Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 28, 2016 FBO #5210
MODIFICATION

A -- Applications for Information Reporting (AIR)

Notice Date
2/26/2016
 
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-2015-0002
 
Point of Contact
Gail E. Marsh, Phone: 315-330-7518
 
E-Mail Address
Gail.Marsh@us.af.mil
(Gail.Marsh@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) Section IV.2: Removed two references to proposals. Directions are now specific to white papers (see Proposal Preparation Instructions for proposal guidance.); (b) Section VI.1: Added new URL for BAA Guide to Industry and the Proposal Preparation Instructions; (c) Section VI.5: Revised highlight some of the new or revised contractual provisions; (d) Section VI.6: Add special guidance for proposed grants. 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 BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Applications for Information Reporting (AIR) BAA ANNOUNCEMENT TYPE: Initial announcement BAA NUMBER: BAA RIK-2015-0002 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800 I. FUNDING OPPORTUNITY OVERVIEW: The Air Force Research Laboratory's Information Handling Branch (AFRL/RIEB) is soliciting white papers under this Broad Agency Announcement (BAA) for research, development, integration, test and evaluation of technologies/techniques to advance current intelligence and situation awareness applications specifically focused on mission reporting and analysis. The focus of this BAA directly supports the AFRL/RIEB mission to research, develop, and demonstrate advanced information technology solutions to support timely and secure intelligence information access, analysis, and dissemination for National Defense and Intelligence Community decision makers at all echelons, which enables the continuous assessment of global conditions and events; establishes and maintains critical battlespace situational awareness (including an understanding of adversarial capabilities and intent); provides game-changing intelligence; and locates, identifies, and tracks red, blue, and gray forces anywhere, anytime in near real-time. The purpose of these capabilities is to provide the right information to the right person at the right time. This enables a decision system that creates and exploits knowledge across the full range of military operations in real-time and faster than any adversary can react. These capabilities must provide a framework to better understand the state and non-state actor intent, capabilities, and enable desired effects across permissive, contested, and highly-contested operating environments (anti-access area denial (A2AD)). Further, these capabilities must be seamlessly integrated across operational domains to maximize joint force battlespace awareness, quickly authenticate and fuse data, and rapidly disseminate the information with joint services, other United States Government agencies, and allies. BACKGROUND: Consistent with Air Force Intelligence, Surveillance, and Reconnaissance (ISR) 2023 tenets, this vision supports and integrates the analyst, warfighter and decision maker. This shared vision depicts an enterprise that seamlessly ingests data from an even wider array of sources, swiftly conducts multi- and all- source analysis, and rapidly delivers decision advantage to warfighters and decision makers. A paradigm shift is critical to transform the focus from gathering to analysis, from data to decisions, from stove-pipe to network. Multi-Source Analysis applications are primed to provide game-changing capabilities for a multitude of scenarios to include the fight on anti-access, area denial (A2AD), activity-based intelligence (ABI), intelligence preparation of the operational environment (IPOE), non-traditional intelligence, surveillance, and reconnaissance (NTISR), and denial and deception. A2AD is becoming an emerging challenge problem as adversaries raise numerous barriers to the United States and allied forces for access into political, economic, and military operations. As a result, this BAA is focused on developing intelligent applications that provide capabilities for achieving situation awareness over considerable strategic and operational distances. A2AD environments will severely limit the use of traditional intelligence, surveillance, and reconnaissance assets. Therefore, this research will concentrate on leveraging a variety of data sources (traditional and non-traditional) to achieve global situation awareness across permissive, contested, and highly-contested environments. ABI is an emerging intelligence technique that focuses on collecting data on activities, transactions, and events over long periods of time and large areas to derive patterns of life. ABI includes the collection, processing, analysis, and storing of multiple intelligence sources to mine for relationships and activities that were previously unknown or unrecognizable. ABI applications will allow analysts to fuse and correlate related data for improved operational awareness. These applications will allow for quick cueing and tipping of ISR assets. ABI applications need to efficiently manage the volume, velocity, and variety of the data while providing innovative analytic capabilities to derive novel patterns of life. IPOE, as defined by the Joint Intelligence Preparation of the Operational Environment doctrine, are the analytical methodologies to reduce uncertainties concerning the enemy, environment, time, and terrain. IPOE produces intelligence products that directly support the commander's decision-making process to include defining the operational environment, describing the impact of the operational environment, evaluating the adversary, and determining adversary courses of action. This includes and is not limited to analyzing relevant political, military, economic, social, information and infrastructure variables that describe the impact of the operational environment on mission accomplishment. IPOE is critical to achieving and maintaining information superiority by identifying adversary centers of gravity, focusing intelligence collection, exploitation, and analysis at the right time and place, and analyzing the impact of the operational environment on military operations. The focus of this challenge problem will center on developing multiple intelligence (Multi-INT) applications that can assist with the IPOE process. NTISR is the planning and use of sensor systems and platforms that while not intended for a particular purpose, can contribute vital information to the development of battlespace awareness and increase the ability to conduct decisive operations. NTISR seeks to address the growing concern of the very high demand of intelligence, surveillance, and reconnaissance platforms that insufficient numbers of these platforms are negatively affecting every facet of the battlefield and ultimately inhibiting operations. Intelligent applications are needed to assist with the planning, execution, collection, and analysis of intelligence, surveillance, and reconnaissance missions and data to allow for smart operations. The end goal is to provide a more efficient and effective ISR capability that collects the necessary data to make informed decisions. FOCUS AREA: Information Reporting This BAA seeks out applications for mission reporting to include processing, exploitation, data analytics, data visualization, and dissemination of the reporting. Processing and exploitation converts the collected information into forms suitable to the production of intelligence. The collected raw data is transformed into information that can be readily analyzed and disseminated. The reports that are developed by these applications must be consumable by intelligence applications for the analysis of temporal, spatial, entity and association information. These capabilities would provide access to multiple data sources, data mining, and organizational collaboration tools that facilitate trend, link, pattern, and distributed analysis to support activity prediction and customer unique capabilities. Reporting applications should be focused on multi-INT, multi-source data to include, but not limited to, human intelligence, open source intelligence, signals intelligence, and geospatial intelligence. In order to contend with the continuous barrage of data, processing, exploitation, and analysis must be able to scale to large quantities of both streaming and batch data. Decision makers in various domains are constantly hampered by information overload from numerous diverse sources. This places tremendous strain and burden on the decision maker to manually process incoming information. In order to leverage multi-source competencies AFRL is seeking the next innovative reporting applications that will support combat mission data management and quantitative ISR mission assessment. Specifically, these applications will provide automated web-based data collection that can be made available to multiple applications, full report generation, workflow, search/query, visualization, analytics, and alerting for the user community. These applications shall provide web-based, centralized and standardized reporting capabilities and it will make information readily available to commanders, decision makers, and operators. Performers must fully support the development of documentation for certification and accreditation activities, as applications will eventually be accessible on numerous networks to include unclassified Internet, NIPR, SIPR, JWICS, among others. Proposed information reporting applications shall provide capabilities to address a multitude of report types, templates, report generation and workflow (Create, Read, Update, Delete (CRUD)), information requests, analysis, alerting, role-based access and privileges, security management (e.g. classification markings), be able to operate in classified domains and within cloud computing implementations. These applications must allow for internal and external data service interfaces. Combat and ISR mission data are critical elements of mission assessment and sources of intelligence on adversary forces and tactics. Without the automation of gathering and handling this data, operators are forced to manually perform these tasks which prevents timely and effective analysis. The information reporting applications must address ISR and combat mission data and perform quantitative and qualitative mission assessment that can be disseminated and available for consumption. II. AWARD INFORMATION: 1. FUNDING: Total funding for this BAA is approximately $7.75M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY15 - $1.5M FY16 - $2.25M FY17 - $2.25M FY18 - $1.75M Individual awards will not normally exceed 24 months with dollar amounts normally ranging from $100K to $700K per year. However, there is the potential to make awards up to any dollar value. 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. 2. FORM. Awards of efforts as a result of this announcement will be in the form of contracts or cooperative agreements depending upon the nature of the work proposed. 3. BAA TYPE: This is a two-step open broad agency announcement. This announcement constitutes the only solicitation. As STEP ONE - The Government is only soliciting white papers at this time. DO NOT SUBMIT A FORMAL PROPOSAL. 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 regarding the proposal. III. ELIGIBILITY INFORMATION: All qualified offerors who meet the requirements of this BAA may apply. This BAA is closed to foreign participation at the Prime Contractor level. Foreign Ownership, Control or Influence (FOCI) companies who have mitigated FOCI may inquire as to eligibility by contacting the contracting office focal point, Gail E. Marsh, Contracting Officer, telephone (315) 330-7518 or e-mail Gail.Marsh@us.af.mil for verification prior to submitting a white paper. Please reference BAA RIK-2015-0002. IV. APPLICATION AND SUBMISSION INFORMATION: All responses to this announcement must be addressed to the Technical point of contact (POC) listed in SECTION VII. DO NOT send white papers to the Contracting Officer. 1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY15 by 26 Feb 2015 FY16 by 30 Nov 2015 FY17 by 30 Nov 2016 FY18 by 30 Nov 2017 White papers will be accepted until 2 PM Eastern time on 28 Sep 2018, but it is less likely that funding will be available in each respective fiscal year after the dates cited. This BAA will close on 28 Sep 2018. 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. CONTENT AND FORMAT: Offerors are required to submit three 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: a. 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); b. Section B: Task Objective; and c. Section C: Technical Summary and Proposed Deliverables. All white papers shall be double spaced with a font no smaller than 12 point. 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-2015-0002 within their submission. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). 3. HANDLING AND MAILING INSTRUCTIONS: a. CLASSIFICATION GUIDANCE. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 2006 and incorporating Change 1 dated March 28, 2013, 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/. 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): Vincent Guza 315-330-4048 0730-1630 Monday-Friday 315-330-2961 Evenings and Weekends Email: vincent.guza@us.af.mil b. CLASSIFIED SUBMISSIONS. AFRL/RIEBB 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 offeror 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. Offerors that 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. c. MAILING INSTRUCTIONS. All responses, unclassified/classified, to this announcement must be sent U.S. Postal Service, registered mail and addressed to AFRL/RIEBB,, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK-2015-0002. Electronic submission is NOT authorized. Questions can be directed to the technical POC listed in Section VII. 4. OTHER SUBMISSION REQUIREMENTS/CONSIDERATIONS: a. COST SHARING OR MATCHING: Cost sharing is not a requirement. b. 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. The provision at FAR 52.204-7, System for Award Management (Jul 2013) applies. c. EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT/ SUBRECIPIENT 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 which can be viewed at: 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 d. ALLOWABLE CHARGES: 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). e. GOVERNMENT APPROVED ACCOUNTING SYSTEM: An offeror must have a government approved accounting system prior to award of a cost-reimbursement contract per limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining costs applicable to the contract. The acceptability of an accounting system is determined based upon an audit performed by the Defense Contract Audit Agency (DCAA). IMPORTANT : If you do not have a DCAA approved accounting system access the following link for instructions: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab= core&_cview=1 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 -- The soundness of approach for the development and/or enhancement of the proposed technology, with proven, incremental, or novel techniques, (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) Openness, Maturity and Assurance of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology, and (4) Reasonableness and realism of proposed costs and fees (if any). No further evaluation criteria will be used in selecting white papers/proposals. 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. 3. ADEQUATE PRICE COMPETITION: The Government may simultaneously evaluate proposals received under this BAA with a common cutoff date for multiple offerors. In this case, the Government may make award based on adequate price competition, and offerors must be aware that there is a possibility of non-selection due to a proposal of similar but higher-priced technical approach as compared to another offeror. VI. STEP TWO INFORMATION - REQUEST FOR PROPOSAL & AWARD: 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. For additional information, a copy of the AFRL "Broad Agency Announcement (BAA): Guide for Industry," Mar 2015, and Proposal Preparation Instructions, Dec 2014, may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab= core&_cview=1 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a 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 white paper/proposal. 3. DATA RIGHTS: a. SBIR 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. b. NON-SBIR RIGHTS. Unlimited rights are desired, but non-SBIR data rights less than unlimited will be evaluated and negotiated on a case-by-case basis. Government Purpose Rights are the minimum rights that will be accepted for non-commercial computer software developed and delivered under this BAA. 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. 5. NOTICE: The following provisions* apply: (a) DFARS 252.239-7017, Notice of Supply Chain Risk (b) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (c) DFARS 252.203-7996, Prohibition on Contracting with Entities that Requirement Certain Internal Confidentiality Agreements-Representation * Please note that the current versions or deviations of the related clauses will be included in any resulting contract. 6. GRANT AWARDS ONLY : For efforts proposed as grant awards, offerors must provide an abstract in their proposal (not to exceed one page) that is publically releasable and that describes - in terms the public may understand - the project or program supported by the grant. If the proposal is selected for award, the DoD will publically post the abstract to comply with Section 8123 of the Department of Defense Appropriations Act, 2015 (Pub. L. 113-235). VII. AGENCY CONTACTS: All white paper and proposal submissions and any questions of a technical nature shall be directed to the cognizant technical point of contact (TPOC) as specified below (unless otherwise specified in the technical area): Jeremy O'Brien AFRL/RIEBB 525 Brooks Road Rome, NY 13441-4505 Telephone: (315) 330-4729 Email: jeremy.obrien.1@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred): Gail Marsh Telephone (315) 330-7518 Email: Gail.Marsh@us.af.mil Emails 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 2014) 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 Email: barbara.gehrs@us.af.mil 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-2015-0002/listing.html)
 
Record
SN04033266-W 20160228/160226235126-0fe9f52e7e1cfb97063db9fd79732719 (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.