MODIFICATION
A -- ELINT COLLECTION, PROCESSING AND EXPLOITATION
- Notice Date
- 5/3/2011
- 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-10-02-RIKA
- Point of Contact
- Lynn G. White, Phone: (315) 330-4996
- E-Mail Address
-
Lynn.White@rl.af.mil
(Lynn.White@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) Section III.3 and III.4: more detailed eligibility information; (b) Section IV.3 Submission Dates and Times: Inserted end date of BAA; and (c) Section VI.3. Reporting: more detailed Jiffy/TFIMS reporting information. 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: ELINT COLLECTION, PROCESSING, AND EXPLOITATION ANNOUNCEMENT TYPE: Initial Announcement FUNDING OPPORTUNITY NUMBER: BAA #10-02 RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The overall technical objectives of this BAA are to employ emerging technologies to develop and demonstrate automated, real-time signal detection, processing, exploitation, and reporting capabilities of existing and emerging Electronic Intelligence (ELINT) signals and their associated Signals Intelligence (SIGINT) information in support of ground and airborne Intelligence, Surveillance, and Reconnaissance platforms. Applicable technologies will be used to: (1) Enhance collection system efficiency to include multi-platform collection optimization and management; (2) Automate digital signal processing hardware and software processes to enable a man-on-the-loop concept to address the increased volume of data and increased time criticality of analysis, both necessary to support Effects Based Operations of the future; and (3) Dynamically characterize and correlate databases that use existing multi-source, multi-platform, real-time collection systems. The overall objective of this effort concerns several areas and covers a broad range of issues, which include, but are not limited to the following: (1) Target characteristic identification/ correlation; (2) Automated collection, signal ID sorting and first level processing; (3) Enhanced digital ELINT processing/analysis technology at both the Operational/Tactical and Scientific and Technical Intelligence (S&TI) levels; (4) Software aboard Unmanned Aerial Vehicles (UAV) platforms which specifically address SIGINT objectives; (5) Advanced knowledge-based processing techniques; and (6) Multi-sensor/multi-processor collection management. Detailed scope and definition of problems are as follows: (1) Target characteristic identification/ correlation: Battlefield management depends heavily on ELINT and Electronic Warfare (EW) assets to provide current threat analysis for successful deployment of war-fighting resources. One area that supports this analysis is target specific operating characterization and equipment/unit correlation which is normally a "brute-force/labor intensive" effort: (2) Automated collection, signal identification (ID) sorting and first level processing. Dense, hard-to-get, advanced modulated, and Low Probability of Intercept (LPI) signals dictate the need for automated, dynamic collection using both on-board / off-board assets. This area should also allow for the improvement in signal sorting and identification, discrimination (‘flagging') of out-of-limits signals, especially threat systems whose measurable values can readily be characterized. Continual high-resolution sampling of Intermediate Frequency Modulation (IFM), pulse sorting, and de-interleaving processes using ‘fingerprinting' techniques should continue to be investigated as a means to support flagging and automated tracking efforts and Signal identification algorithms for next generation target radars. (3) Enhanced digital ELINT processing: Environment complexity, as well as advanced collection hardware technology, demands growth in the digital ELINT processing arena. Efforts should take into consideration current analysis technology available, reduction in processing of routine activity allowing time to be spent on more critical tasks, methods employing horizontal, parallel processing, and how best to insert these solution(s) into existing systems. (4) Software aboard UAV platforms which specifically address SIGINT objectives: Given current levels of activity, operational requirements, hostile environments, and resources being heavily tasked, collection systems will need to be developed for embedding on UAV-type platforms. Host processing systems will be low power and weight so the resident software processing systems will need to employ a digital receiver and processing schema that operate modularly, in parallel, and in firmware. (5) Advanced Knowledge-Based Processing Techniques: Timely and accurate decision support to the warfighter require innovative knowledge-base processing for sensor management, emitter ID, flagging, and SIGINT fusion to include but not limited to techniques for automated knowledge acquisition and knowledge modeling, real-time inference, and real-time operating system. (6) Multi-sensor/multi-processor collection management: Networked SIGINT sensors extend the sensor virtual collection space, thus significantly enhancing the potential to collect LPI/difficult waveform signals. Therefore, network centric collection management should be investigated to include but not be limited to multi-platform signal correlation and multi-int sensor cueing. Attention should be paid to fusing the sensor measurements and network data bandwidth to support collection management. Deliverables will include technical reports and, when appropriate, demonstrations. II. AWARD INFORMATION: Total funding for this BAA is approximately $24.5M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 10 - $8 M; FY 11 - $8.5 M; and FY 12 - $8 M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging between $250,000 to $350,000 per fiscal 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. 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 10-02-RIKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. CCR Registration: Unless exempted by 2 CFR 25.110 all offerors must: (a) Be registered in the Central Contractor Registration (CCR) prior to submitting an application or proposal; (b) Maintain an active CCR registration with current information at all times during which it has an active Federal award or an application or proposal under consideration by an agency; and (c) Provide its DUNS number in each application or proposal it submits to the agency. 4. Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards: Any contract award resulting from this announcement may contain the clause at FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25 http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=c55a4687d6faa13b137a26d0eb436edb&rgn=div5&view=text&node=2:1.1.1.41&idno=2#2:1.1.1.4.1.2.1.1 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 three (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 10-02-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph seven 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 10 should be submitted by 15 Mar 2010; FY 11 should be submitted by 1 March 2011; FY 12 should be submitted by 1 March 2012.White papers will be accepted until 2pm Eastern time on 28 Sep 2012, but it is less likely that funding will be available in each respective fiscal year after the dates cited. The end date for this BAA will be 28 Sep 2012. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. 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. CLASSIFICATION GUIDANCE FOR WHITE PAPER SUBMISSIONS: AFRL/RIEG will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the proposer believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. Proposers that intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. 6. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105. Defense Security Service (DSS) Site for the NISPOM is: https://www.dss.mil/portal/ShowBinary/BEA%20Repository/new_dss_internet//isp/fac_clear/download_nispom.html. 7. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses, unclassified/classified, to this announcement must be sent U.S. Postal Service, registered mail and addressed to AFRL/RIEG, 525 Brooks Road, Rome NY 13441-4505, and reference BAA 10-02-RIKA. Electronic submission is NOT authorized. Questions can be directed to the cognizant technical POC, Charles Estrella, Charles.Estrella@rl.af.mil, 315-330-7160. 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: (1) Overall Scientific and Technical Merit - The extent to which the offeror's approach demonstrates overall scientific and technical merit for the development and/or enhancement of the technology, (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) Openness/Maturity of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, and (4) 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, and 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: CLASSIFIED SUBMISSIONS: AFRL/RIEG will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the proposer believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. After reviewing incoming proposals, if a determination is made that contract award may result in access to classified information, a DD Form 254 will be issued upon contract award. Proposers that intend to include classified information or data in their submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. Depending on the work to be performed, the offeror may require a SECRET or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP SECRET information at a time of award. In addition, to qualify as a responsible contractor, the offeror may need 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. Please note that use of the JIFFY or TFIMS application requires customers outside of the.mil domain to purchase an approved External Certificate Authority certificate to facilitate a secured log on process. It is necessary to obtain an ECA certificate BEFORE obtaining a JIFFY or TFIMS user account. Additional information on obtaining an ECA is available at: http://iase.disa.mil/pki/eca/index.html. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Charles Estrella AFRL/RIEG Telephone (315)-330-7160 Email: Charles.Estrella@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lynn White AFRL/RIKA 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-10-02-RIKA/listing.html)
- Record
- SN02438721-W 20110505/110503234449-0222d948cc097a925927af778c2f20c4 (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 |