Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF SEPTEMBER 21,1999 PSA#2436

Dahlgren 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