Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 10, 2024 SAM #8110
SOLICITATION NOTICE

A -- SIGNALS INFORMATION EXPLOITATION TECHNOLOGY ENHANCEMENTS (SIETE)

Notice Date
2/8/2024 9:36:28 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
FA8750-22-S-7002
 
Archive Date
12/31/2026
 
Point of Contact
Charles Estrella, Phone: 315-330-7160, Amber Buckley, Phone: 315-330-3605
 
E-Mail Address
charles.estrella@us.af.mil, amber.buckley@us.af.mil
(charles.estrella@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 ARA ANNOUNCEMENT TYPE:� Initial announcement ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE:� Signals Information Exploitation Technology Enhancements (SIETE) ARA NUMBER: FA8750-22-S-7002 PART I � OVERVIEW INFORMATION This announcement is for an Open, 2 Step ARA which is open and effective until 31 Dec 2026.� 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 3pm Eastern Standard Time (EST) on 31 Dec 2026, the following submission dates are suggested to best align with projected funding: FY22 by 15 MAR 2022 FY23 by 28 FEB 2023 FY24 by 28 FEB 2024 FY25 by 28 FEB 2025 FY26 by 28 FEB 2026 Offerors should monitor the Contract Opportunities on the SAM website at https://SAM.govin the event this announcement is amended. ������������������������������� �� CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:� Seeking innovative research to investigate algorithms, methodologies, and techniques for the demonstration and evaluation of enhanced signal information exploitation, dissemination, and analytics of existing and emerging adversarial systems. Areas of emphasis include 1) onboard processing enhancements of manned and unmanned Intelligence, Surveillance, and Reconnaissance (ISR) platforms; 2) high speed signal detection and prosecution technology demonstration, 3) cross domain multi-sensor/multi-platform data analytics, and 4) Open System Architecture (OSA) compliance for demonstration in operationally relevant environments. ARA ESTIMATED FUNDING:� Total funding for this ARA is approximately $99.9M.� Individual awards will not normally exceed 60 months with dollar amounts normally ranging from $1,000,000 to $5,000,000.� There is also the potential to make awards up to $24.9M. ANTICIPATED INDIVIDUAL AWARDS:� Multiple Awards are anticipated. However, the Air Force reserves the right to award zero, one, or more Procurement Contracts or Other Transactions, for all, some, or none of the solicited effort based on the offeror�s ability to perform desired work and funding fluctuations. There is no limit on the number of OTs that may be awarded to an individual offeror. TYPE OF INSTRUMENTS THAT MAY BE AWARDED: Procurement contracts, or other transactions (OT) depending upon the nature of the work proposed. Other Transactions for Prototype or Other Transactions for Experimentation. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive ARA, 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): ARA PROGRAM MANAGER: Charles Estrella, Program Manager, AFRL/RIGC 525 Brooks Rd, Rome, NY 13441 (315) 330-7160 or charles.estrella@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 ARA 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. SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS. � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � � Amendment No. 1 to BAA FA8750-22-S-7002 The purpose of this amendment is to: Section III, Eligibility Information, adds the following paragraph 5 for S&T Protection: 5. In accordance with AFRLI 61-113, S&T Protection, Contractors/Recipients are required to submit with their proposal a Standard Form 424, ""Research and Related and Senior and Key Person Profile (Expanded), as well as a Security Program Questionnaire, which are included in the RI-Specific Proposal Preparation Instructions and can be accessed at: https://sam.gov/opp/e628c811fafe041accdddf55fb8539bf/view?keywords=AFRL-BAA-GUIDE&sort=-relevance&index=&is_active=true&page=1. Always reference the newest versions of these documents.� Complete and submit the required forms with your proposal to the technical point of contact (TPOC) listed in Section VII-Agency Contacts AND AFRL.RIOF@us.af.mil. Contractors will be required to provide documentation of their Security Program Plan for initial Institution S&T Protection Program Review. The purpose of requesting the plan is to evaluate the offeror�s capacity for protecting the Government�s S&T and failure to demonstrate a plan adequate to meet the needs of the requirement may be grounds for considering the proposal unawardable. In the event a security risk is identified and the Government has determined the security risk exceeds the acceptable threshold, the Contractor/Recipient will be notified and informed of the termination/decline of award. The Government will be only required to provide a general statement of the reasoning due to Government OPSEC measures. After award, the Contractor/Recipient will be required to re-submit the Standard Form 424 as an annual requirement to the points of contact listed above. No other changes are made. � � � � � � � � � � � � � � � � � � � � � � AMENDMENT 2 to BAA FA8750-22-S-7002 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: 1.����������� Updated U.S.C. references to 10 USC 4022 (previously 10 USC 4003, 2371b); and 10 USC 4023 (previously 10 USC 4004, 2373) throughout; 2.����������� Part II, Full Text Announcement: a.����������� Section IV.f.5, removes the last sentence regarding options; b.����������� Section VI.1, updates the Proposal Formatting language; c.������������ Section VII, updates the provisions; No other changes are made. SEE ATTACHMENT FOR FULL ANNOUCEMENT CHANGES. � � � � � � � � � � � � � � � � � � � � � � � � � �AMENDMENT 3 to BAA FA8750-22-S-7002 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 Updated the �type of instruments that may be awarded� language; Part II, Full Text Announcement: Deletes the �Catalog of Federal Domestic Assistance (CFDA) number as no assistance instruments will be awarded off of this ARA; Section I, updates the language under �Important Notes Regarding�; Section I; updates the language regarding �Other Transactions for Research Projects� and �Other Transactions for Prototype�; Section IV, added language regarding responsible sources; Section IV.4.c, deleted the second sentence relating to grant or agreement awards as assistance instruments will not be awarded under this ARA; Section IV.h.1; updated the 10 U.S.C. reference to 10 U.S.C. 3014; Section V.4, added the certified cost and pricing data threshold for small businesses and nontraditional contractors; Section VI.1, updates the Proposal Formatting language; Section IV.3, updated the debriefing language; Section VII, updates the provisions; Section VII, updates the OMBUDSMAN. No other changes are made. SEE ATTACHED FOR FULL AMENDMENT DETAILS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/91a1695c87a84a39b09541fa1d09f61f/view)
 
Record
SN06959347-F 20240210/240208230047 (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.