed amplitudes of Pn, Pg, Sn, and Lg phases, their codas, and surface waves; assessment of the extent and effects of censoring and application of appropriate methods to address censoring; new methods for measuring attenuation; models that fit multiple datasets (e.g. body wave and surface wave amplitudes), if the potential to improve predictions that affect discrimination can be shown; and proposals that utilize full waveforms and finite-frequency methods. In all cases, a robust estimate of uncertainty is an important consideration (confidence, resolution, and variance). SubTopic 4d: Velocity Earth Models: Proposals are sought to develop advanced models of the Earth's velocity structure that will improve location capability. Priority will be given to P-wave velocity structure studies and studies of poorly calibrated regions within Eurasia. Of particular interest are: (1) new techniques of determining 3-D, spatially variable velocity models; (2) new techniques for building models by fitting multiple datasets, especially of different types of data, if the potential to improve predictions that affect location can be shown; (3) techniques to estimate the uncertainty in geophysical models and assess the tradeoffs between different parameters of the models, as well as the uncertainty (confidence, resolution, and variance) in predicted observables, such as travel times; (4) new techniques for determining velocity structure in aseismic regions; and (5) studies that compare different methods to show their strengths and weaknesses; and models that can predict structural effects on seismic amplitudes at 1 Hz and higher as well as travel times. Proposals that utilize full waveforms and finite-frequency methods are of interest. Techniques for accurately predicting P-wave travel times from surface wave based models are of interest. SubTopic 4e: Location and Discrimination Ground Truth: There is interest in the collection of calibration events at a GT5 level (absolute location and depth errors less than 5 kilometers) or better in uncalibrated or very poorly calibrated areas. Studies that generate new discrimination calibration events, along with source geometry and other characterizing information are also sought. Accurate estimates of depth and origin time and their uncertainties are important elements of location calibration events. Improved techniques for event location using models and/or ground truth at local, regional or near-teleseismic distances, particularly methods that use more than a single type of data jointly are of interest. For multiple data type methods, the potential for improvement in location capability should be demonstrated. Robust estimation of uncertainty is an important consideration. SubTopic 4f: Signal Processing Methods for Data: We seek new and innovative signal processing methods for data from local (less than 200 km) and regional (less than 2,000 km) distances that significantly lower the thresholds at which detection, location and identification functions can be performed at an acceptable false alarm rate. Methods that use prior information to improve association of detected arrivals are of interest. Methods that make use of more of the waveforms than simply arrival times and amplitudes are sought. Methods that make use of full waveforms, including waveform matching, are of particular interest. Studies should assess success and failure rates and the effect of less than perfect waveform matching. Estimating improvements in detection, including testing of detection processes using superposition of actual signals in increasing noise, is of interest. Tuning studies, either of specific arrays or of techniques in general, are not sought. ANTICIPATED FUNDING : Anticipated funding for this CALL (not per contract or award) is: FY 15: $1.0M; FY 16: $1.5M; FY 17: $1.5M; FY 18: $.9M. TOTAL= $4.9M This funding profile is an estimate only and will not be a contractual obligation for funding. A ll funding is subject to change due to government discretion and availability of funds. PERIOD OF PERFORMANCE : The anticipated period of performance for individual awards for a specific Sub-topic resulting from this CALL is between 12 and 36 total months. The period of performance is to be proposed in the format "includes XX months for technical effort and 3 months for a Guaranteed Final Report preparation." PROPOSAL DUE DATE AND TIME : The due date for proposals submitted in response to this CALL is no later than 12 Noon MDT 28 Jan 2015. Proposals for any other technology area identified in the baseline Broad Agency Announcement (BAA) will not be accepted at this time unless a CALL for proposals in that specific area is open. Proposals received after the due dates and times shall be governed by the provisions of FAR Clause 52.215-1(c)(3) Instructions to Offerors-Competitive Acquisition. CALL AMENDMENTS : Offerors should monitor FedBizOpps.gov/Federal Business Opportunities http://www.fbo.gov for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. ANTICIPATED TYPE OF CONTRACTS : The Air Force anticipates awarding either a Cost or Cost Plus Fixed Fee contract as a result of this CALL, but also reserves the right to award the instrument best suited to the nature of research proposed. A model contract will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. ANTICIPATED NUMBER OF AWARDS : The Air Force anticipates awarding one or more contracts. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this CALL. ANTICIPATED AWARD DATE : Expected April 2015 through May 2015 INTENT TO PROPOSE : Potential offerors are requested to advise the contracting point of contact if they intend to submit a proposal in response to this CALL. If offeror intends to submit proposal through AMRDEC, consider submitting the intent to propose through AMRDEC as well. The contracting point of contact will respond to the intent to propose notification. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. DELIVERABLES ITEMS : 1. Quarterly Status Report (A001 CDRL) 2. Annual Technical Reports (A002 CDRL) 3. Final Report (A003 CDRL) OTHER RELEVANT INFORMATION : 1. Reference BAA-RVKV-2014-0001, Section IV, Eligibility Information, paragraph 3, concerning Federally Funded Research and Development Centers. Non Air Force (AF) Federally Funded Research Development Research Centers (FFRDC) such as Lawrence Livermore National Laboratory (LLNL), Los Alamos National Laboratory (LANL), Sandia National Laboratory (SNL), and Pacific Northwest National Laboratory (PNNL) may partner with proposers to this Broad Agency Announcement CALL provided the benefits of partnership are clearly stated and their efforts are included in the proposal but are technically and financially separable. The results and deliverables that will be achieved independently by the prime and their non-FFRDC partners must also be clearly stated. Furthermore, the offeror must specify and provide supporting rationale how the offeror envisions funding be transferred to the FFRDC for the proposed effort without Air Force involvement. The specified sponsor and funding mechanism must be identified (e.g., direct fund by the FFRDC's parent agency, subcontract to the prime, or other agency funding, through the "Work for Others" program of the Department of Energy (DOE)), and a clear description of how the Prime plans to coordinate with the FFRDC to accomplish their proposed efforts in order to support the sub-topic. Please note that funding of the non-FFRDC partners is subject to funds availability. Points of contact for the following FFRDCs are: William Walter, LLNL, walter5@llnl.gov (925) 423-8777 Dale Anderson, LANL, dand@lanl.gov (505) 606-1960 Neill Symons, SNL, npsymon@sandia.gov (505) 844-5782 James Hayes, PNNL, james.hayes@pnnl.gov (509) 375-1793 2. Program security classification for this CALL is UNCLASSIFIED. 3. Information is NOT expected to be ITAR restricted. 4. Government Furnished Property and Government Furnished Information are NOT expected to be provided. 5. Base Support: The Government is NOT expecting to be providing any base support for this effort. 6. Administrative Access to P roprietary Information: Administrative access to proprietary information may be necessary throughout completion of this effort. Service contracts contain a non-disclosure agreement that require the service Contractors to protect the data and prohibits them from using the data for any purpose other than for which the data was presented. Offerors will be required to sign and submit the Representations and Certifications associated with this CALL; Currently the Kirtland Air Force Base has administrative support by the company "Chenega Aerospace, LLC". 7. Cost Proposal Instructions and AF Adequacy Checklist: see Attachment #2. 8. FAR Certifications and Representations must be completed and submitted with the proposal per attachment #4. Note: The assertions captured under 252.227-2017 are repeated in Attachment #1 in a format that will be attached to the contract. Negative responses or "none" are requested as appropriate. 9. Or ganizational Conflict of Interest (OCI): OCI may apply to this action but cannot be determined prior to issuance of this announcement. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. 10. Employment Eligibility Verification: As prescribed by FAR 22.1803, FAR Clause 52.222-54, "Employment Eligibility Verification (Jul 2012)," is hereby incorporated by reference in this CALL. Any contract awarded as a result of this BAA that is above the Simplified Acquisition Threshold, and contains a period of performance greater than 120 days, shall include this clause. This clause requires contractors to enroll as a Federal Contractor in the E-Verify program within 30 days after contract award. Note! The data bearing restrictions may be subject to release under the provisions of the Freedom of Information Act (FOIA), if the funding agencies or a court determines that the material so marked is not exempt under the FOIA. The Government assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. APPLICABILITY OF BASELINE BAA : All requirements of BAA-RVKV-2014-0001 apply unless specifically amended and addressed in this CALL. Any discrepancies shall be brought to the contracting officer's attention immediately in writing. For complete information regarding BAA-RVKV-2014-0001, refer to the initial BAA (posted to https://www.fbo.gov/ on 09 April 2014) and any amendments. It contains information applicable to all CALLS issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the "Contracting Points of Contact" identified on page 1. PROPOSAL/APPLICATION AND SUBMISSION INFORMATION : Proposal Instructions : Please prepare your cost proposal format in accordance with (IAW) Attachment #2 Proposals shall be submitted: a. Electronically by means of the US Army's Space and Missile Center's AMRDEC Secure Access File Exchange, (SAFE) utility at https://safe.amrdec.army.mil/safe/. It is the proposer's responsibility to upload the complete proposal via this site with sufficient time to verify the safe arrival. Acknowledgement will be made by an email receipt from the contracting office or their representative. See Attachment #5; instructions for submitting your proposals electronically. or b. By sending one(1) hardcopy of the proposal with an electronic copy of the proposal on either a compact disk (CD-R) or a DVD-R) which shall be in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas. AFRL/RVKVB (General Mail Room) Attn: Contracting Officer or Specialist 3550 Aberdeen Ave., SE (Bldg 570) Kirtland AFB, NM 87117-5776 ATTACHMENTS: Attachment # 1 Data Assertions form Attachment # 2 Cost Proposal Instructions, includes AF Proposal Adequacy Checklist dated 08 APR 2013 Attachment # 3 CDRLs dated 21 Nov 2014 Attachment # 4 Representations and Certifications (Section K) dated 14 Feb 2012 Attachment # 5 AMRDEC Secure Access File Exchange, (SAFE) utility
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/BAA-RVKV-2014-0001/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN03606415-W 20150101/141230234234-42ad07bb4806b65340a854e90f791604 (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.