Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 25, 2023 SAM #7849
SOLICITATION NOTICE

A -- Advancing Computing Technology and Applications

Notice Date
5/23/2023 9:24:50 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8750 AFRL RIK ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875019S7010
 
Archive Date
09/29/2024
 
Point of Contact
Paul Windover, BAA Manager, Phone: 315-330-2233, Amber Buckley, Contracting Officer, Phone: 315-330-3605
 
E-Mail Address
paul.windover@us.af.mil, amber.buckley@us.af.mil
(paul.windover@us.af.mil, amber.buckley@us.af.mil)
 
Description
NAICS CODE: 541715 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 BAA ANNOUNCEMENT TYPE: Initial announcement BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Advancing Computing Technology and Applications BAA NUMBER: FA8750-19-S-7010 PART I - OVERVIEW INFORMATION This announcement is for an Open, 2 Step BAA which is open and effective until 29 Sep 2024. 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 2359 Eastern Standard Time (EST) on 29 Sep 2024, the following submission dates are suggested to best align with projected funding: FY20 by 28 JUNE 2019 FY21 by 29 MAY 2020 FY22 by 31 MAY 2021 FY23 by 31 MAY 2022 FY24 by 31 MAY 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: Seeking innovative research to explore and develop computational capabilities with greater sophistication, autonomy, intelligence, and assurance for addressing dynamic mission requirements imposed by Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) and Cyber applications and size, weight, and power (SWaP) constrained Air Force Platforms. Of particular interest are emerging technologies that can provide revolutionary computational capabilities which enable greater system adaptability, autonomy, and intelligence while improving information availability throughout the C4ISR enterprise. This includes high performance embedded computing that supports on-board processing using advanced machine learning applications, robust and secure machine learning technology to strengthen and defend military applications of artificial intelligence and machine learning, non-conventional neuromorphic systems and applications, tools to increase the productivity of developing applications, methods and architectures that can provide dramatic improvements in the performance/cost of systems. Also of interest are technologies that can reduce warfighter decision latencies/response time, decrease system costs and system development times. This BAA is a follow-on to BAA RIK-14-05 entitled Emerging Computing Architectures and Applications, which was closed on 18 April 2019. BAA ESTIMATED FUNDING: Total funding for this BAA is approximately $99.9M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $1M 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 contract, grant, cooperative agreement or other transactions. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive BAA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement. AGENCY CONTACT INFORMATION: All white paper 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): BAA MANAGER: Courtney Raymond AFRL/RITB 525 Brooks Rd Rome, NY 13441-4505 Telephone: (315)330-3133 Email: courtney.raymond.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): 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 proposals rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not follow AMENDMENT 1 to BAA FA8750-19-S-7010 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: Part I, Overview Information: Updates FBO reference to Beta SAM website;� � Part II, Full Text Announcement: Section III.2.b.2, updates the DCSA website; Section IV.3.a, updates the DCSA website; Section IV.3.c, updates the mailing instructions; Section IV.4.e, updated the link to reference the Beta SAM website; Section VI.1, updates the RI Specific Proposal Preparation Instructions date and Beta SAM link; Section VI.4, adds paragraphs d and e; Section VII: updated the OMBUDSMAN. No other changes have been made. ________________________________________ NAICS CODE:� 541715 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 BAA ANNOUNCEMENT TYPE: �Initial announcement � BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Advancing Computing Technology and Applications��������������������������������������������������������������������������������������������� BAA NUMBER: FA8750-19-S-7010 � PART I � OVERVIEW INFORMATION This announcement is for an Open, 2 Step BAA which is open and effective until 29 Sep 2024.� 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 2359 Eastern Standard Time (EST) on 29 Sep 2024, the following submission dates are suggested to best align with projected funding: FY20 by 28 JUNE 2019 FY21 by 29 MAY 2020 FY22 by 31 MAY 2021 FY23 by 31 MAY 2022 FY24 by 31 MAY 2023 � Offerors should monitor the Contract Opportunities on the Beta SAM website at https://beta.SAM.gov in the event this announcement is amended. ����������������������� �� CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:� �Seeking innovative research to explore and develop computational capabilities with greater sophistication, autonomy, intelligence, and assurance for addressing dynamic mission requirements imposed by Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) and Cyber applications and size, weight, and power (SWaP) constrained Air Force Platforms. Of particular interest are emerging technologies that can provide revolutionary computational capabilities which enable greater system adaptability, autonomy, and intelligence while improving information availability throughout the C4ISR enterprise. This includes high performance embedded computing that supports on-board processing using advanced machine learning applications, robust and secure machine learning technology to strengthen and defend military applications of artificial intelligence and machine learning, non-conventional neuromorphic systems and applications, tools to increase the productivity of developing applications, methods and architectures that can provide dramatic improvements in the performance/cost of systems. Also of interest are technologies that can reduce warfighter decision latencies/response time, decrease system costs and system development times. This BAA is a follow-on to BAA RIK-14-05 entitled Emerging Computing Architectures and Applications, which was closed on 18 April 2019. BAA ESTIMATED FUNDING:� Total funding for this BAA is approximately $99.9M.� Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $1M 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 contract, grant, cooperative agreement or other transactions. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive BAA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement. � AGENCY CONTACT INFORMATION:� All white paper 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): BAA MANAGER:����������������������������������������������������� Courtney Raymond��������������������������������������������������� AFRL/RITB��������������������������������������������������������������� 525 Brooks Rd Rome, NY 13441-4505��������������������������������������������������������� Telephone: (315)330-3133���������������������������������������� Email: courtney.raymond.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): ��� 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 proposals rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed. PART II � FULL TEXT ANNOUNCEMENT � BROAD AGENCY ANNOUNCEMENT (BAA) TITLE:� BAA NUMBER: BAA FA8750-19-S-7010 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800 � I. �TECHNOLOGY REQUIREMENTS: The Air Force Research Laboratory is soliciting white papers under this Broad Agency Announcement (BAA) for research, development, integration, test and evaluation of technologies/techniques to explore and develop computational capabilities with greater sophistication, autonomy, intelligence, and assurance for addressing dynamic mission requirements imposed by Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) applications and size, weight, and power (SWaP) constrained Air Force Platforms. Of particular interest are emerging technologies that can provide revolutionary computational capabilities which enable greater system adaptability, autonomy, and intelligence while improving information availability throughout the C4ISR enterprise. This includes high performance embedded computing that supports on-board processing using advanced machine learning applications, robust and secure machine learning technology to strengthen and defend military applications of artificial intelligence and machine learning, non-conventional neuromorphic system and applications, tools to increase the productivity of developing applications, methods and architectures that can provide dramatic improvements in the performance/cost of systems. Also of interest are technologies that can reduce warfighter decision latencies/response time, decrease system costs and system development times. Embedded and Tactical High Performance Computing The objective of this research is to explore innovative computing processor architectures for meeting future Air Force real-time high performance embedded computing applications. The computing architectures of interest include the digital signal processing (DSP), field-programmable gate array (FPGA) devices, Graphics Processing Units (GPUs), and neuromorphic computing architectures. This research includes but is not limited to: innovative techniques for exploiting multi-core and many-core parallelism, mapping of applications, multi-core software technologies, programming tools and interconnection technologies. The emphasis on the computing processor architectures is based primarily on size, weight and power (SWaP) constraints. Basic and applied research in the area of high performance embedded energy efficient computing hardware, software, and total system are of interest. Advanced technology addressing warfighter needs for enterprise level and deployable high performance computing is also of interest. Additional interest is in the deployment of artificial intelligence and machine learning applications at the edge, utilizing an embedded high performance computing system. Secured system and operation with hardware, software and data protection are of particular interest. Other research includes cyber hardening techniques for the development of trusted embedded architectures.� Exploration and concept demonstration of novel system architectures are desired, such as high speed input/output (I/O) devices and heterogeneous systems that ensure best performance across a diverse set of C4ISR applications and algorithms. The government may provide Government Furnished Property (GFP) for this technical area of the Agile Condor system for related efforts. � Questions regarding this technical area can be directed to: Mark Barnell, mark.barnell.1@us.af.mil, 315-330-3273 and Courtney Raymond, Courtney.Raymond.1@us.af.mil, 315-330-3133 � Neuromorphic Computing and Machine Learning Applications The objective of this research is to advance the understanding and development of emerging computationally intelligent systems towards increased perception, adaptability, reconfigurability, resiliency, self-optimization, and autonomy for energy efficient agile Air Force platforms. Research includes the multidisciplinary development of beyond Von Neumann-based computers to include memristive systems, hardware-based neural networks, reservoir computing, chaotic systems, and advanced software algorithms, among others. The utilization of recent enabling advancements in computational neuroscience, nanoelectronics, nanophotonics, high performance computing, and material science, is stressed. Research into advancing machine learning to target AF platform and applications is highlighted. A specific interest area is embedded deep learning, focusing on the development and application of machine learning models for embedded devices. This also includes research and development in trusted, robust and efficient machine learning to enable deep learning technologies which are resiliant to perturbations in input data and secured against adversarial actions which seek to affect the models and/or data input, instilling the highest degree of confidence in deep learning methods. �Emerging applications of interest include pattern recognition and signature analysis, autonomous adaptive operations, human-machine collaboration, neural control of complex systems, in situ training and self-learning of neural networks. � Questions regarding this technical area can be directed to: Clare Thiem, clare.thiem@us.af.mil, 315-330-4893 and Courtney Raymond, Courtney.Raymond.1@us.af.mil, 315-330-3133 � Nanocomputing The objective of this research is to explore current and emerging nanoelectronics and nanophotonics for information processing towards novel super-high-performance computing architectures that utilize ultra-low consumed power. In order to achieve this energy efficient computing performance, this research utilizes bottom-up/top-down synthesis taxonomy of non-Von Neumann based designs for computing (processing) platforms implemented using innovative inorganic and/or organic nanodimensional devices and circuits. The emphasis of this research is on emerging nanomaterials and processes that enable innovative organizations/architectures and assess 2D and 3D technology research involving novel hardware, software, design methods and nanotechnology solutions. Nanoelectronics of interest include, but are not limited to, multidisciplinary development of memristive, nanophotonic, spintronic, carbon-based, or hybrid complementary metal oxide semiconductor (CMOS) technologies in novel building block circuits and architectures. Nanoelectronic architectures that support novel information processing such as spike processing and synthetic neurons in bio-inspired architectures are also of interest. Emerging applications include use in embedded, autonomous systems, as well as brain-computer interfaces. � Questions regarding this technical area can be directed to: Joseph Van Nostrand, joseph.vannostrand.1@us.af.mil, 315-330-4920 and Courtney Raymond, Courtney.Raymond.1@us.af.mil, 315-330-3133 � � � � � � � IMPORTANT NOTES REGARDING: � FUNDAMENTAL RESEARCH.� It is DoD policy that the publication of products of fundamental research will remain unrestricted to the maximum extent possible. National Security Decision Directive (NSDD) 189 defines fundamental research as follows: �Fundamental research� means basic and applied research in science and engineering, the results of which ordinarily are published and shared broadly within the scientific community, as distinguished from proprietary research and from industrial development, design, production, and product utilization, the results of which ordinarily are restricted for proprietary or national security reasons. As of the date of publication of this BAA, the Government cannot identify whether work proposed under this BAA may be considered fundamental research and may award both fundamental and non-fundamental research.� Proposers should indicate in their proposal whether they believe the scope of the research included in their proposal is fundamental or not. While proposers should clearly explain the intended results of their research, the Government shall have sole discretion to select award instrument type and to negotiate all instrument terms and conditions with selectees. Appropriate clauses will be included in resultant awards for non-fundamental research to prescribe publication requirements and other restrictions, as appropriate. For certain research projects, it may be possible that although the research being performed by the awardee is restricted research, a sub-awardee may be conducting fundamental research. �In those cases, it is the awardee�s responsibility to explain in their proposal why its sub-awardee�s effort is fundamental research. CLOUD COMPUTING.� In accordance with DFARS Clause 252.239-7010, if the development proposed requires storage of Government, or Government-related data on the cloud, offerors need to ensure that the cloud service provider proposed has been granted Provisional Authorization by the Defense Information Systems Agency (DISA) at the level appropriate to the requirement. 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: FY20 - $24M FY21 - $23.9M FY22 - $22M FY23 - $20M FY24 - $10M � � Individual awards will not normally exceed 36 months with dollar values normally ranging from $1M 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 of $99.9M.��� � 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.��� � III. ELIGIBILITY INFORMATION: � 1.� ELIGIBILITY:� All qualified offerors who meet the requirements of this BAA may apply.� � 2.� FOREIGN PARTICIPATION/ACCESS: � This BAA is closed to foreign participation. This includes both foreign ownership and foreign nationals as employees or subcontractors. Exceptions.� Fundamental Research.� If the work to be performed is unclassified, fundamental research, this must be clearly identified in the white paper and/or proposal.� See Part II, Section I for more details regarding Fundamental Research. �Offerors should still identify any performance by foreign nationals at any level (prime contractor or subcontractor) in their proposals.� Please specify the nationals� country of origin, the type of visa or work permit under which they are performing and an explanation of their anticipated level of involvement.� You may be asked to provide additional information during negotiations in order to verify the foreign citizen�s eligibility to participate on any contract or assistance agreement issued as a result of this announcement Foreign Ownership, Control or Influence (FOCI) companies who have mitigation plans/paperwork in place.� Proof of approved mitigation documentation must be provided to the contracting office focal point, Amber Buckley, Contracting Officer, telephone (315) 330-3605, or e-mail Amber.Buckley@us.af.mil prior to submitting a white paper and/or a proposal. �For information on FOCI mitigation, contact the contact the Defense Counterintelligence and Security Agency (DCSA).�� Additional details can be found at: https://www.dcsa.mil/mc/ctp/foci/ Foreign Nationals as Employees or Subcontractors. Applicable to any effort not considered Fundamental Research.� Offerors are responsible for ensuring that all employees and/or subcontractors who will work on a resulting contract are eligible to do so.� Any employee who is not a U.S. citizen or a permanent resident will be restricted from working on any resultant contract unless prior approval of the Department of State or the Department of Commerce is obtained via a technical assistance agreement or an export license. Violations of these regulations can result in criminal or civil penalties. Information Regarding Non-US Citizens Assigned to this Project � Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on contracts, assistance instruments or other transactions awarded under this BAA must be U.S. citizens.� For the purpose of base and network access, possession of a permanent resident card (""Green Card"") does not equate to U.S. citizenship. �This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments.� It also does not apply to dual citizens who possess US citizenship, to include Naturalized citizens.� Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access.� Specific format for waiver request will be provided upon request to the Contracting Officer. �The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). For the purposes of Paragraph 1, it an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system.� If an IT network/system requires a U.S. Government sponsor to endorse the application in order for access to the IT network/system, AFRL will only endorse the following types of applications, consistent with the requirements above: � Contractor employees who are U.S. citizens performing work under contracts, assistance instruments or other transactions awarded under this BAA. Contractor employees who are non-U.S. citizens and who have been granted a waiver. � Any additional access restrictions established by the IT network/system owner apply. � 3.� FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTERS AND GOVERNMENT ENTITIES:� Federally Funded Research and Development Centers (FFRDCs) and Government entities (e.g., Government/National laboratories, military educational institutions, etc.) are subject to applicable direct competition limitations and cannot propose to this BAA in any capacity unless they meet the following conditions: � FFRDCs:� FFRDCs must clearly demonstrate that the proposed work is not otherwise available from the private sector; and FFRDCs must provide a letter on official letterhead from their sponsoring organization citing the specific authority establishing their eligibility to propose to Government solicitations and compete with industry, and their compliance with the associated FFRDC sponsor agreement�s terms and conditions.� This information is required for FFRDCs proposing to be prime contractors or sub-awardees. � Government Entities:� Government entities must clearly demonstrate that the work is not otherwise available from the private sector and provide written documentation citing the specific statutory authority and contractual authority, if relevant, establishing their ability to propose to Government solicitations.� While 10 U.S.C.� 2539b may be the appropriate statutory starting point for some entities, specific supporting regulatory guidance, together with evidence of agency approval, will still be required to fully establish eligibility. � FFRDC and Government entity eligibility will be determined on a case-by-case basis; however, the burden to prove eligibility for all team members rests solely with the proposer. � Government agencies interested in performing work related to this announcement should contact the Technical Point of Contact (TPOC).� If resulting discussions reveal a mutual interest, cooperation may be pursued via other vehicles. � IV. APPLICATION AND SUBMISSION INFORMATION:� � All responses to this announcement must be addressed to the Technical Point of Contact (TPOC) 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 2359 Eastern Standard Time (EST) on the following dates to maximize the possibility of award: � FY20 by 28 JUN� �2019 FY21 by 29 MAY 2020 FY22 by 31 MAY 2021 FY23 by 31 MAY 2022 FY24 by 31 MAY 2023 � � White papers will be accepted until 2359 EST on 29 Sept 2024, but it is less likely that funding will be available in each respective fiscal year after the dates cited.� This BAA will close on 29 Sept 2024. � All offerors submitting white papers will receive notification of their evaluation results within 45 days of submission.� Offerors should email the TPOC and the Contracting Officer listed in Section VII, for status of their white paper(s) after 45 days, if no such correspondence has been received. � 2.� CONTENT AND FORMAT:�� Offerors are required to submit 2 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 and email)(this section is NOT included in the page count); Section B: Task Objective; and 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) Code, their unique entity identifier and electronic funds transfer (EFT) indicator (if applicable), an e-mail address and reference BAA FA8750-19-S-7010 with 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 28, 2006 and incorporating Change 2, dated May 18, 2016, as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105.�� Defense Counterintelligence and Security Agency (DCSA) Site for the NISPOM is:� http://www.dcsa.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): � Information Protection Office (contact only if a security compromise has occurred) Monday-Friday (0730-1630):� � Call 315-330-4048 or Email: vincent.guza@us.af.mil Evenings and Weekends:� �������� Call 315-330-2961 � ����������� b.� CLASSIFIED SUBMISSIONS.� AFRL/RITB 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.� � Email Unclassified electronic submission to the TPOC identified in Section VII.� Encrypt or password-protect all proprietary information prior to sending.�� Offerors are responsible to confirm receipt with the TPOC.� AFRL is not responsible for undelivered documents.� If electronic submission is used, only one copy of the documentation is required. Questions can be directed to the TPOC listed in Section VII. 4.� OTHER SUBMISSION REQUIREMENTS/CONSIDERATIONS:� ����������� a. COST SHARING OR MATCHING:� Cost sharing is not a requirement.� Cost sharing may be proposed and will be considered on a case-by-case basis. Cost share will not be a factor in selection for award. �����...
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/29f5f6ceb76f4704b89928f8ba7f71c8/view)
 
Record
SN06691429-F 20230525/230523230117 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.