MODIFICATION
A -- Special Capabilities in Information and Surveillance (SCIS)
- Notice Date
- 5/27/2009
- Notice Type
- Modification/Amendment
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- BAA-08-07-RIKA
- Point of Contact
- Lynn G. White, Phone: (315) 330-4996
- E-Mail Address
-
whitel@rl.af.mil
(whitel@rl.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The purpose of this modification is to republish the original announcement, incorporating all previous modifications, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) updates AFRL office symbols; (b) revises all technology areas; (c) increases the total funding; and (d) changes the funding profile. No other changes have been made. NAICS CODE: 541712 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: Special Capabilities in Information and Surveillance (SCIS) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 08-07-RIKA CFDA Number: 12.800 DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 08 should be submitted by 12 June 2008; FY 09 by 1 March 2009; FY 10 by 1 March 2010; FY 11 by 1 March 2011 and; FY 12 by 1 March 2012. White papers will be accepted until 2:00 p.m. Eastern time on 30 September 2012, but it is less likely that funding will be available in each respective fiscal year after the dates cited. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. See Section IV of this announcement for further details. I. FUNDING OPPORTUNITY DESCRIPTION: The Air Force Research Laboratory (AFRL), Information Directorate - Rome, NY is soliciting white papers under this BAA for the performance of research, development, design, and testing that directly supports its core mission. This includes Space and Near-Space Sensors and Systems; Strategic and Tactical Networks; Information Assurance; Counter Underground Facilities; Weapons of Mass Destruction (WMD) Defense; Small Unit Operations; Maritime Operations; and Core Strategic Technologies. Research supporting any of AFRL's broad mission objectives identified above may be submitted under this BAA. Topic areas of specific interest include, but are not limited to, the following. I. Space a. Technology concepts and manufacturing methods for space systems, sensors, structures, components, communications, space situational and environmental awareness, deployment or control methodology with various cost, size, weight and power considerations. II. Strategic and Tactical Networks a. Novel approaches to applications, architecture, command and control, management, hardware development, implementation, defense, and technology development for distributed, terrestrial, agile, or urban RF or optical sensing and communications. III. Information Assurance a. Novel technology development and methodology for identification, creation, measurement, test assessment, trust modeling, protection and reconstitution of trusted and untrusted network environments. IV. Counter Underground Facilities a. Technology, advanced modeling, and methodology development and demonstration of advanced sensor systems for monitoring, discovering, and characterizing both urban and rural known and unknown facilities. V. Weapons of Mass Destruction (WMD) Defense a. Novel sensing approaches and device and methodology development for material identification, defense, analysis and deconfliction of chemical, biological, radiological, nuclear, and other environmental weapons. VI. Small Unit Operations Advanced technology development for sensing, navigation, communication, elimination, targeting, signature reduction, survivability, and power generation for small systems and payloads for urban, rural, and air operations. VII. Maritime Operations a. Technology, modeling, and advanced capability development for underwater and maritime sensing, communications, propulsion, and high maneuverability. VIII. Core Strategic Technologies a. Advanced processing, analysis, data collection, extraction, sensing, manufacturing, assembly, exploitation and deployment techniques and algorithm and device development for enhanced warfighter and disaster relief capabilities. II. AWARD INFORMATION: Total funding for this BAA is approximately $49.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 08 - $1M; FY 09 - $13M; FY 10 - $19M; FY 11 - $8M; and FY12 - $8.9M. Individual awards will not normally exceed 18 months with dollar amounts normally ranging between $1M to $3M per year. There is also the potential to make awards up to any dollar value. Awards of efforts as a result of this announcement will be in the form of contracts, grants, or cooperative agreements depending upon the nature of the work proposed. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned offerors should immediately contact the contracting office focal point, Lynn G. White, Contracting Officer, telephone (315) 330-4996 or e-mail Lynn.White@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 08-07-RIKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. IV. APPLICATION AND SUBMISSION INFORMATION: 1. APPLICATION PACKAGE: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITING WHITE PAPERS ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal, see Section VI of this announcement for further details. For additional information, a copy of the AFRL/Rome Research Sites "Broad Agency Announcement (BAA): A Guide for Industry," April 2007, may be accessed at: http://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/Reference%2DNumber%2DBAAGUIDE/listing.html 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 3 copies of a 3 to 5 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: Section A: Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email)(this section is NOT included in the page count); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA 08-07-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph five of this section. 3. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 08 should be submitted by 12 June 2008; FY 09 by 1 March 2009; FY 10 by 1 March 2010; FY 11 by 1 March 2011 and; FY 12 by 1 March 2012. White papers will be accepted until 2:00 p.m. Eastern time on 30 September 2012, but it is less likely that funding will be available in each respective fiscal year after the dates cited. 4. FUNDING RESTRICTIONS: The cost of preparing white papers/proposals in response to this announcement is not considered 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 specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY, are regulated by the DoD Grant and Agreements Regulations (DODGARS). 5. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to: ATTN: Robert Denton AFRL/RIGD 525 Brooks Road Rome, NY 13441 Electronic submissions will also be accepted: Robert.Denton@rl.af.mil V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in descending order of importance, will be used to determine whether white papers and proposals submitted are consistent with the intent of this BAA and of interest to the Government: (a) Ability to Meet Program Milestones and Proposed Schedule - The white paper/proposal establishes a clear and reasonable schedule with well-defined research milestones to be used as exit and entry criteria for government approval to progress through phases of the proposed effort. The feasibility and likelihood of the proposed approach for satisfying the program milestones are explicitly described and clearly substantiated. The white paper/proposal reflects a mature and quantitative understanding of the proposed milestones, the statistical confidence with which they may be measured, and their relationship to the concept of operations that will result from successful performance. NOTE: This criterion will not be used to evaluate single phase/short duration (12 months or less) efforts, unless the Government requests research milestones be provided in the request for proposal; (b) Overall Scientific and Technical Merit - The proposed technical approach is feasible, achievable and. Task descriptions and associated technical elements provided are complete and in a logical sequence with all proposed deliverables clearly defined such that a final product that achieves the goal can be expected as a result of award. The white paper/proposal identifies major technical risks and planned mitigation efforts are clearly defined and feasible; (c) Potential Contribution and Relevance to the AFRL Mission - The potential contributions of the proposed effort with relevance to the national technology base will be evaluated. Specifically, AFRL's mission is to maintain the technological superiority of the U.S. Air Force and prevent technological surprise from harming our national security by sponsoring revolutionary, high-payoff research that bridges the gap between fundamental discoveries and their military use; (d) Offeror's Capabilities and/or Related Experience - The offeror's prior experience in similar efforts must clearly demonstrate an ability to deliver products that meet the proposed technical performance within the proposed budget and schedule. The proposed team's expertise to manage the cost and schedule will be evaluated. Similar efforts completed/ongoing by the offeror in this area are fully described including identification of other Government sponsors; (e) Plans and Capability to Accomplish Technology Transition - The capability to transition the technology to the research, industrial, and operational military communities in such a way as to enhance U.S. defense, and the extent to which intellectual property rights limitations creates or may create a barrier to technology transition; and (f) Reasonableness and realism of proposed costs and fees (if any). No further evaluation criteria will be used in selecting white papers/proposals. Individual white paper/proposal evaluations will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. 2. REVIEW AND SELECTION PROCESS: Only Government employees will evaluate the white papers/proposals for selection. The Air Force Research Laboratory's Information Directorate has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. VI. AWARD ADMINISTRATION INFORMATION: 1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to TOP SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. Data subject to export control constraints may be involved and only firms holding certification under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp) are allowed access to such data. 3. REPORTING: Once a proposal has been selected for award, offerors will be required to submit their reporting requirement through one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and will be given complete instructions regarding its use. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Robert Denton Telephone: (315) 330-7067 Email: Robert.Denton@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lynn White Telephone (315) 330-4996 Email: Lynn.White@rl.af.mil The email must reference the solicitation (BAA) number and title of the acquisition. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Aug 2005) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Susan Hunter Building 15, Room 225 1864 Fourth Street Wright-Patterson AFB OH 45433-7130 FAX: (937) 225-5036; Comm: (937) 255-7754 All responsible organizations may submit a white paper which shall be considered.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/BAA-08-07-RIKA/listing.html)
- Record
- SN01828516-W 20090529/090527235741-9fcfa446b3c42cc13e6e1d00c197c2ef (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |