Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 26, 2014 FBO #4597
SOLICITATION NOTICE

A -- USAFWC BAA 14-01 AF TENCAP OPEN BAA

Notice Date
6/24/2014
 
Notice Type
Presolicitation
 
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, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
USAFWC-BAA-14-01
 
Point of Contact
William T. Smith, Phone: 937 255-2479, David C Blocher, Phone: 937-255-2497
 
E-Mail Address
william.smith.11@us.af.mil, david.blocher@us.af.mil
(william.smith.11@us.af.mil, david.blocher@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Broad Agency Announcement (BAA) Air Force Life Cycle Management Center Intelligence Surveillance and Reconnaissance And Special Operations Forces For AF TENCAP No: USAFWC BAA 14-01 Overview Information Federal Agency Name: United States Warfare Center (USAFWC) Air Force Tactical Exploitation of National Capabilities (AF TENCAP) Broad Agency Announcement Title: Intelligence Surveillance and Reconnaissance/Special Operations Forces - USAFWC BAA 14-01 Broad Agency Announcement Type: Broad Agency Announcement Broad Agency Announcement Number: USAFWC BAA 14-01 Proposal Due Date and Time: Specified in each RFP (RFP). Any anticipated funding listed reflects estimated program funding only. This estimate is not a promise of funding. Funding is uncertain and is subject to change. Changes in availability may occur as a result of the exercise of Government discretion. Solicitation Overview: The Air Force Life Cycle Management Center, AF TENCAP program office is announcing to business and academia its intent to solicit proposals under this Broad Agency Announcement (BAA). This announcement does not request any proposals at this time. The over-arching strategy of this 5-year open-ended BAA is to quickly and efficiently execute research and development to deliver practical solutions to urgent problems. These efforts are anticipated to entail rapidly (usually less than 18 months) integrating existing technology into field testable, functional prototypes of solutions to military problems in nine (9) major Focus Areas: Focus Area 1: Geolocation and Tagging, Tracking, Locating Focus Area 2: Sensor, Data Fusion and Dissemination Focus Area 3: Unconventional/Asymmetric Warfare/Support to Special Operations Focus Area 4: Situational Awareness Focus Area 5: Space Situational Awareness Focus Area 6: Cyber and Spectrum Warfare Operations Focus Area 7: Air Superiority Focus Area 8: Command, Control and Spectrum Utilization Focus Area 9: Real-Time/Near Real Time Large Data Analytics and Virtualization This strategy will provide AF TENCAP an acquisition tool with the flexibility to solicit proposals and make awards to perform rapid prototyping of technical solutions to meet present and compelling Air Force needs as ever-changing urgent operational issues are identified. The BAA will remain "open" for five (5) years. It is anticipated that solicitations issued under this BAA will be unrestricted. Small businesses are encouraged to propose on all of the solicitations. The North America Industry Classification System (NAICS) code, unless otherwise stated in the BAA amendments, shall be 541712 (i.e., Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology), and the size standard is 500 employees. Proposals submitted shall be in accordance with this BAA and its appropriate amendment(s). On-line Representations and Certifications: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award; they must submit annual Electronic Representations and Certifications, otherwise known as On-line Representations and Certifications Application (ORCA) via the System for Award Management at: https://www.sam.gov/portal/public/SAM/#1. These FAR and DFARS level representations and certifications are required in addition to the representations and certifications specific to this acquisition. Type of Contract/Instrument: It is anticipated that a mix of contract types will be used throughout the life of this BAA, including Fixed Price, Fixed Price Incentive Fee, and cost type contracts in the form of Cost, Cost Sharing, Cost Plus Fixed Fee (Completion) and Cost Plus Incentive/Award Fee. Estimated Program Cost: The estimated value of the subsequent requirements that are to be advertised under this BAA, over the next 5 years, is $15M. Anticipated Number of Awards: The total number of awards under this solicitation is unknown at this time. Address technical and Contractual questions to the AF TENCAP Contracting Officer: Mr. William T. Smith, AFLCMC/WINK, 2640 Loop Road West, Bldg. 556, Room 010, Wright-Patterson AFB OH 45433-7106, Phone: (937) 255-2479 Unclassified: william.smith.11@us.af.mil, Classified: william.smith@afmc.ic.gov Note: The technical and contracting POCs for all requirements advertised under this open-ended BAA will be specified with each individual RFP. Note: The contracting POC(s) for all requirements advertised under this open-ended BAA will be specified with each individual call for proposals. I. Full Text Announcement 1. Program Description: a. This is a BAA from the AF TENCAP program office with Focus Areas representing the interests of the AF TENCAP program. This acquisition is unrestricted and the Government reserves the right to amend this BAA at any time. It is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Funding will be provided by AF TENCAP and non-Air Force sources. Respondees must monitor FedBizOpps (http://www.fbo.gov) to be aware of any future changes to this BAA. Each submission will be evaluated independently. b. The AF TENCAP Program Office may contract for activities covered in the Focus Areas detailed within this BAA. The intent of these efforts is to investigate and develop concepts and technologies that will provide the best possible space capabilities for AF warfighters, when and where needed, in the most cost- effective manner. White paper submissions can cover either development of new capabilities or leverage off of existing capabilities. c. Specific interests and objectives covered by this BAA are detailed in the "Focus Areas" section. Concepts should focus toward unique approaches and techniques, which leverage existing air, space, cyber, national and global ISR and Non-Traditional ISR (NTISR) systems capabilities and lead to or enable revolutionary and evolutionary improvements in capability, performance, and cost savings. d. All unclassified communications pursuant to this BAA shall be forwarded to william.smith.11@us.af.mil. All classified communications pursuant to this BAA shall be forwarded to JWICS email at; william.smith@afmc.ic.gov with a follow up e-mail to william.smith.11@us.af.mil with the subject, "PUT IN JWICS ACCOUNT". e. Potential Offerors are hereby notified to be eligible for an award they must remain current in the System for Award Management, have current Representations and Certifications, be proficient in the applicable NAICS codes and be eligible for contract award. f. Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests. All contracts will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA and/or DCAA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/ Note: WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCMA and/or DCAA. g. All perspective contractors must be current in the System for Award Maintenance (SAM) (1) Be registered in SAM prior to submitting a proposal; (2) Maintain an active SAM 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 (3) Provide its Commercial and Government Entity (CAGE) code and DUNS number in each application or proposal it submits to the agency. On-line registration instructions can be accessed from the internet at https://www.sam.gov/portal/public/SAM/#1 2. Deliverable Items: Potential deliverables include, but are not limited to DD Form 1423 CDRLs, and hardware as described in each contract awarded against a call on this BAA. 3. Schedule: a. Technical Effort: The period of performance for the technical effort for each program will vary. Each call for proposals will specify the required time period for completion of the technical effort, typically less than 18 Months. b. Data Items: Data shall be delivered in accordance with the schedule specified in the CDRLs as specified in each call. c. Software: Software deliveries may be required. If applicable, software shall be delivered at completion of technical effort or as specified in each call. d. Hardware: Hardware deliveries may be required. If applicable, hardware shall be delivered within thirty (30) days after completion of technical effort or as specified in each call. 4. Other Requirements a. Classified facility and storage clearance: If classified material is involved, it will be stated in the call for proposals for each solicitation topic and a draft DD254 will be issued with the call. If a DD254 is applicable, offerors must verify their Cognizant Security Office information is current with the Defense Security Service (DSS) at www.dss.mil with their white paper. b. TEMPEST: If a RFP under this BAA require generation of classified material, such generation is authorized only on equipment approved for classified processing by Air Force TEMPEST authorities. c. Export Control: Information involved in this research effort may be subject to Export Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131 or Export Administration Regulations (EAR) 15 CFR 710-774). If the effort is subject to export control then a Certified DD Form 2345, Militarily Critical Technical Data Agreement, will be required to be submitted with the proposal. d. Type of Research: Since the performance of research resulting from future RFPs is not expected to be fundamental, DFARS 252.204-7008 Export Controlled Items applies. e. Data Rights. It is anticipated all technical data, software and deliverables delivered under any resulting contract will be delivered with unlimited rights; however, different rights may be negotiated as appropriate. 5. Other Information a. Government Furnished Property/Government Furnished Information (GFP/GFI) availability: GFP/GFI may be involved. If applicable, it will be identified in the call for proposals for each solicitation topic or may be proposed by the offeror associated with their proposed effort. b. Base Support: Base support may be involved. If applicable, it will be identified in the call for proposals for each solicitation topic or may be proposed by the offeror associated with their proposed effort. c. Network Access: Network access to DoD computer networks and systems may be involved. If applicable, access requirements will be identified in the call for proposals for each solicitation topic. d. Hazardous Material: Specific programs may involve the use of hazardous materials. If applicable, offerors will be required to identify hazardous materials in their proposal. e. Associate Contractor Provision: Specific programs may be subject to inclusion of an associate contractor provision. If applicable, it will be stated in the call for proposals for each solicitation topic. f. Organizational Conflict of Interest: Specific programs may be subject to organizational conflict of interest provisions. If applicable, it will be so stated in the call for proposals for each solicitation topic. II. BAA Award Information 1. Anticipated Award Date: Award will be made on successful submission of white papers which lead to a contract. 2. Anticipated funding for the program: a. Estimated Value: The estimated value of the subsequent requirements that are to be advertised under this BAA over the next 5 years is $15M. Note: The estimated value is not a promise of assured funding in that amount. Funding is uncertain and is subject to change. Changes in availability may occur as a result of Government discretion. b. The specific funding profile for individual programs will be stated in the call for proposals for each solicitation topic. 3. Type of Contract/Instrument: It is anticipated that a mix of contract types will be used throughout the life of this BAA. The specific type of contract will be issued in each RFP. 4. Number of awards anticipated: The total number of awards under this solicitation is unknown at this time. 5. Multiple awards: Multiple awards are anticipated under subsequent acceptable white papers, but the government reserves the right to award to one source. Fair opportunity may apply for specific programs. III. Eligibility Information 1. Eligible Offerors: Announcements issued under this BAA will be unrestricted. Small businesses are encouraged to propose to these announcements. 2. Cost Sharing or Matching: Cost Sharing may be required on efforts solicited under this BAA. If applicable the cost share ratio will be specified under each call for proposals. Offerors may also propose cost share arrangements within their proposal. 3. Federally Funded Research and Development Centers: The following guidance is provided for Federally Funded Research and Development Centers (FFRDCs) contemplating submitting a proposal, as either a prime or subcontractor, against this BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC concern in response to a Federal agency RFP for other than the operation of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's sponsoring agency must first make a determination that the effort being proposed falls within the purpose, mission, general scope of effort, or special competency of the FFRDC, and that determination must be included in the FFRDC's proposal. In addition, the non-sponsoring agency (in this case AFLCMC) must make a determination that the work proposed would not place the FFRDC in direct competition with domestic private industry. Only after these determinations are made would a determination be made concerning the FFRDC's eligibility to receive an award. 4. Other: a. Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Contracting POC cited in each call for proposals issued under this BAA before deciding to respond to a call for proposals. Foreign contractors should be aware that restrictions apply which could preclude their participation in a program. If no restrictions apply, it will be stated in the call. b. Offerors may be required to access militarily critical data in support of a program. If applicable, it will be stated in the call for proposals for each solicitation topic. Only contractors who are registered and certified with the Defense Logistics Agency (DLA) and have a legitimate business purpose may participate in this solicitation. Contact the Defense Logistics Agency, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your proposal. c. There are no limits to the number of proposals an offeror may submit. d. You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date as identified in each call for proposals. IV. FOCUS AREAS 1. Focus Area 1: Geolocation and Tagging, Tracking, Locating The ability to have instant and accurate knowledge of the status and location of friendly and enemy forces and assets is a vital factor in determining the victor of the conflict. This ability becomes even more critical in today's environment of non-linear warfare. Areas of interest within this focus area include: • Emerging precision geolocation techniques. These techniques may combine air and space assets by fusing the data sources to improve overall accuracy. • Innovative methods of correlating and deconflicting Joint Blue Force Situational Awareness (JBFSA) information using the latest technologies (e.g., artificial intelligence, fuzzy logic, self-learning applications) to enhance situational awareness (SA). • Tools to provide JBFSA location data to crews in aircraft cockpits, tanks, artillery, etc. in real-time. Current dissemination architectures may be modified to get pertinent real-time JBFSA data to shooters. Methods of routing digital information with minimal man-in-the-loop operations, across various interfaces, formats and mediums are needed. • New and emerging technologies to tag and track blue, coalition or red forces. These technologies should be non-intrusive, covert, easily applied and sustained, and can be easily integrated into existing architectures, devices and operations concepts. • Populating and improving Common Operational Pictures (COPs) and exchanging data. • Alternative navigation methods less reliant on Global Positioning System (GPS) or innovative methods of augmenting GPS to make it less vulnerable. • Exploitation of emerging wireless network capabilities. 2. Focus Area 2: Sensor, Data Fusion and Dissemination This focus area is interested in exploiting existing or planned space-based IR sensors or other sensors whose primary mission is not battlespace awareness. These additional sensors may include the integration of commercial and civil (NASA, NOAA) systems. The emphasis is on deriving data or information for the BA/TI missions in real or near real-time, and easily fusing or correlating these products with the products from systems designed specifically for the BA/TI missions. For the purpose of this focus area, the Battlespace is on the ground. Respondees should describe how and to what extent their concept addresses one or more of the following issues: • How do the proposed systems or algorithms improve our ability to identify known IR emitters/emissions? • How do the proposed systems or algorithms improve our ability to identify and/or characterize moving targets? • How do the proposed systems or algorithms help in extracting new targets of interest? • How do the proposed systems help in geolocation of IR emitters/emissions? • How do the proposed systems help in differentiation of closely spaced IR emitters/emissions? • How do the proposed systems help in characterizing the target signatures beyond what is available from existing IR-based systems? • How do we implement time-dominant cloud computing architecture to facilitate data sharing and fusion among data providers and customers? • How do we develop and implement data standardization and harmonization across the range of sensors? 3. Focus Area 3: Unconventional/Asymmetric Warfare/Support to Special Operations Unconventional/Asymmetric warfare is unique mission set with unique requirements. Special Operations Forces (SOF) are integrated with all service branches in support of the Joint fight to include paramilitary forces in support of Homeland Security. The new relationships between military, non-traditional civilian, and/or coalition forces will often require the sharing of releasable versions of classified capabilities or products. Tools and architectures used to achieve this ability must be capable of rapid data transfer; and they must be interoperable with a variety of other systems, including conventional and unconventional military, paramilitary, and civilian systems. The high mobility of these forces and the variety of mission types involved in such warfare mandate that devices used in such operations have small footprints, low weights, are easy to use, and have multifunctional operation to support these missions. Most of these systems must be human transportable. If devices have a user interface, consideration should be given to making the interface available in foreign languages. These forces depend on robust communication architectures and accurate, timely information flow. That information exchange must be scalable and tailored to the specific mission. Regardless of the information being relayed, the issue is how to disseminate this time sensitive data from US and/or Coalition forces throughout a multinational coalition group. Areas of interest within this focus area include: • Cyber effects to enable irregular warfare. • Space force enhancement (e.g., SATCOM, PNT, space weather). • Tools to detect Improvised Explosive Devices (IEDs) with sufficient timeliness and standoff range to allow safe disarming or avoidance. • Tools to fuse behavioral models and/or historical data with current ISR capabilities to accurately predict future IED events or geographical areas for concern. • Tools to detect,, target, and track weapons of mass destruction. • Methods to link local area data networks via satellite to a COP. • Commercially available device(s)/application(s) that can be used to merge military and civilian capabilities. Technology solutions should consider classification/releasability of data, size and weight issues, and compatibility with current and future systems. Emphasis should be placed on achieving a relatively high data rate to "disadvantaged" users such as SOF, to enable the timely receipt of actionable data. • Tools, equipment, and software to support Special Operations Forces. • Tools and equipment that enable wide-band, low profile communications in man-pack portable configurations to include LPI/LPD/LPX capabilities. • Communication encryption software that has the potential to meet TYPE I standards. • Commercial foreign-releasable tools for imagery analysis and download, situational awareness, mission planning, and force tracking. • Multi-role Antenna arrays needed for aircraft with roll-on, roll-off installation without requiring aircraft modification. • Tools to enhance Building Partnership Capacities and coalition partners' mission capabilities and effectiveness. 4. Focus Area 4: Situational Awareness Persistence can be achieved with long loitering assets or with sophisticated exploitation techniques (e.g., change detection). Persistent SA leverages capabilities of both national reconnaissance assets and theater assets to provide decision makers needed information at the time and in the format needed and feeds tools that provide comprehensive battlespace awareness. Persistent SA provides "the means to find, fix and finish combat operations against new and elusive foes:" dynamic targeting, all-weather precision, restrictive rules of engagement, collateral damage control and security access issues. AF TENCAP is looking for innovative ideas/concepts that leverage both our national systems capabilities and leading-edge technologies, to provide a significant enhancement to our Persistent SA capability. Specific areas of interest include: • Timely, all weather detection, identification and location of hard and buried targets. • Near-real-time detection, location and identification of Personal Communications Systems. • Indications and warnings of imminent or potential threats and activities of interest. • Detection, location and identification of targets employing advanced camouflage, concealment and deception tactics (camouflage, foliage obscuration, co-located with civilians). • Detecting, identifying and locating difficult to detect and LPI/LPD/LPX signals such as short up-time/blinking emitters, frequency hopping and spread-spectrum signals, and low power signals/jammers, etc.. • Timely detection, characterization and location of intentional and unintentional electromagnetic interference affecting military or commercial SATCOM. • Detection, characterization, and geolocation of the source of attacks against our space assets. • Automated, multi-INT data mining, data fusion, exploitation, and analysis systems/tools that leverage multi-sensor/multi-platform data to provide reliable, scalable, contacting and time dominant intel and reporting. • Automated exploitation systems that include effective multi-intelligence data mining capabilities and/or automated target recognition capabilities. • Effective Specific Emitter Identification (SEI)/Specific Emitter Tracking (SET) capabilities that address multiple targets, across all of the electromagnetic spectrum, moving or stationary, real or decoy. • Remote chemical/biological agent detection and identification. Due to high false alarm rates using existing passive sensors, explore active sensing technology to increase sensitivity and reduce false alarms over current deployed systems. In addition, dissemination of accurate chemical/biological detection identification and characterization via existing battlefield architectures as well as population of common operating pictures for a more complete battlefield status is desired. 5. Focus Area 5: Space Situational Awareness Many space systems have been developed for specific purposes and are used only for their primary intended missions. This interest area includes exploiting planned and existing space and ground based sensors for SSA missions which may not be the primary or intended purpose of the sensors. The goal is to use these sensors to map/track or improve mapping/tracking of space objects. The products developed under this focus area need to be used eventually on a Common Operating Environment (COE) platform and integrated with a visualization tool; however, development of the COE is not the goal of this focus area. • How do we develop and implement data standardization and harmonization across the range of sensors contributing to SSA? • How do we perform IR multi-stage correlation, sensor cross-cueing in the Space Surveillance Network, and multi-source fusion of space tracks using IR and radar? • How do we develop software to determine space systems ops status, and sensor coverage of space? • How do we provide the capability to correlate and fuse imagery, optical, and other INTs, both of space objects and from space sensors, with IR and radar? • What capabilities exist to integrate space systems C2 with Space & Terrestrial sensor status and configuration? • How do we create an interface for an enhanced visualization tool to feed a space COP display? • How do we leverage multiple phenomenologies (e.g., polarimetry, spectral data, RF emissions) from existing systems to better satisfy our satellite intelligence needs? • How do we use existing or planned sensors, including those with a non-SSA mission, to manually or automatically track space objects? • How do we implement a real-time cloud computing architecture to facilitate data sharing and fusion among data providers and customers? • How do we enhance, integrate or improve applicable "walker" capabilities? 6. Focus Area 6: Cyber and Spectrum Warfare Operations AF TENCAP seeks to leverage innovative cyber and/or RF-enabled capabilities in each of the areas defined below to enhance joint warfighting posture for situational awareness (SA), enhanced intelligence, surveillance, and reconnaissance (ISR), operational preparation of the environment (OPE), battle damage assessment (BDA) and offensive cyber purposes. Primary interest is in the development of capabilities which integrate across warfighting domains. Desired capabilities/techniques exclude enterprise IT infrastructure, systems and applications. Specific areas of interest include, but are not limited to, the following: • Capabilities/techniques for RF-enabled capabilities: o Rapid integration of relatively mature RF-enabled cyber capabilities with tactical airframes or special mission platforms. o Rapid development and integration of cyber with software-defined radios. o Rapid development of highly sophisticated EW techniques and/or technologies. • Risk reduction prototyping of next-generation, tactical cyber and/or EW capabilities. • Offensive capabilities/techniques against data confidentiality, integrity and availability and active defense (e.g., penetration testing) capabilities. • Cyber and/or EW capabilities that provide obfuscated communications and/or techniques for tactical warfighter platforms to achieve global reach and access. • Capabilities /techniques that protect tactical warfighter assets against spectrum or electromagnetic interference (EMI) threats o Capabilities/and or techniques that provide indications and warnings (I&W), situational awareness (SA) and/or automated force protection countermeasures. • Capabilities and/or techniques that support cyber and/or EW operational preparation of the environment (OPE), enhanced ISR, measures of effectiveness/performance (MOE/MOP), and /or battle damage assessments (BDA). • End to end command and control (C2) infrastructure specifically tailored to the projection of full-spectrum tactical cyber capabilities. 7. Focus Area 7: Air Superiority Achieving Air Superiority encompasses a broad range of capabilities in many mission areas spanning air, space and cyber domains. In order to fully characterize the relevant Science and Technology (S&T) trends that will shape future capabilities required for Air Superiority. Tools should be developed in critical mission areas of persistent battlespace awareness including sensors/sensor suites, robust, net-centric operations, offensive and proactive defensive cyber capabilities and rapid global mobility. The technologies will come primarily from non-material solutions and should be developed to enhance the core tenants of Air Superiority and ensure a streamlined approach to further enhance campaign planning in an A2/AD environment. • Survivable and secure netted tools and technologies that attain or enhance robust, survivable, and flexible LPI/LPD high-bandwidth communications and datalink architectures to effectively execute command and control in an A2/AD environment. • Survivable, interoperable, multi-platform, full-spectrum, state-of-the-art offensive and defensive electronic warfare (EW) capabilities--electronic Attack (EA), electronic protect (EP), and electronic support (ES). • Integrate off-board sources (space-based, government and commercial) to improve organic precision direction-finding (DF) and geolocation of threat systems and enhance situational awareness. • Tools to expand the capabilities of aircraft to carry additional and/or standoff weapons loads in different configurations. 8. Focus Area 8: Command, Control and Spectrum Utilization Effective command and control systems should provide commanders the means to synchronize action to achieve joint objectives in what will be a contested and degraded electromagnetic and information environment. They should be sufficiently robust, scalable, flexible, and rapidly deployable to enable commanders to fully exploit air, space, and cyberspace capabilities, and employ decision tools and displays that provide decision makers with full-spectrum all-source battlespace visibility. These demands will drive the need for universal, survivable, self-healing, adaptive, secure, jam-resistant, and interoperable networks connecting users from diverse organizations who operate across numerous security levels and in vastly different geographic, environmental, technological, and threat contexts. These capabilities maintain C2 presence while providing a balance between maximizing C2 ability to conduct distributed operations for maximum reachback and minimum forward footprint while mitigating the risk of relying on beyond-line-of-sight (BLOS) communications, links, and cyber linkages that could be lost or denied. • Tools to better integrate space assets and capabilities into both theater planning systems, command and control, and airborne support and execution platforms. • Technologies to generate comprehensive and accurate air, surface (land/ maritime), space, and cyberspace (to include enemy, friendly, and neutral force information) common operating pictures available to networked warfighters. • Ability to receive, fuse, and transmit data across multiple domains or multinational system architectures • Responsive and assured access to timely and relevant decision quality information. • Long-range, high-confidence real-time combat identification. • Planning tools and decision aids to fully integrate non-kinetic capabilities into campaign planning and execution. • Capabilities to counter offensive and defensive directed energy (DE), anti-satellite (ASAT), and EW advanced threats. • Technologies to enhance typical telecommunications to increase capability, such as full motion video (FMV), video telecommunication (VTC), or machine-to-machine data collaboration. 9. Focus Area 9: Real-Time/Near Real Time Large Data Analytics and Virtualization AF TENCAP has an existing prototype cloud computing architecture for information sharing and innovative association of data based on the NSA-developed "Ghost Machine" (GM) and DoD's "Red Disk" architecture. The AF TENCAP cloud architecture is one of the first JWICS nodes with an authority to operate (ATO) and is an operational "pathfinder" demonstrating operational capabilities to provide cost effective, enterprise-level tools and analytic services across the DoD and IC. The enterprise increases access and visibility of data to Warfighters and analysts through attribute-based access controls which enables accelerated analysis of the data to create information. The increased availability of information results and technology allow analysts to rapidly identify unique associations across multiple domains that were previously lost in the volume, velocity and variety of data. U.S. Government agencies are slowly moving away from the use of relational and proprietary databases, which require matching proprietary hardware, software and licensing. The use of virtual technologies and implementation of "cloud" techniques greatly reduce these overhead costs while enabling diverse data elements to be stored in the same electromagnetic space without any predefined associations or relationships. Areas of interest within this focus area include: • Large data analytics for the analysis, correlation and/or association of data from all other AF TENCAP focus areas to operate in the cloud environment. In particular those working with NoSQL-type databases. • Tools/methods to expedite and/or automate data tagging, classification, indexing and ingestion of structured and unstructured data sets. • Visualization tools and techniques for multi-domain, object-based intelligence and information sets. Preferably Ozone Widget Framework compatible, and browser agnostic • Agile techniques to migrate/integrate existing "legacy" applications and relational data stores with "cloud" architecture while preserving system certification and accreditation. • Applications, analytic tools and techniques which ensure future integration with other "cloud" architectures. V. WHITE PAPER REVIEW INFORMATION 1. Two-step solicitation process: The Air Force reserves the right to use a two-step solicitation process. If applicable, the call will specify and describe the two-step process, which will normally follow these general guidelines: FIRST STEP solicits a request for an abstract/white paper and a rough order of magnitude (ROM) cost. These will be evaluated by a government team that will determine which of the abstracts/white papers have the most promise of meeting AF TENCAP needs. Offerors will be notified of the disposition of their abstract/white paper. Those offerors submitting abstracts/white papers assessed as meeting AF TENCAP needs will be asked to submit a technical and cost proposal. The SECOND STEP consists of offerors submitting a technical and cost proposal within the number of specified days from proposal request within each individual RFP. After receipt, proposals will be evaluated in accordance with the award criteria in Section VIII below and/or as otherwise adjusted in each call for proposals. Proposals will be categorized and subsequently selected for negotiation. The two-step process will only be used if the call so specifies. Intergovernmental Review: If applicable, to be specified in each call for proposals. Funding Restrictions: If applicable, to be specified in each call for proposals. Other Submission Requirements: Specified in each call for proposals, but generally through e-mail. If by electronic submission: URL or e-mail address, whether a password is required and a point of contact that will be available to resolve technical difficulties will be specified in subsequent RFPs. 2. General Instructions: a. Respondees should apply the restrictive notice prescribed in the provision of FAR 52.215-1(e) Instructions to Offerors - Competitive Acquisition. b. Each white paper submitted under this BAA must contain a title of the proposed project and a brief description (up to 250 characters) at the non-proprietary level. Also, provide your DoD Technology Readiness Level, if available. An optional expanded description (up to 8000 characters) may be provided by the offeror with the statement that all information is non-proprietary. This information may be made available to Government personnel outside the AF TENCAP to determine if this concept may be appropriate for their mission. c. The cost of preparing white papers in response to this BAA is not considered an allowable direct charge to any resulting or other contract; however, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205. d. This acquisition involves data that are subject to export control laws and regulations e. White papers submitted under this BAA may be security classified from Unclassified up to the National Program level. There are no provisions for submitting outside these classification levels. f. Respondee white papers shall use no smaller than 12 point Times New Roman font and no longer than 5 pages total. g. Include any known potential transition partners VI. WHITE PAPER CONTENT 1. Title for White Paper (Must be Unclassified, also include a one sentence description of the effort) a. Company Name b. Contracting POC (1) Name (2) Address (3) Phone (4) E-Mail c. Technical POC (1) Name (2) Address (3) Phone (4) E-Mail d. Focus Areas and Application name and number for which that white paper might apply e. Tracking Number for reference (if the company uses tracking identifications) f. Identify if this effort has been or is currently being worked for another federal entity, to include a point of contact and the stage. g. Has this idea been submitted for any previous BAA? If so, what are the relevant changes and include a point of contact for the previous BAA effort(s)? 2. White papers are intended to provide a brief overview of the concept being presented. This is intended to save Respondees time and effort in developing proposals that are outside of the scope or interests of the AF TENCAP. White papers will be initially evaluated based upon very limited criteria. The specific focus is on warfighter impact, technical value, and risk. White papers may not exceed 3 pages, excluding title page along with attachment 1 (Policy Statement for White Papers from Respondees/Offerors Seeking Research Contracts) and shall provide: • A description of the warfighter impact and concept of employment • Its connection to a specific Focus Area (also identify the TRL number (TRL table on page 20) • A description of the technical effort • The lineage of the white paper* • ROM-level cost and schedule estimates * Lineage is of particular interest and importance. The AF TENCAP is more interested in the leveraging of existing space capabilities than in new-starts. Evaluations will strongly consider whether the concept represents a new effort or the continuation or innovative use of an existing effort. VII. WHITE PAPER EVALUATION ASSESSMENTS 1. Evaluation Team. Respondees are hereby notified that the Government intends to utilize an Evaluation Team in the white paper evaluation process and in determining which initiatives should proceed to step two. The Evaluation Team may consist of Government personnel, Federally Funded Research & Development Centers (FFRDC) personnel, Technical Services and Engineering Support personnel, and Systems Engineering and Technical Assistance (SETA) personnel. Evaluation Team members will be required to sign nondisclosure forms and OGE Form 450s prior to their participation. 2. Assessment Areas. The objective of the evaluation is to identify Respondees who will provide the greatest satisfaction of requirements/objectives within funding limitations. The applicability and potential impact of the proposed effort to the AF TENCAP mission will be evaluated. Concepts will be evaluated based on the merit and relevance of the specific effort proposed as it relates to the AF TENCAP focus area objectives and other criteria identified in this section, rather than against other concepts covering the same general area or other areas. The evaluation also includes problem comprehension, and the degree to which the proposed solution(s), if successful, will provide the warfighter capability. Each submission will be prioritized within the scope of the entire AF TENCAP execution mission. White papers will typically be reviewed by the appropriate requiring activity within 30 days after submission by the Respondee. The Government will evaluate white papers based upon the following criteria: Warfighter Impact, Technical Value, and Risk. a. Evaluation Criteria: The selection of one or more sources for award will be based on an evaluation of each offeror's white paper (both technical and cost/price aspects) to determine the overall merit of the white paper in response to the announcement, as well as on Agency need and funding availability. b. Warfighter Impact Assessment. This assessment will address the Warfighter Impact of the concept. The AF TENCAP is most interested in concepts that significantly impact the ability of the warfighter to accomplish their mission and provide dramatic improvement through new mission capabilities that directly address critical problems. Include an architecture of vision with explanation and identify strategic or operational relevancy or a tactical warfighter specifically interested in the capability. c. Technical Value Assessment. This assessment will address or establish the technical worthiness of the proposed effort. Items to be considered include technical approach toward achieving the stated objective(s), and the existence of sufficient technical payoff to warrant risk. Efforts should focus on truly new and unique approaches and techniques to existing systems that lead to, or enable revolutionary and evolutionary improvements in capability, performance, and/or cost. The degree to which the proposed effort presents a new and innovative approach will be evaluated. The AF TENCAP is most interested in projects that are investigating previously unexplored approaches, methods, sources, etc. Of most interest are those ideas that represent a creative use of existing capabilities. This could cover an innovative method of exploiting existing information, or a means to combine existing technologies in a creative manner. New and emerging technologies are of less interest, given the emphasis within the AF TENCAP on leveraging of already proven technologies in a creative manner. However, submissions proposing new systems/emerging technologies are not automatically dismissed and may be considered. Identify the Technology Readiness Level (TRL), preferably TRL numbers 6, 7 and 8 as these are significant and most desired by the Government; however, other TRL numbers will be considered. Refer to the table below to assist with your identification in the white paper. TRL Nr Definition 1 Basic principles observed and reported 2 Technology concept and/or application formulated 3 Analytical and experimental critical function and/or characteristic proof of concept 4 Component and/or breadboard validation in a laboratory environment 5 Component and/or breadboard validation in a relevant environment 6 System/subsystem model or prototype demonstration in a relevant environment 7 System prototype demonstration in an operational environment 8 Actual system completed and qualified through test and demonstration d. Risk Assessment. This assessment will evaluate the proposed approach/white paper's likelihood of success to include cost, schedule, performance and transition. ROM-level cost and schedule estimates should be included. Include a goal to finish transition effort by the end of 18 months (less than 12 months for final demo with six month transition.) The assessment will evaluate the reasonableness and accuracy of the ROM cost/schedule estimate. Efforts will generally be limited to $1 million per concept (or $2.0 million over 2 years). Larger efforts that are considered of particular value to the warfighter will be considered on a case-by-case basis. Transition risk assessment consists of an evaluation of potential risk of project in consideration of the technical performance and TRL level. In general, the table below reflects how the Government will equate transition risk based upon the associated technical performance and TRL level. 3. Review and Selection Process: a. Categories: The technical and cost white papers will be evaluated at the same time and categorized as follows: (1) Category I: Submission is well conceived, scientifically and technically sound, pertinent to the program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. White papers in Category I are determined to be technically acceptable, but will be recommended for award based on availability of funds. They are normally displaced only by other Category I white papers. (2) Category II: Submission is scientifically or technically sound requiring further development and are recommended for acceptance, but are at a lower priority than Category I. (3) Category III: Submission is well conceived, but no warfighter need or requirement can be found to transition product. Concept will be re-considered if/when warfighter requirement is realized. (4) Category IV: Submission is not technically sound or does not meet BAA needs/goals. b. In general, no other evaluation criteria will be used. If other evaluation criteria apply, it will be specified in each call for proposals. The technical and cost white papers will be evaluated at the same time. The Air Force reserves the right to select for award of a contract any, all, part or none of the white paper received. Award of a contract to universities or nonprofit institutions will be subject to the mutual agreement of the parties. VIII. Award Administration Information 1. Award Notices: Offerors will be notified whether their white paper is recommended for award, by e-mail, on or about the date specified in each call. The notification is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award. 2. Administrative Requirements: Any legal restrictions or national policy will be identified in the RFP as will terms on intellectual property, data rights, data sharing, and security requirements.. 3. Reporting: Reporting requirements will be defined in each RFP and annotated in attached contract deliverables, (CDRLs). IX. Agency Contact(s) 1. Address all technical questions to the contracting POC listed on each call: 2. Address contracting questions to the contracting POC listed on each call: Note: The contracting POC(s) for all requirements advertised under this open-ended BAA will be specified with each individual call for proposal. X. Proposal and Submission Information 1. Overview: Proposals submitted shall be in accordance with this announcement and any instructions in the individual RFP. 2. Content and Form of Proposal Submission: The paragraphs below identify proposal format and content. Proposals should be addressed to the Contracting Point of Contact (POC) stated in each call for proposals. a. General Instructions: Offerors should apply the restrictive notice prescribed in the provision of FAR 52.215-1(e) Instructions to Offerors-Competitive Acquisition. Offerors should consider proposal instructions contained in the Broad Agency Announcement (BAA) Guide for Industry, which can be accessed on line at http://www.wpafb.af.mil/shared/media/document/AFD-120614-075.pdf. This guide is specifically designed to assist the offeror in understanding the BAA proposal process. Technical/management and cost volumes should be submitted in separate volumes, and must be valid for 180 days from submission. Proposals must reference the announcement number assigned to each RFP issued hereunder. Offerors must submit one-original electronic proposal via e-mail to the Contracting POC in a format identified in each call for proposals. Offerors are required to submit the technical/management volume in MS-Word and the cost/business volume in MS-Word, with a cost proposal spreadsheet in MS-Excel with no locked references or formulas. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government and direction from other than the contracting officer is unauthorized. The cost of preparing proposals in response to any call for proposals under this BAA is not considered an allowable direct charge to any resulting or any other contract; however, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. b. Technical/Management Proposal: (1) Proposal Structure: The technical/management volume shall be presented as a single document. (2) Page Limitations: The following describes the page limitations on the proposal submittal: (a) Prepared and submitted in MS Office Word format, the number of pages for each volume (technical/management/cost) for any type contract or Assistance Instrument, will be specified in each call for proposals. (b) Font shall be standard 10-point business font Arial. (c) Character spacing must be "normal," not condensed in any manner. (d) Pages shall be double-spaced, single-sided, 8.5 by 11 inches, with at least one-inch margins on sides, top and bottom. Lines between text lines must also be 10-point. (e) All text, including text in tables and charts, must adhere to all font size and line spacing requirements listed herein. Font and line spacing requirements do not have to be followed for illustrations, flowcharts, drawings, and diagrams. These exceptions shall not be used to circumvent formatting requirements and page count limitations by including lengthy narratives in such items. (f) Pages shall be numbered starting with the cover page being Page 1, and the last page being Page (to be determined in each call for proposals). The page limitation covers all information including indices, photographs, foldouts (counted as 1 page for each 8.5 by 11 portion) tables, charts, appendices, attachments, resumes, etc. (g) The proposal page limit does not include the offeror's proposed Statement of Work (SOW); however, the same formatting rules apply to the SOW. The page limit of the SOW will be specified in each call for proposals. (h) Due to continuing attempts by numerous offerors to obtain an unfair advantage by failing to conform to the formatting rules above, the Government will check the proposal and SOW for conformance to the stated requirements. Any pages in excess of the stated page limitation after the format check will not be considered. In addition if the proposal or SOW does not conform to the above requirements, a notification will be sent to the offeror's company management to advise of the nonconformance. (3) The proposal shall include a discussion of the nature and scope of the problem being addressed (as outlined in the call for proposal, but elaborated based on the offeror's breakdown of the problem), and the proposed solution, technical approach and schedule. In addition, all offerors will describe their past proven experience in rapid prototyping of technical solutions, provide descriptions of available equipment, data and facilities, and submit short resumes of key personnel who will be participating and your opinion and reasoning of the complexity of the effort. This volume shall include a SOW detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Do not include any proprietary information in the SOW. Refer to the BAA Guide for Industry referenced above to assist in SOW preparation. (4) Any questions concerning the technical proposal or SOW preparation shall be referred to the Contracting Officer. c. Cost/Business Proposal: (1) Separate the proposal into a business section and cost section. The business section should contain all business aspects to the proposed contract, such as type of contract, any exceptions to terms and conditions of the model contract, any information not technically related, etc. Provide rationale for exceptions. Cost proposals have no limitations; however, offerors are requested to keep cost proposals to 20 pages as a goal. The proposal shall be furnished with supporting schedules and shall contain a person hour breakdown per task. Refer to the BAA Guide for Industry for detailed proposal instructions. (2) Subcontracting plans, for efforts anticipated to exceed $650,000, shall be submitted along with the technical and cost proposals. Reference FAR 19.704, DFARS 219.704, and AFFARS 5319.704(a)(1) for subcontracting plan requirements. Small business concerns are exempt from this requirement. d. Proposal Content Summary: You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date. Reference Section XI Paragraph 8 for a checklist of the requirements. e. Proposal Due Date and Time: Specified in each call for proposals to this solicitation. NOTE: Proposal receipt after the due date and time shall be governed by the provisions of FAR 52.215-1(c)(3). NOTE: Intent to Propose: Offerors that anticipate submitting a proposal are requested to submit an e-mail to the contract POC specified in each call for proposals. The intent to submit a proposal should include the name of the contractor and the contractor's POC. XI. Other Information 1. Acquisition of Commercial Items: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of a published call. 2. Support Contractors: Offerors are advised that employees of commercial firms under contract to the Government may be used to administratively process proposals, monitor contract performance, or perform other administrative duties requiring access to other contractors' proprietary information. These support contracts include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished. 3. Wide Area Work Flow: NOTICE: Any contract award resulting from this solicitation will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Pursuant to that clause, the Department of Defense is adopting Wide Area Work Flow-Receipt and Acceptance (WAWF-RA). Any contract resulting from this solicitation will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your local DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil. Note: This WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCAA. 4. Item Identification and Valuation. Any contract award resulting from this solicitation may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Dec 2013) which requires unique item identification and valuation of any deliverable item; subassemblies, components, and parts embedded within an item; when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 Policy for Valuation, it is DoD policy that contractors shall be required to identify the Government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. 5. Excessive Pass-Through Charges. As prescribed in DFARS 215.408(3), provision 252.215-7003, "Excessive Pass-Through Charges - Identification of Subcontract Effort, is contained in this solicitation (as shown below). Any contract valued greater than $650,000, resulting from this solicitation, shall contain the Clause at DFARS 252.215-7004, Excessive Pass-Through Charges (APR 2007). This clause requires the contractor to notify the Contracting Officer in writing if: (1) The Contractor changes the amount of subcontract effort after award such that it exceeds 70 percent of the total cost of work to be performed under the contract, task order, or delivery order. The notification shall identify the revised cost of the subcontract effort and shall include verification that the Contractor will provide added value; or (2) Any subcontractor changes the amount of lower-tier subcontractor effort after award such that it exceeds 70 percent of the total cost of the work to be performed under its subcontract. The notification shall identify the revised cost of the subcontract effort and shall include verification that the subcontractor will provide added value as related to the work to be performed by the lower-tier subcontractor(s). 252.215-7003 Excessive Pass-Through Charges - Identification of Subcontract Effort. EXCESSIVE PASS-THROUGH CHARGES- IDENTIFICATION OF SUBCONTRACT EFFORT (MAY 2008) (a) Definitions. Added value, excessive pass-through charge, subcontract, and subcontractor, as used in this provision, are defined in the clause of this solicitation entitled ‘‘Excessive Pass-Through Charges'' (DFARS 252.215-7004). (b) General. The offeror's proposal shall exclude excessive pass-through charges. (c) Performance of work by the Contractor or a subcontractor. (1) The offeror shall identify in its proposal the total cost of the work to be performed by the offeror, and the total cost of the work to be performed by each subcontractor, under the contract, task order, or delivery order. (2) If the offeror intends to subcontract more than 70 percent of the total cost of work to be performed under the contract, task order, or delivery order, the offeror shall identify in its proposal- (i) The amount of the offeror's indirect costs and profit applicable to the work to be performed by the subcontractor(s); and (ii) A description of the added value provided by the offeror as related to the work to be performed by the subcontractor(s). (3) If any subcontractor proposed under the contract, task order, or delivery order intends to subcontract to a lower-tier subcontractor more than 70 percent of the total cost of work to be performed under its subcontract, the offeror shall identify in its proposal- (i) The amount of the subcontractor's indirect costs and profit applicable to the work to be performed by the lower-tier subcontractor(s); and (ii) A description of the added value provided by the subcontractor as related to the work to be performed by the lower-tier subcontractor(s). (End of provision) 6. Ombudsman: The Ombudsman clause, AFFARS 5352.201-9101 Ombudsman (Aug 2005) will be contained in any contracts or agreements resulting from this Solicitation. The AF TENCAP Ombudsman is: Ms. Jill Willingham, AFLCMC/AQP 1790 10th Street Wright-Patterson AFB, OH 45433-7630 Tel: 937-255-5472 jill.willingham@wpafb.af.mil 7. Post-Award Small Business Program Rerepresentation: As prescribed in FAR 19.308, FAR Clause 52.219-28, "Post-Award Small Business Program Rerepresentation (JUN 2007)," is incorporated by reference in this solicitation. This clause will be contained in any contracts resulting from this solicitation. This clause requires a contractor to rerepresent its size status when certain conditions apply. The clause provides detail on when the rerepresentation must be complete and what the contractor must do when a rerepresentation is required. 8. Proposal Content Checklist: You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date. a. Proposals are due to the Contracting POC specified in each call for proposals. b. Proposals are due no later than the due date and time specified in each call for proposals. c. Proposal page limits are strictly enforced. See Section IV.2.b. & c. and the requirements of each call for proposals under the BAA for page limitations. d. Completed Certifications and Representations (Section K) are due with the proposal. Certifications and Representations (Section K) can be found at http://www.wpafb.af.mil/library/factsheets/factsheet.asp?id=6790 under the Sample Contract Documents title of the Business Resources Header. In the interests of transformation and streamlining and in order to be in position to award within days of completion of the technical evaluation, it is imperative that you review the model contract appropriate for your business type and provide with your proposal any exceptions to terms and conditions. e. The Cost/Business Proposal must contain all information described in the Content and Form of Proposal Section. f. For any subcontracts proposed, the Cost/Business Proposal must contain a subcontractor analysis IAW FAR 15.404-3(b). g. The Cost/Business Proposal must contain any exceptions to the sample Model Contract Terms and Conditions. (See http://www.wpafb.af.mil/library/factsheets/factsheet.asp?id=6790 for sample model contracts.) However, be advised that the document awarded may include contract line items (CLINs)/clauses/articles in addition to those in the models, and/or some of the CLIN/clauses/articles in the models may be deleted, depending on the specific circumstances of the individual program. Any additions or deletions will be discussed with the offeror prior to award of the document. h. Offerors other than small businesses are to include a subcontracting plan in Microsoft Word Readable Format on a CD ROM as well as a hard copy. i. Proposals must be submitted in the format specified in Section IV. j. Offerors who have Forward Pricing Rate Agreements (FPRA's) and Forward Pricing Rate Recommendations (FPRR's) should submit them with their proposal. k. If a DD254 is applicable, offerors must verify their Cognizant Security Office information is current with Defense Security Service (DSS) at www.dss.mil. l. If effort is subject to export control, offerors must submit a Certified DD Form 2345, Militarily Critical Technical Data Agreement, with proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/USAFWC-BAA-14-01/listing.html)
 
Record
SN03405185-W 20140626/140625022605-f100e1d9b46a906cde5483d6676b11f5 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.