MODIFICATION
A -- SPACE SITUATION AWARENESS (SSA), CHARACTERIZATION, AND EVENT ASSESSMENT
- Notice Date
- 9/18/2019
- Notice Type
- Modification/Amendment
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
- FA875019S7004
- Point of Contact
- CAROLYN SHEAFF, Phone: 315-330-7147, Amber Buckley, Phone: 315-330-3605
- E-Mail Address
-
Carolyn.Sheaff@us.af.mil, amber.buckley@us.af.mil
(Carolyn.Sheaff@us.af.mil, amber.buckley@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- AMENDMENT 1 for BAA FA8750-19-S-7004 The purpose of this modification is to increase the ceiling value and make the following changes to the BAA: (a) Removes LtCol. Jason Goldberg as an Agency Contact throughout the synopsis; (b) Part I Overview Information and Section II, the BAA ceiling is raised to $99.9M and the fiscal year breakout of funding is updated; (c) Section VI.4: added paragraphs (d) and (e); (d) Section VI.7, added paragraph (d); (e) Section VII: updated the Alternate OMBUDSMAN. No other changes have been made. Part I- OVERVIEW INFORMATION is deleted in its entirety and replaced with the below, which raises the ceiling of the BAA to $99.9M: PART I - OVERVIEW INFORMATION This announcement is for an Open, 2 Step BAA which is open and effective until 30 Sep 2023. Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only. While white papers will be considered if received prior to 1700 Eastern Standard Time (EST) on 30 Sep 2023, the following submission dates are suggested to best align with projected funding: FY19 by 28 Mar 2019 FY20 by 2 Jan 2020 FY21 by 2 Jan 2021 FY22 by 2 Jan 2022 FY23 by 2 Jan 2023 Offerors should monitor the Federal Business Opportunities website at http://www.fbo.gov in the event this announcement is amended. CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT: The focus of this BAA is to research, develop, demonstrate, integrate, test and deliver innovative technologies associated with tasking, collection, processing, exploitation, analysis and dissemination of data and information in support of Space Situation Awareness (SSA), characterization, and assessment of space related events. In addition, the BAA will develop techniques that provide avenues to leverage new sensor technology, High-Performance Computational SSA, expertise and applications from the ground, orbital and cyber intelligence assessment perspectives to attain an integrated, predictive SSA perspective. BAA ESTIMATED FUNDING: Total funding for this BAA is approximately $99.9M. Individual awards will not normally exceed 48 months with dollar amounts normally ranging from $450K to $5M. There is also the potential to make awards up to any dollar value as long as the value does not exceed the available BAA ceiling amount. ANTICIPATED INDIVIDUAL AWARDS: Multiple Awards are anticipated. TYPE OF INSTRUMENTS THAT MAY BE AWARDED: Procurement contracts, grants, cooperative agreements or other transactions depending upon the nature of the work proposed. AGENCY CONTACT INFORMATION: All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Points of Contact (TPOC) as specified below (email requests are preferred): BAA MANAGER : Carolyn Sheaff AFRL/RIED 525 Brooks Rd Rome, NY 13441-4505 Telephone: (315)330-7147 Carolyn.Sheaff@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred): Amber Buckley Telephone (315) 330-3605 Email: Amber.Buckley@us.af.mil Emails must reference the solicitation (BAA) number and title of the acquisition. Pre-Proposal Communication between Prospective Offerors and Government Representatives : Dialogue between prospective offerors and Government representatives is encouraged. Technical and contracting questions can be resolved in writing or through open discussions. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed. Section II AWARD INFORMATION is deleted in its entirety and replaced with the below, which raises the ceiling to $99.9M and updates the breakout of funding: II. AWARD INFORMATION : 1. FUNDING: Total funding for this BAA is approximately $99.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY19 - $.263M FY20 - $29.137M FY21 - $23.5M FY22 - $23.5M FY23 - $23.5M a. Individual awards will not normally exceed 48 months with dollar values normally ranging from $450K to $5M. There is also the potential to make awards up to any dollar value as long as the value does not exceed the available BAA ceiling amount. b. 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, grants, cooperative agreements or other transactions 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. Section VI. 4. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS is amended to add the following: d. ACTIONS FOR THE PROTECTION OF INTELLECTUAL PROPERTY, CONTROLLED INFORMATION, KEY PERSONNEL AND CRITICAL TECHNOLOGIES. Offerors who are requested to submit a proposal under this solicitation of grants, cooperative agreements, Technology Investment Agreements, and other non-procurement transactions only shall submit specific information for all key personnel, whether or not the individuals' efforts under the project are to be funded by the DoD. Specific requirements will be detailed in the Request for Proposal (RFP) letter. The information shall be included in the Research and Related/Key Person Profile (Expanded) form ( https://www.grants.gov/forms/r-r-family.html ). This collection only applies to persons identified as key personnel. This information shall not be included in the overall proposal page limits. Failure to submit this information may cause the proposal to be returned without further review, and the DoD reserves the right to request further details before making a final determination on funding an effort. This information will be used to support protection of intellectual property, controlled information, key personnel, and information about critical technologies relevant to national security. Additionally, this information will be used to limit undue influence, including foreign talent programs, by countries that desire to exploit United States' technology within the DoD research, science and technology, and innovation enterprise. e. BURDEN REDUCTION. With the exception of paragraph d. above, in order to reduce grant recipient reporting burden, effective 1 JAN 2019, use of the SF-424B is optional. Also, effective 1 JAN 2020, the SAM will become the central repository for common government-wide certifications and representations required of Federal grants recipients. As registration in SAM is required for eligibility for a Federal award and registration must be updated annually, Federal agencies will use SAM information to comply with award requirements and avoid increased burden and costs of separate requests for such information, unless the recipient fails to meet a Federal award requirement, or there is a need to make updates to their SAM registration for other purposes. (OMB Memorandum M 18-24). Section VI.7 NOTICE is amended to add the following: d. DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors Section VII. AGENCY CONTACTS, the OMBUDSMAN revised to read as follows: 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 (Jun 2016) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman and Deputy Ombudsman are as follows: Mr. Steven Ewers AFRL/PK 1864 4th Street Building 15, Room 225 Wright-Patterson AFB OH 45433-7130 (937) 255-5235 Steven.Ewers@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA875019S7004/listing.html)
- Record
- SN05450045-W 20190920/190918231231-b74b816d7b1d9cbac3dbce55002750c6 (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 |