|
COMMERCE BUSINESS DAILY ISSUE OF MARCH 10,1998 PSA#2048NATIONAL IMAGERY AND MAPPING AGENCY, PCOE/MS D-5, 4600 SANGAMORE ROAD,
BETHESDA, MD 20816-5003 A -- COMMERCIAL IMAGERY INITIATIVE BROAD AGENCY ANNOUNCEMENT SOL
NMA301-98-BAA-0001 DUE 042098 POC Kenneth D. Popkin, Contracting
Officer I. INTRODUCTION. The National Imagery and Mapping Agency
announces a Fiscal Year 1998 competition for the Commercial Imagery
Initiative (CII). The CII is a National Imagery and Mapping Agency
(NIMA) initiative to examine alternatives for providing the U.S.
national security community access to commercial imagery provided by
the commercial remote sensing industry. This CII may result in research
designed to determine if commercial capabilities can be incorporated
into existing U.S. Government practices and capabilities. II. GENERAL
INFORMATION. Through this CII competition, NIMA expects to make awards
for the research and development of adaptations to both vendor systems
architectures and U.S. Government Systems to support national security
missions, subject to the availability of appropriations. All awards
will be based on merit competition. III. AREAS OF INTEREST-GENERAL. The
major architecture functions for research and development are
identified in Section VIII. These descriptions are intended to provide
proposers with a frame of reference for these topics. Innovative ideas
that address these concerns are encouraged. Proposers are urged to
consider the topics carefully, and are strongly encouraged to contact
industry vendors to achieve common solutions for topics of mutual
interest. Inquiries are welcomed and a briefing may by available for
interested parties. Note, however, proposals must be directed only to
the contracting officer. IV. CONDITIONS-GENERAL. This CII is
specifically for the topics identified in Section VIII. Potential
proposers are advised to read Section VIII carefully. This BAA is aimed
at commercial satellite imagery companies that have made or are making
substantial investments in placing on-orbit one-meter high resolution
commercial satellite imagery. The U.S. national security community
strongly favors gaining access to close to real-time commercial imagery
and therefore in the strongest terms possible urge vendors to
intensively explore options to provide Government easy and responsive
access. A partnership among commercial imagery providers is valued.
Partnership proposals should list one vendor as the principle point of
contact and define the relationships among the partners. V.
CONTRACT/AGREEMENT TYPE. NIMA is willing to consider various types of
proposals including; traditional FAR/DFARS type contracts and/or
non-procurement agreements (e.g., Cooperative Agreements, and "Other
Transactions"). These agreements are effected under 10 U.S.C. 2371
(Congressional direction requires that at least 50 percent of the cost
of a project under this initiative be provided by industry) and
"Section 845, Authority to Carry Out Certain Prototype Projects."
Information concerning "Other Transactions" can be found at
http://www.darpa.mil/cmo/pages/other_trans.html and
http://www/acq/osd.mil/ddre/research, or by contacting Mary Ann Klaner
or Ken Popkin at (301)227-2743 or by e-mail to klanerm@nima.mil or
popkink@nima.mil. VI. REQUIREMENTS FOR PROPOSALS. Proposers are invited
to submit detailed proposals. All proposals submitted under the terms
and conditions cited herein will be reviewed. The proposals should be
submitted in two volumes. Volume I, Technical Proposal, and Volume II,
Cost/Funding proposal. Volume II should contain a firm estimate of
cost, both total cost and detailed cost for each functional area.
Proposals will be evaluated by the criteria cited in Section VII.
Submission by electronic media will be accepted, however, a copy of the
proposal with the signature of an authorizing official must also be
submitted to the contracting officer. Five copies of the proposals
should be submitted to the NIMA Contracting Officer, PCO/MS D-5, 4600
Sangamore Road, Bethesda, MD 20816-5003. Proposals must be received by
the NIMA contracting officer by 20 April 1998. Awards are planned to
be in place by 01 June 1998. TECHNICAL PROPOSAL Technical proposals
should not exceed twenty-five (25) pages and should include the
following three sections: Section 1 -- Executive Summary: Provide a
brief technical and business description of the contents of the
proposal. The technical area should address the proposal's technical
goals, approach, and expected results. The business area should address
business and market issues for successful commercialization of the
proposal technology. Section 2 - -- Technical Issues: Give a detailed
explanation of the technical approach, objectives, staffing and
resources relating to the development of the proposed technology for
both military and commercial use. Discuss clearly and specifically in
realistic terms the technical objectives of this proposed effort;
include a Statement of Work (SOW) that discusses the specific tasks to
be accomplished, tied to the specific approach and goals of the
project. Section 3 -- Business Issues: Discuss the business issues
relating to the commercialization of the proposed development and its
impact on the market. Include the benefits to the Department of Defense
(DOD). COST/FUNDING PROPOSAL Cost/funding proposals are not restricted
in length, have no specific page layout requirements, and should
address funding periods of performance. Work breakdown structures and
certified cost or pricing data are neither required nor desired,
however, NIMA reserves the right to request this information for
proposals using FAR/DFARS type contracts. Cost/funding proposals should
be organized to include four sections in the following order: total
project cost, cost sharing and in-kind contributions, cost to the
Government and off-budget supporting resources. These are described in
more detail below. Section 1 -- Total Project Cost: This section will
give a detailed breakdown of costs of the project. Cost should also be
broken down on a task-by-task basis for each task appearing in the
statement of work. This should include all of the proposed costs to the
Government and cost sharing by the proposer. The following information
should be presented in your proposal for each phase of the effort:
total cost of the particular project phase; total proposer cost share;
funding requested from the Government; and elements of cost (labor,
direct materials, travel, other direct costs, equipment, software,
patents, royalties, indirect costs, and cost of money). Sufficient
information should be provided in supporting documents to allow the
Government to evaluate the reasonableness of these proposed costs,
including salaries, overhead, equipment purchases, fair market rental
value of leased items, and the method used for making such valuations.
Profit should not be included as a cost element. Section 2 -- Cost
Sharing and In-Kind Contributions: This section will include: (1) the
sources of cash and amounts to be used for matching requirements; (2)
the specific in-kind contributions proposed, their value in monetary
terms, and the methods by which their values were derived; and (3)
evidence of the existence of adequate cash or commitments to provide
sufficient cash in the future. Affirmative, signed statements are
required from outside sources of cash. Proposals should contain
sufficient information regarding the sources of the proposer's cost
share so that a determination may be made by the Government regarding
the availability, timeliness, and control of these resources. For
example: How will the funds and resources be applied to advance the
progress of the proposed effort? What is the role of any proposed
in-kind contributions? Section 3 -- Cost to the Government: This
section will specify the total costs proposed to be borne by the
Government and any technical or other assistance including equipment,
facilities, and personnel of Federal laboratories, if any, required to
support these activities. The cost to the Government should be that
portion of the proposed effort, which is not covered by a cost share.
The costs incurred and work performed by any DOD or national laboratory
"partnering" with the offeror under the proposal shall normally be
considered costs of the Government and not costs of the proposer for
purposes of the cost-sharing requirement. Proposals should contain
sufficient information regarding the resources to be provided by the
Government so that an evaluation of their availability, timeliness, and
control may be made. Section 4 -- Off-Budget Supporting Resources: This
section will show cash or in-kind resources which will support the
proposed activity but which are not intended to be included in the
total project cost. Items in this category do not count as cost share
nor as Federal funds which must be matched. Examples of items to place
in this category include: Commitments of cash or in-kind resources
from other Federal sources, such as national laboratories, and
projections of fee-based income where there is substantial uncertainty
about the level which will actually be collected and where the income
is not needed to meet cost-share requirements. VII. EVALUATION
CRITERIA AND SELECTION PROCESS. The primary evaluation criteria, of
equal weight, are: (1) Scientific and technical merits of the proposed
research to include (a) the degree to which proposed research and
development objectives support the targeted technical topic and (b)
validity of the technical basis for the approach offered; and (2)
Relevance and potential contributions of the research to the objectives
of the CII. Other evaluation criteria, of lesser importance than (l)
and (2) but equal to each other, are: (3) The qualifications of the
task principal investigator and other key research personnel; (4) The
adequacy of current or planned facilities and equipment to accomplish
the research objectives; and (5) The realism and reasonableness of
cost, including proposed cost sharing. (6) Past performance on similar
efforts. One or more awards are anticipated from this BAA. Individual
awards will be funded based on merit and benefit to the Government,
but are not expected to exceed $5 million per award. Because some of
these adaptations may also have commercial applications, evaluation
preference will be given to proposals that include innovative cost
sharing, cost effective recommendations for changes to existing
Government systems that would allow quick and easy access to commercial
vendors, and/or innovative adaptations of existing, or proposed,
commercial (tasking, archiving and dissemination) systems that can be
used with or in lieu of Government systems. VIII. SPECIFIC TOPICS FOR
THE FY98 CII. An award for any topic will be made only if a
sufficiently meritorious proposal is received. NIMA reserves the right
to allocate available funds based on the quality of the responses and
NIMA priorities. ==>Several next generation commercial, civil and
foreign remote sensing satellites are planned to be launched by 2003.
NIMA is interested in utilizing all these new sources of imagery data
to support the US National Security Strategy, and is particularly
interested in using both one-meter resolution and high resolution
multispectral panchromatic imagery. NIMA and other national security
organizations will use these new data sources to support operations,
mission and operational planning, intelligence gathering, treaty
monitoring and making, disaster, environmental and economic analysis.
==>The national security community will use new imaging capabilities,
described herein, to augment national systems, in case of national
system failures, to reduce collection shortfalls, and broaden the
distribution of imagery within unclassified environments. Augmenting
national systems during a crisis or war provides the Government with
more options to obtain important information. To achieve this
augmentation, the architecture must be scalable to ingest larger
quantities of source data and must be able to disseminate the data
quickly to be available with decision cycles. To support operational
objectives, NIMA is interested in improving access to one-meter
commercial satellite imagery to provide an image to a customer within
24 hours after the image is taken. NIMA also wants to provide an
archived image to customers within 24 hours following the request for
the image. ==>To improve access, NIMA has been chairing a community
Commercial Imagery Team (CIT) that has been examining Government
operational concepts and architecture modification options. The CIT has
been examining these architecture functional areas: new imagery
collection tasking; imagery search, query, browse and storage; and
imagery dissemination. The options are bounded by the existence of two
national security customers sets: those that operate in unclassified
environments; and those that operate in classified environments. ==>The
CIT has established options for a Government architecture that would
improve access to commercial imagery, however, these options alone
cannot satisfy the requirement for 24 hour dissemination and may not
fully utilize vendor investments in capabilities that could improve
access to imagery. In order to achieve the goal of a 24-hour
dissemination response time, research, development and operational
prototyping of vendor architecture and system solutions are required.
A virtually integrated Government and vendor architecture with
appropriate interfaces is needed. One without the another precludes
national security customers from receiving data within the specified
time lines. ==>This research and development activity is a unique
start-up activity. Private sector commercial -- not Government -- based
one-meter remote sensing satellites launches and operations have never
been attempted by either U.S. or foreign entities. This activity
effectively represents a proof of concept activity to demonstrate that
these promising capabilities can be adequately utilized by the
Government to meet national security needs. ==>In order to properly
evaluate the utility of commercial imagery for intelligence and
geospatial applications, NIMA will need support data along with the
imagery. Support data should include ephemeris, attitude and camera
model data. Support data provided to NIMA shall be protected by limited
purpose rights, which are needed to create a universal data model for
NIMA's own uses that access these commercial systems. ==>Architecture
functional areas: New collection tasking -- for the user in
unclassified environments, the Government projects it will prudently
use vendor capabilities already residing on the INTERNET or other
unclassified channels without compromising national security
activities. For the user in a classified environment, the Government
has established a home page from which these users can task for imagery
from both Secret and Top Secret domains. For this proposal, NIMA would
like submissions from offerors articulating how satellite company
INTERNET available tasking tools and other aids can be migrated to this
home page for users to access and use, as well as proposed cost and
schedules for doing so. For this proposal, vendors should also address
an on-line process for frequent time sensitive or ad hoc tasking that
can process and execute a new tasking order within twenty-four hours
or less. ==>Imagery search, browse, query, and storage: for the user in
unclassified environments, the Government projects it will use
vendorcapabilities already residing on the INTERNET, consistent with
security policies. For users in the classified environment, NIMA seeks
submissions articulating how companies can interface to this
environment within the framework of existing Government security
policies and practices. The intent here would be to leverage existing
vendor infrastructure capabilities to avoid major Government investment
in this area. ==>Imagery dissemination: for the user in the
unclassified environment, the Government projects that both mail,
INTERNET, and existing Government dissemination methods will be used,
again consistent with security policies. The CIT plan also calls for a
one-way connection of satellite imagery companies to Government
networks to carry commercial data to the user in either the classified
or unclassified environment. For this proposal, vendors should also
propose more responsive alternatives -- such as satellite broadcast
capabilities -- to disseminate imagery to the Government user. This
area is apotential opportunity for vendors to collaborate on a
solution. A critical sub-function submission required for this proposal
pertains to dissemination of imagery from vendor ground stations to
vendor CONUS processing facilities to avoid any delays prohibiting a
24-hour delivery of imagery to the user. ==>Each proposal should
contain the projected daily volumetric meeting the 24-hour requirement,
as well as potential vendor roadblocks -- in processing or other
functions -- that would prohibit the delivery of imagery within a
24-hour period. The proposal should include solutions and associated
costs. ==>For each architecture functional area, vendors should also
consider how US government objectives can be met by unique arrangements
with vendor regional affiliates. Facsimile proposals will not be
accepted. Electronic proposals are acceptable. Text may be offered in
MS Word 6.0, spreadsheets in MS Excel 5.0 and graphics in MS PowerPoint
4.0. Documents "zipped" into an executable (.exe) file can be e-mailed
to the Contracting Officer at popkink@nima.mil. IBM PC compatible 3.5
diskettes may also be mailed. (0065) Loren Data Corp. http://www.ld.com (SYN# 0008 19980310\A-0008.SOL)
A - Research and Development Index Page
|
|