|
COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1996 PSA#1598Defense Advanced Research Projects Agency (DARPA), Contracts Management
Office (CMO), 3701 N. Fairfax Dr., Arlington VA 22203-1714 A -- ADVANCED TECHNOLOGY AND PROTOTYPE SYSTEMS FOR SURVEILLANCE
IMAGERY EXPLOITATION AND TARGETING SOL BAA96-22 DUE 082196 POC John
Gilmore,DARPA Program Manager, FAX (703) 696-2201. ADVANCED TECHNOLOGY
AND PROTOTYPE SYSTEMS FOR SURVEILLANCE IMAGERY EXPLOITATION AND
TARGETING SOL BAA #96-22 OPEN THROUGH 21 August 1996 Technical POC:
John Gilmore, Program Manager, Defense Advanced Research Projects
Agency (DARPA), Information Systems Office, 3701 N. Fairfax Drive,
Arlington, VA 22203-1714, Facsimile: (703) 696-2201, Electronic mail:
jgilmore@darpa.mil (E-mail contact is preferred). Contractual point of
contact: DARPA, Contracts Management Office (CMO), ATTN: Algeria Tate,
3701 North Fairfax Drive, Arlington, VA 22203-1714. DARPA is soliciting
proposal abstracts and proposals (technical and cost) from research
teams for the development of Advanced Technology and Prototype Systems
for Surveillance Imagery Exploitation and Targeting. Full technical
and cost proposals in response to this BAA shall be submitted to the
Technical POC listed above by 21 August 1996, 1500 hours Eastern
Daylight Savings Time. DARPA will review these and initiate awards for
contracts starting on or about the 2nd Quarter of government Fiscal
Year 1997. Offerors are required to submit proposal abstracts for a
review process. Proposal abstracts submitted for this are due by 3 July
1996, 1500 hours Eastern Daylight Savings Time. DARPA will review the
proposal abstracts and respond in writing to the abstract authors,
including comments on the likelihood of the full proposal being
selected. Exact formats and procedures for the proposal abstract and
proposal submission are included in a proposers information package
(PIP). On 7 June 1996 from 0900 to approximately 1530 an unclassified
informational briefing to industry covering this BAA will be held at a
location to be announced in the Arlington or McLean Area of Northern
Virginia. Offerors should follow the procedure in the PIP to attend
this briefing. GENERAL GOALS OF THIS BAA: The goal of the efforts at
large is to design, develop and evaluate innovative technology and
prototype systems for: Interactive Imagery Exploitation (INIMEX), Rapid
Target Model Insertion (RTMI), On-the-fly Training of Automatic Target
Recognition systems (OTFT-ATR), Automation, Exploitation, and
Dissemination for Multispectral Imaging (AED-MSI), and other sensor,
exploitation and automatic target cueing/recognition (OTHER-ATC/R)
development. Unless explicitly stated otherwise in the sections below,
the primary focus of this BAA is the development of algorithm
technology and prototype systems for application to synthetic aperture
radar (SAR) reconnaissance and surveillance systems. This focus does
not preclude approaches which are also applicable to other surveillance
sensor modes (electro- optical, infrared, etc.). All proposed
development should have the potential to significantly decrease
tactical imagery analysis and photo interpretation time lines, increase
the quality of the exploitation product and aid in the timely
processing of very large amounts of surveillance and reconnaissance
imagery in military theaters of operations. All proposed developments
must include experiments and metric evaluations to measure system and
subsystem performance against explicitly stated goals. INIMEX is the
combination of advanced automatic and semi-automatic imagery
exploitation techniques, automatic and semi-automatic target cueing and
recognition (ATC/R) systems, and advanced human-computer interface
(HCI) systems into tools, systems and environments that aid tactical
photo interpreters and imagery analysts in performing common tactical
missions using huge volumes of surveillance imagery. Proposed
approaches should design, develop and evaluate prototype INIMEX systems
that improve the quality and timeliness of the exploitation process
while exploring new human-computer environments and interface paradigms
for imagery analysis. RTMI is the rapid construction and validation of
models of target vehicles for use in ATC/R systems. Proposed
approaches should study and document concepts of operations and
requirements for RTMI in future operational systems, then design, build
and evaluate prototype systems for RTMI. Proposed approaches should
address time- and cost- reducing alternative methods to current
SAR-specific target model building and validation processing, then
develop and evaluate prototypes of such model building and validation
techniques in order to produce a small quantity (minimum: 5) of
SAR-specific target models. OTFT-ATR is the capability to automatically
or semi-automatically update existing (ATC/R) system and clutter model
parameters or create new ones using sensed imagery and other
observations, in order to adapt ATC/R systems to new target sets and
mission conditions. Proposed approaches should study and document
concepts of operations and requirements for OTFT-ATR in future
operational systems, then build and evaluate proof of concept systems
for advanced, innovative approaches to OTFT-ATR. Under AED-MSI (which
is not focused on SAR), technology is sought for electro-optical,
spectral-based (multispectral and hyperspectral) automated target
cueing development and system performance analysis as well as
spectral-based target detection and material identification algorithm
development. Under OTHER-ATC/R, offerors are encouraged to respond with
any innovative sensor, imagery exploitation technique and ATC/R
technique which shows significant promise against the general goals of
this solicitation. All proposed approaches should include a concept of
operations for the proposed technique, an assessment of the current
state of the art in the proposed area, and plans to design, build and
evaluate the proposed approach. Proposed efforts may be specific
algorithm development or prototype system developments. The anticipated
period of performance for all areas is estimated at 39 months, starting
on or about the 2nd Quarter of government Fiscal Year 1997, with a 9
month base period in FY 97 followed by option periods in FY 98, 99 and
00. Guidance on anticipated funding levels and periods of performance
are included in the PIP. Multiple awards are anticipated as a result
of this BAA. The selection of one or more sources for award will be
based on an evaluation of an offeror's response (both technical and
cost aspects) to determine the overall merit of the proposal in
response to the announcement. The criteria are as follows: (A) The
quality of offeror's technical solution, which is ranked as the first
order of priority, shall be evaluated based on the following criteria
which are listed in order of priority: (A1) The soundness of the
proposed technical approach, including proposed evaluations of
technology or systems, (A2) The quality of innovation of the proposed
technical approach, and (A3) The offeror's understanding of scope of
the problem and the technical effort needed to address it. (B) The
qualifications of offeror to perform the work, which is ranked second
in order of priority shall be evaluated based on the following criteria
which are equal in priority: (B1) The quality and quantity of technical
personnel proposed and their availability for the duration of the
contract, and (B2) The offeror's experience in relevant efforts and
resources committed to the proposed effort. (C) The quality and clarity
of the offeror's Statement of Work (SOW) and program plan, including
the realism of the proposed cost, which is ranked third in order of
priority. No other evaluation criteria will be used. DARPA reserves the
right to select for award of a contract or grant any, all, part, or
none of the proposals received. Award of a grant, in lieu of a
contract, to universities and nonprofit institutions will be considered
and will be subject to the mutual agreement of all parties. A Proposers
Information Package (PIP) has been prepared for this BAA. The PIP
provides important information on the following areas: program
technical rationale and program goals for each subject area, program
schedule and estimated costs for each subject area, proposal abstract
preparation and submission, proposal preparation and submission, award
criteria, the submission of questions via electronic mail, and other
important information. Technical and contractual questions should be
directed to (baa96-22@darpa.mil) and may be answered directly or
through the Frequently Asked Questions (FAQ) file. Offerors should
request or obtain a PIP in one of the following ways (electronic
retrieval is encouraged): (a) documents will be available at the DARPA
World Wide Web Site: http://www.darpa.mil/baa/, in the Information
Systems Office section, one working day after the CBD publication. (b)
ELECTRONIC MAIL INSTRUCTIONS: THE ELECTRONIC MAIL AUTO-RESPONDER IS
CAP SENSITIVE. Use lower case only. Send an electronic mail to
baa-info@DARPA.mil WITH NO SUBJECT. Within the BODY of the electronic
mail message, enter: info baa96-22(carriage return). Detailed
instructions on obtaining the PIP and other files related to baa96-22
will be automatically mailed back to you. (c) OTHER INSTRUCTIONS:
Request via U.S. Mail, e-mail, fax or phone from Ms. Pamela
Chelchowski, 3701 N. Fairfax Dr., Arlington, VA 22203, phone:
703-696-7440, Facsimile: 703-696-2201, electronic mail:
pchelchowski@darpa.mil. This BAA will be open through 21 August 1996.
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, 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, 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. This is an unrestricted announcement. Proposals
submitted shall be in accordance with this announcement. There will be
no other solicitation issued in regard to this requirement. Offerors
should be alert for any BAA amendments that may be published. No
portion of the BAA will be setaside for HBCU or MI participation due to
the impracticality of reserving discrete or severable areas of research
for exclusive competition among the entities. HBCU's and MI's are
encouraged to team with other proposers. (0137) Loren Data Corp. http://www.ld.com (SYN# 0001 19960517\A-0001.SOL)
A - Research and Development Index Page
|
|