|
COMMERCE BUSINESS DAILY ISSUE OF MAY 1,1996 PSA#1585Defense Advanced Research Projects Agency (DARPA), Contracts Management
Office (CMO), 3701 N. Fairfax Dr., Arlington VA 22203-1714 A -- TECHNOLOGY DEVELOPMENT FOR THE JOINT FORCES AIR COMPONENT
COMMANDER (JFACC) PROGRAM SOL BAA96-20 DUE 091096 POC Col. E. L.
Patneaud, USAF, (703) 696-2375 Alan Frederick, Contracts, (703)
696-0047. TECHNOLOGY DEVELOPMENT FOR THE JOINT FORCES AIR COMPONENT
COMMANDER (JFACC) PROGRAM, SOL BAA: 96-20, DUE: 06/15/96, CLOSEOUT:
9/10/96, POCs: Col. E. L. Patneaud, USAF, Technical, (703) 696-2375,
Alan Frederick, Contracts, (703) 696-0047,E-mail: baa96-20@darpa.mil.
The Information Systems Office (ISO) of the Defense Advanced Research
Projects Agency (DARPA) is soliciting white papers for the Joint Forces
Air Component Commander (JFACC) program. Proposals will be requested
for selected white papers. The goal of the JFACC Program is to develop,
integrate, and demonstrate technologies which enable revolutionary air
operations planning processes that will significantly enhance a
JFACC's ability to plan and execute an air operation at any level of
crisis - major regional conflicts, coalition warfare, and operations
other than war. PROGRAM OBJECTIVES AND DESCRIPTION: The JFACC Program
seeks to provide the technological foundation for a ''JFACC After
Next'' with operational transition of selected technologies throughout
a five year time frame. The JFACC Program objectives are to (1)
transform the air operations planning capabilities of the JFACC from a
reactive, sequential system to one which provides a continuous,
near-real-time predictive planning capability, as well as rapid
response to a dynamic situation, (2) provide a robust planning
capability enabling rapid evaluation of alternatives, less
human-intensive planning processes, and feedback on campaign
accomplishment, (3) provide a JFACC planning and execution system that
can be tailored to the theater needs, with significant reachback where
appropriate, and (4) provide a system that can support a range of
operational concepts, including coordinated, decentralized execution of
operations. The JFACC program is a multi-year, $100+M program. Three
categories of development are sought: (1) Technology-base research and
development focused on selected critical challenges to improve
operational military planning and decision support. Tasks include
development of proof-of-concept demonstrations and preparation of
appropriate technologies for insertion into functional application
prototypes. (2) Iterative development of prototype functional software
applications and common application services which have a high
probability of operational transition. Tasks include domain knowledge
acquisition, requirements definition, design, development, test,
demonstration, and integration with other applications and
technology-base projects. (3) Technology integration, evaluation and
demonstration of the JFACC program applications and technology-base
efforts. New and innovative approaches for integration of heterogeneous
applications and technology-base projects are sought. It is anticipated
that multiple JFACC technology-base, and applications & services
development proposals will be selected. A single JFACC technology
integration, evaluation and demonstration proposal will be
selected.REQUIREMENTS: White papers may address one or more of the
following areas (additional information on these requirements is
included in the Proposers Information Package):(1) Technology-Base
Research & Development: Higher risk, revolutionary technologies which
address the JFACC program objectives. Specific technology challenges
include: (a) development and management of common knowledge & plan
representations, (b) development and control of planning agents, (c)
managing the planning and execution process and flows of information in
the process, (d) continuous (re)planning including characterizing and
managing plan changes, (e) planning with uncertain, imprecise, and
asynchronous information, (f) planning in a simulated (predictive)
world including adversarial planning, (g) mixed-initiative planning
including rationale capture and exploitation, (h) plan evaluation and
visualization, and (i) group collaboration technologies which allow
spontaneous group formation and workflow management. Technologies
selected for development must be clearly scalable and translatable from
the R&D domain to permit operational transition within the JFACC
program.(2) Applications and Common Services Development: A set of
moderate risk revolutionary tools built on a common infrastructure
(i.e., the DARPA-DISA GCCS LES) which, when integrated, form an
end-to-end, continuous JFACC Planning and Execution System (JPES).
Specific capabilities sought include: (a) Integrated Strategy
Development tools which assist the planners in translating Joint Force
Commander guidance into air operations objectives, tasks and targets.
These tools include: (a.1) course of action tools to create and
evaluate friendly vs. enemy courses of action, (a.2) target systems
analysis tools which identify centers of gravity and perform critical
node analysis, (a.3) air operations strategy selection tools which
support development of top-down, strategy-to-task planning processes,
and collaborative plan creation among virtual, collaborative teams
planning force application, aerospace control, force enhancement (e.g.,
ISR, airlift, air refueling), and force support (e.g., logistics)
resources. (b) Plan Generation tools which allocate and schedule
resources against the tasks/targets, resulting in tasking to the lower
echelons for execution. Tools will: (b.1) provide a continuous,
event-driven planning process which can provide both proactive and
reactive resource allocation and scheduling, responding to battlespace
situation updates while supporting force-level planning and execution
monitoring capabilities, to include generation of preplanned options,
(b.2) enable rapid plan generation and evaluation to support the
creation and assessment of alternatives. (c) Campaign Assessment tools
which update the air operations plan task measures of effectiveness
(MOEs) satisfaction with intelligence report updates for the missions
flown. (d) Infrastructure which includes: (d.1) visualization tools
that produce user specified presentations at any level of aggregation
designed to enhance situational awareness for strategic, operational
and tactical commanders, (d.2) workflow management tools which plan,
monitor and control the planning processes and resources, (d.3)
collaboration tools which support the collaborative planning teams
using the application and common services. Offerors must identify and
provide background on the specific implementation technologies
proposed. Applications and services selected for development must be
adaptable to any Service air operations planning process, and be
extendable to land or naval planning processes.(3) Technology
Integration, Evaluation and Demonstration: Apply advanced,
cost-effective, flexible methods to integrate, demonstrate, and
evaluate the JFACC planning and execution technologies developed in
paragraphs (1) & (2) above. Develop a concept of operations and systems
architecture for the JPES. Extend Global Command and Control System
(GCCS) Leading Edge Services (LES) and infrastructure required to
support system level demonstrations. Refine JPES system-level
functional requirements and provide development/interface guidelines to
technology and application developers. Develop test and demonstration
scenarios and data. Plan and execute tests and demonstrations. Evaluate
demonstration performance of the JPES and its components. Provide
domain expertise to focus the effort of the technology-base developers,
and support technology-base transition to the application & common
services developers. Also support transition subsets of the JPES to
operational environments such as the Air Force Theater Battle
Management Core Systems (TBMCS), and DISA GCCS. GENERAL INFORMATION:
White papers will be evaluated on factors specified in the Proposers
Information Package (PIP) including understanding of the JFACC air
operations planning domain, scientific and technical merit of the
proposal, soundness of the proposed program plan, relevant experience
of the offeror, and cost realism. Successful offerors should
demonstrate an approach which exploits revolutionary fundamental
technologies, including those pursued by small companies,
not-for-profit, and university-based research programs. Teaming between
industry and basic research organizations is strongly encouraged.
Additional proposers information is available in the PIP accessible via
the World Wide Web (WWW) at http://www.arpa.mil/baa/#iso. Offerors who
can not access the PIP on the WWW may request, within 10 working days
of the BAA publication, that the PIP be e-mailed to them. All other
offerors are assumed to be able to access the PIP on the WWW. Offerors
should be alert for any PIP amendments which will be automatically
published on the WWW. White papers to be considered are due to DARPA by
COB 15 June 1996. Proposals will be due to DARPA by COB 10 September
1996. Contracts are expected to be awarded in the January 1997
timeframe. Unless otherwise directed by the proposer, non-government
technical advisors will participate in the white paper and proposal
review process. Procurement instruments forthcoming from this BAA may
include contracts, grants, and/or agreements. A cost plus award fee
(CPAF) contract for the Technology Integration, Evaluation and
Demonstration effort is anticipated. The provisions of the Federal
Acquisition Regulation (FAR) at 9.5 (Organizational Conflict of
Interest) apply in an award under this BAA. Accordingly, a potential
offeror is cautioned to review its contract and subcontract history,
and before incurring substantial proposal preparation expense, to
determine whether or not in its judgment a real or potential conflict
of interest does or might exist that will prevent the contracting
officer from considering its proposal, or making an award under this
BAA. Questionable circumstances or situations should be addressed to
the contracting officer for resolution and decision as soon as
possible. Offerors are also cautioned that (1) the absence of any
communication between offerors and the contracting officer on these
matters (real or potential conflict of interest) shall not preclude the
contracting officer from conducting his or her own research and
analysis, and arriving at his or her own determination relative to the
existence of real or potential conflicts of interest, and (2) in the
event of a determination of a conflict of interest, the government
shall not be liable for the cost of proposal preparation and
submission. There will be no other solicitations issued regarding the
requirements described above. DARPA reserves the right to select for
award any, all, part or none of the proposals received. No portion of
the BAA will be set-aside for HBCU and MI participation because of the
impracticality of reserving discrete or severable areas of development
for exclusive competition among these entities. Historically Black
Colleges and Universities and Minority Institutions are encouraged to
team with other offerors. On 20 May 1996 DARPA will host an
unclassified informational briefing to industry for this BAA . The
briefing will be held from 0900-1700 at the Ritz Carlton Hotel,
Pentagon City, 1250 S. Hayes St., Arlington, VA, (703)415-5000.
Offerors should submit requests to attend this briefing via e-mail to
''baa96-20@darpa.mil'' by 15 May. Companies and other institutions
should coordinate internally to submit a prioritized list of requested
attendees. These lists should include each requested attendee's name,
title, institution or company, telephone, fax, and electronic mail
address. Requesters will be notified by e-mail that their request can
be honored. If requested attendance exceeds capacity, it may be
necessary to limit attendance. SPONSOR: Defense Advanced Research
Projects Agency (DARPA), Contracts Management Office(CMO), 3701 North
Fairfax Drive, Arlington, VA 22203-1714. (0120) Loren Data Corp. http://www.ld.com (SYN# 0001 19960430\A-0001.SOL)
A - Research and Development Index Page
|
|