|
COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1999 PSA#2436Dahlgren Division, Naval Surface Warfare Center, 17320 Dahlgren Road,
Dahlgren, VA 22448-5100 D -- DATA FUSION SYSTEM SOL N00178-00-Q-3002 DUE 091700 POC sd13,
(540)653-7765 WEB: Dahlgren Division, Naval Surface Warfare Center,
http://www.nswc.navy.mil/supply. E-MAIL: Dahlgren Division, Naval
Surface Warfare Center, sd13@nswc.navy.mil. The Naval Surface Warfare
Center, Dahlgren Division, (NSWCDD) is soliciting proposals to develop
advanced, highly automated data fusion mechanisms for a multi-media,
heterogeneous computing information system operating in a multi-level
security environment. Focus of proposals should cover mature as well as
emerging technologies. Elements of the information system include but
are not limited to: (1) ingestion, cataloging, and collation of
multi-source data in one or more media types and formats; (2) automated
systems to fuse sensor data into a single, cohesive product in a
Web-based format; dynamic reconfiguration mechanism that fuse
multi-source data and is capable of adapting to modified data sources
and formats; and (3) video exploitation. Elements of the data fusion
system include but are not limited to: fusion of text with imagery;
fusion of multiple imagery types into a single view; extraction of
pertinent information from multiple sources and formats to information
system useable information; capability to fuse non-literal information
for each modality into the final product; fusion of motion imagery with
literal information. Contractors will identify characteristics,
functionality, requirements, and specifications for distributed open
architecture systems, to include NTs and Silicon Graphics origins.
Particular emphasis should be placed on development of robust, scalable
systems and technologies that will exploit the synergistic nature of
fused data and information synthesis. These systems should have high
potential to markedly reduce time necessary for data collation, manning
requirements and life cycle costs. Additionally, emphasis should be
placed on development of a system with its graphical user interface
that is easily understandable by those with basic understanding of the
data types, but not necessarily technical background or training in
the fusion mechanisms. NSWCDD anticipates that initial contractor
selections will be made during the first quarter of Fiscal Year 2000.
However, proposals submitted within twelve months after publication of
this BAA will be considered for award if funding is available.
Proposed work should be structured to have a base period of performance
of 12 months, but may include multiple year phased options that extend
beyond the initial 12-month period. Contractors may submit study
proposals. Studies, if proposed, should identify innovative
architectures, technologies, cost drivers/factors, and development
approaches suitable for demonstration in a follow-on effort not to
exceed 24 months. The strategy developed during the study phase should
permit numerous contractors to independently develop software and
hardware components that can be successfully integrated in days vice
weeks. The system should be capable of sustaining insertion of
heterogeneous hardware and software without the need for a large system
integrator. Subject areas of interest to NSWCDD include but are not
limited to: (1) automated systems with extendable features to
facilitate data fusion and real-time scene data infusions that could
translate complex situations to human understanding (2) automated
systems for finding user-selected features in fused data (3) automated
systems for storage, cataloging, and retrieval of mass quantities of
multi-media data (4) automated systems capable of creating three
dimensional (3-D) geo-referenced representations from multiple image
types (5) automated systems incorporating open systems architecture
approaches, technologies, and features such a modularity,
extensibility, COTS, and code re-use (6) automated systems
incorporating machine understanding, reasoning, learning, planning, and
man-machine interface technologies into highly fault tolerant,
artificial intelligence (AI) base systems THIS ANNOUNCEMENT CONSTITUTES
THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME.
Offerors, either individual or teamed, are strongly encouraged to
submit an abstract (white paper) of their proposed work. Offerors are
required to submit three (3) copies of a one-sided, 12-point type,
single-spaced, one-inch margined white paper not exceeding 5 pages plus
a cover letter. The cover letter and white paper should reference BAA
N00178-00-Q-3002. The white paper should be formatted as follows:
Section A: Title, Period of Performance, Estimated Cost of Task, Name
of Company; Section B: Task Objective; Section C: Technical Summary;
Section D: Cost Summary. All responses to this announcement must be
addressed to Code SD13, BAA -- N00178-00-Q-3002, NSWCDD, 17320 Dahlgren
Road, Dahlgren, VA 22448-5100. The purpose of this abstract (white
paper) is to preclude unwarranted effort on the part of an offeror in
preparing a full proposal. Multiple white papers addressing different
areas of applicability may be submitted and are encouraged. Offerors
whose abstract is found to be consistent with the intent of this BAA
and who the Navy would like to consider further will be invited to
submit a full technical and cost proposal. Complete proposal
instructions will be included with the invitation. Such an invitation
does not assure subsequent contract award. Regardless of the
invitation, the decision to submit or not submit a proposal is the
responsibility of the party submitting the abstract. Proposals
submitted as a result of a favorable white paper will be evaluated as
they are received. Evaluation of proposals will be performed using the
following criteria: (a) The overall scientific & technical merits of
the proposal, (b) The potential contributions of the effort to the Navy
mission and the extent to which the proposed effort will contribute to
the R&D program of the Navy, (c) The offeror's capabilities, related
experience, facilities, techniques, or unique combination of these
which are integral factors for achieving the proposal objectives, (d)
The qualification, capabilities and experience of the proposed
principal investigator, team leader, and other key personnel, (e) The
offeror's record of past and present performance (f) Cost effectiveness
and consistency. No further evaluation criteria will be used in
selecting proposals. The technical and cost information will be
evaluated concurrently. Options are discouraged and unpriced options
will not be considered. Total funding for the BAA is not expected to
exceed $150K. Individual awards will not normally exceed 12 months in
duration, with dollar amounts typically ranging from 40K to 100K.
Foreign-owned offerors are advised that their participation is subject
to foreign disclosure review. Foreign or foreign-owned offerors should
immediately contact the contracting focal point for information if they
intend to respond. Data subject to export control restraints may be
involved and only firms on the Certified Contractor Access List (CCAL)
will be allowed access to such data. The cost of preparing proposals
in response to this announcement is not an allowable direct charge to
any resulting contact or any other contract, but may be an allowable
expense to the normal bid and proposal indirect cost in FAR 31.205-18.
Routine questions should be addressed to the contracting focal point:
Contracting Officer, Code SD13, Dahlgren Division, Naval Surface
Warfare Center, 17320 Dahlgren Road, Dahlgren, VA 22448-5100 or email
to sd13@nswc.navy.mil. An informational briefing is not planned. The
cutoff date for submission of white papers is 12 months after CBD
publication data. Posted 09/17/99 (W-SN381381). (0260) Loren Data Corp. http://www.ld.com (SYN# 0019 19990921\D-0003.SOL)
D - Automatic Data Processing and Telecommunication Services Index Page
|
|