Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 13,2000 PSA#2515

Department of the Air Force, Air Force Materiel Command, AFRL -- Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

A -- WIRELESS INFORMATION NETWORK CYBER-DEFENSE SOL Reference-Number-BAA-00-02-IFKPA POC Joetta Bernhard, Contracting Officer, Phone (315) 330-2308, Fax (315) 330-7790, Email bernhard@rl.af.mil WEB: Visit this URL for the latest information about this, http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=Reference-Num ber-BAA-00-02-IFKPA&LocID=1142. E-MAIL: Joetta Bernhard, bernhard@rl.af.mil. Points of Contact: Mr. Robert M. Husnay, AFRL Program Manager, 315-330-4821, husnayr@rl.af.mil; Joetta A. Bernhard, Contracting Officer, 315-330-2308, bernhard@rl.af.mil. Air Force Research Laboratory (AFRL)/IF, is soliciting white papers for various scientific studies and experiments to increase AFRL/IF's knowledge and understanding of the broad range of capabilities required in support of Wireless Information Network security, survivability and availability for both military and dual use commercial applications. Solutions to basic research and engineering using innovative approaches are sought. The scope of this effort concerns several areas and covers a broad range of requirements which includes novel techniques at each of the layers of the OSI model, with particular attention to the vulnerabilities introduced by 'long range' wireless software programmable radios like JTRS. AFRL/IF requires solutions sufficient to meet the needs of theater deployable communications mobile radio requirements for operation in a high interference, high throughput, dynamic, clear and covert environment for the early 2000's time period. The areas of interest include: 1) Development of integrated multi-layer techniques for the protection of mobile, ad-hoc wireless info networks, detection of attacks on them, and the reaction of the network nodes to these attacks once they have been detected.; 2) The broad range of physical, data link and network layer techniques to assure the availability, integrity, and confidentiality of the wireless networks, which will consist of both commercial and DoD specific assets, to include an assessment of the threats that may be presented to each of the layers; 3) Development of programmable, interoperable, common physical layer algorithms and link and network protocols that self-adapt to time-varying jammers, provide Low Probability of Intercept (LPI) capabilities and adapt to varying Quality of Service (QoS) requirements; 4) Hardware prototyping and proof-of-concept development/demonstration systems; 5) The broad range of innovative physical layer techniques for interference mitigation to assure availability. Specific technology and support programs include: 1) Application of new high-efficiency spread spectrum waveforms and interference mitigation algorithms to Mobile Radio Multiple Access networked systems to provide "on-demand' Anti-Jam/Low Probability of Intercept (AJ/LPI) capability; 2) Responsive, adaptive Link Control/Authentication Techniques; 3) Network layer protocols to utilize, secure, and connect to commercial wireless networks, and that assure security of routing updates and are resistant to spoofing; 4) Digital Watermarking for authentication of data; 5) Robust protocols for the transmission of ATM packets over wireless links; 6) Smart Networking Radio/DARPA GloMo technologies; emphasis is placed on the integration and insertion of advanced wireless information assurance technologies into existing and emerging networking infrastructures and systems and the extension of such capabilities into a larger network. Deliverables will be technical reports and, when appropriate, demonstrations. THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. EVALUATION CRITERIA: Proposals will be evaluated using the following criteria in descending order of importance: (1) overall scientific and technical merit; (2) potential contributions/relevance to the Air Force and DoD; (3) capabilities and experience; (4) plans and capabilities to accomplish technology transfer; and (5) total cost and cost realism. (NOTE: Cost realism will be used as an evaluation criterion only in proposals, which have significantly under or over estimated the cost to complete the effort). In addition, the Government will consider other factors, such as past and present performance on recent Government contracts and the capacity to perform the requirements of the effort. Offerers are required to submit an original and three (3) copies of a five (5) page or less white paper with a cover letter indicating whether the offeror is a large, small, women-owned small, or small disadvantaged business, or Historically Black College, University, or Minority Institution. Small business offerors must also send one (1) copy of the cover letter only, by First Class mail (DO NOT SEND CLASSIFIED), to AFRL/IFB, ATTN: Janis Norelli, Director of Small Business, 26 Electronic Parkway; Rome NY 13441-4514. The white paper will be formatted as follows: Section A: Title, Period of Performance, Cost of Task, Name of Company; Section B: Task Objective; and Section C: Technical Summary. All responses to this announcement must be addressed to AFRL/IFGC, ATTN: Robert Husnay, Reference BAA 00-02-IFKPA, 525 Brooks Road, Rome NY 13441-4505. Multiple white papers within the purview of this announcement may be submitted by each offeror. In order to be considered for FY00 award, white papers must be received by 18 Feb 2000. FY01 awards require that white papers be submitted by 15 Dec 2000. Where due dates for white papers are specified, please be advised that white papers may be submitted after those dates, and until the BAA is closed or cancelled. However, also be advised that funds may not be available for white papers submitted after those dates. Please contact the Technical POC to determine if funds are still available prior to submitting a white paper. Options are discouraged and unpriced options will not be considered. Offerors must mark their white papers with the restrictive language stated in FAR 15.609(a). Multiple white papers may be submitted in different areas of technology. White papers are limited to a total page count of 5 pages and shall be double-spaced with a font no smaller than 12 pitch. AFRL/IF has budgeted approximately $250K in FY00. Additional funding will be available in FY01 and FY02. The total value of all efforts awarded under this BAA will not exceed $2 million. Proposals should be for up to 24-months of effort, and range in value between $150,000 -- $1M. Only government evaluators will make selections under this BAA. Most FY00 awards are expected O/A 30 April 2000. The cost of preparing proposals in response to this announcement is not an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost in FAR 31.205-18. An Ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, Joetta A. Bernhard, and (315) 330-2308. The purpose of the Ombudsman is not to diminish the authority of the Contracting Officer or Program Manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate Government personnel. The Ombudsman for this acquisition is Vincent Palmiero, Deputy Chief, Contracting Division, AFRL/IFK at (315) 330-7746. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or in the source selection process. This BAA is open and effective for twenty-four months from the date of the publication of this notice. To receive a copy of the AFRL "BAA & PRDA: A Guide for Industry," Sep 1996 (Rev), write ATTN: Lucille Argenzia, AFRL/IFK, 26 Electronics Parkway, Rome, NY 13441-4514, or fax her at FAX 315-330-4728, or the guide may be accessed at: http://www.if.afrl.af.mil/div/IFK/baa/. All responsible firms may submit white papers, which shall be considered. Respondents are asked to provide their Commercial and Government Entity (CAGE) number with their proposal(s), as well as a email contact, and reference BAA 00-02-IFKPA. Only Contracting Officers are legally authorized to commit the Government. Posted 01/11/00 (D-SN414922). (0011)

Loren Data Corp. http://www.ld.com (SYN# 0001 20000113\A-0001.SOL)


A - Research and Development Index Page