MODIFICATION
A -- ELINT COLLECTION, PROCESSING, AND EXPLOITATION
- Notice Date
- 12/30/2014
- 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/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
- ZIP Code
- 13441-4514
- Solicitation Number
- BAA-RIK-14-04
- Point of Contact
- Gail E. Marsh, Phone: 315-330-7518
- E-Mail Address
-
Gail.Marsh@us.af.mil
(Gail.Marsh@us.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.5: Add Paragraph 5 with information on the Government approved accounting system requirement; (b) Section IV.1: Added new URL for BAA Guide to Industry and the Proposal Preparation Instructions; (c) Section IV.2: Removed two reference to proposals. Directions are now specific to white papers (see Proposal Preparation Instructions for proposal guidance.); (d) Section IV.7: Updated the AFRL Rome Research Site Information Protection Officer's name and phone number; and (e) Section VII: Updated the AFFARS Clause 5352.201-9101 version. 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- RIK-14-04 CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The overall technical objectives of this BAA are to employ existing and emerging technologies to develop and demonstrate automated, real-time signal detection, processing, exploitation, and reporting capabilities of existing and emerging Electronic Intelligence (ELINT) signals in support of ground and airborne Intelligence, Surveillance, and Reconnaissance (ISR) platforms. Technology applications include, but are not limited to: (1) the enhancement of ELINT signal processing software and hardware to address the increased complexity and volume of the ELINT battlespace; (2) the enhancement of collection system efficiency for single and multi-platform collection optimization and management; (3) the development of technology for the detection and exploitation of emerging ELINT signals and systems; and (4) the enhancement of effectiveness of databases that use existing multi-source, multi-platform, real-time collection systems. Detailed scope and definition of problems are as follows: (1) ELINT emitter detection, identification, geolocation, and tracking: Battlefield management depends heavily on ELINT assets to provide current threat analysis and assessment for successful war-fighting planning and resource management; a need for real-time detection, identification, geolocation, tracking, and reporting is required to prosecute existing and emerging ELINT systems that employ short-up-time tactics in Anti-Access Area Denial (A2AD) regions; (2) Automated signal collection, identification and first level processing: emerging ELINT systems employ advanced modulation, Low Probability of Intercept (LPI) signals that dictate the need for automated, dynamic collection using both on-board/off-board assets; (3) Enhanced digital ELINT processing: Environment complexity, as well as advanced collection hardware technology, demands growth in the digital ELINT processing arena; (4) Multi-sensor/multi-processor collection management: Networked SIGINT sensors extend the sensor virtual collection space, thus significantly enhancing the potential to collect emerging 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, software and hardware. 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: FY14 - $10.2M; FY15 - $10.2M; FY16 - $10.1M; FY17- $9.8M; and FY18- $9.6M. Individual awards will not normally exceed 36 months with dollar amounts ranging from between $100K to $5M 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 depending on the nature of the work proposed. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All qualified applicants who meet the requirements of this BAA may apply. This BAA is closed to foreign participation at the Prime Contractor level. Foreign Ownership, Control or Influence (FOCI) companies who have mitigated FOCI may inquire as to eligibility by contacting the contracting office focal point, Gail E. Marsh, Contracting Officer, telephone (315) 330-7518 or e-mail Gail.Marsh@us.af.mil for verification prior to submitting a white paper. Please reference BAA RIK-14-04. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. SYSTEM FOR AWARD MANAGEMENT (SAM). Offerors must be registered in the SAM database to receive a contract award, and remain registered during performance and through final payment of any contract or agreement. Processing time for registration in SAM, which normally takes forty-eight hours, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration before submitting a proposal. 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 5. GOVERNMENT APPROVED ACCOUNTING SYSTEM: An offeror must have a government approved accounting system prior to award of a cost-reimbursement contract per limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining costs applicable to the contract. The acceptability of an accounting system is determined based upon an audit performed by the Defense Contract Audit Agency (DCAA). IMPORTANT: If you do not have a DCAA approved accounting system access the following link for instructions: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab= core&_cview=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 "Broad Agency Announcement (BAA): Guide for Industry," May 2012, and Proposal Preparation Instructions, Aug 2013, may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab =core&_cview=1 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, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers shall be double spaced with a font no smaller than 12 points. 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-RIK-14-04 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 14 should be submitted by 30 January 2014; FY 15 should be submitted by 15 December 2014; FY 16 should be submitted by 15 December 2015; FY 17 should be submitted by 15 December 2016, FY 18 should be submitted by 15 December 2017. White papers will be accepted until 2pm Eastern time on 28 Sep 2018, but it is less likely that funding will be available in each respective fiscal year after the dates cited. The closing date of this BAA is 2pm Eastern time on 28 Sep 2018. 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/RIGC 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 offeror 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. Awards may be classified up to and including Top Secret/SCI. Offerors 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: http://www.dss.mil/. 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/RIGC, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK-14-04. Electronic submission is NOT authorized. Questions can be directed to the cognizant technical POC, Charles Estrella, Charles.Estrella@us.af.mil, 315-330-7160. In the event of a possible or actual compromise of classified information in the submission of your white paper or proposal, immediately but no later than 24 hours, bring this to the attention of your cognizant security authority and AFRL Rome Research Site Information Protection Office (IPO): Vincent Guza 315-330-4048 0730-1630 Monday-Friday 315-330-2961 Evenings and Weekends Email: vincent.guza@us.af.mil V. APPLICATION REVIEW INFORMATION: 1. White papers and proposals will be evaluated through a peer or scientific review process using the following criteria, which are listed in descending order of importance, and 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. 3. POTENTIAL FOR ADEQUATE PRICE COMPETITION. The Government may simultaneously evaluate proposals received under this BAA from multiple offerors. In this case, the Government may make award based on adequate price competition, and offerors must be aware that there is a possibility of non-selection due to a proposal of similar but higher-priced technical approach as compared to another offeror. 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 Confidential, SECRET, TOP SECRET or TS/SCI facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET, TOP SECRET or TS/SCI information at the time of award. The offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. This acquisition may involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Information Service (DLIS) at http://www.dlis.dla.mil/jcp/ and have a legitimate business purpose may participate in this solicitation. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at the DLA Logistics Information Service, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084, telephone number 1-800-352-3572. You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your proposal. 3. DATA RIGHTS: The potential for inclusion of Small Business Innovation Research (SBIR) or data rights other than unlimited on awards is recognized. In accordance with (IAW) the Small Business Administration (SBA) SBIR Policy Directive, Section 8(b), SBIR data rights clauses are non-negotiable and must not be the subject of negotiations pertaining to an award, or diminished or removed during award administration. Issuance of an award will not be made conditional based on forfeit of data rights. If the SBIR awardee wishes to transfer its SBIR data rights to the Air Force or to a third party, it must do so in writing under a separate agreement. A decision by the awardee to relinquish, transfer, or modify in any way its SBIR data rights must be made without pressure or coercion by the agency or any other party. Non-SBIR data rights less than unlimited will be evaluated and negotiated on a case-by-case basis. Government Purpose Rights are anticipated for data developed with DoD-reimbursed Independent Research and Development (IR&D) funding. 4. REPORTING: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process for the reports. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Charles Estrella AFRL/RIGC Telephone (315)-330-7160 Email: Charles.Estrella@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Gail Marsh AFRL/RIKA Telephone (315) 330-7518 Email: Gail.Marsh@us.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 (Apr 2014) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Ms. Barbara Gehrs AFRL/PK 1864 4th Street Building 15, Room 225 Wright-Patterson AFB OH 45433-7130 FAX: (937) 656-7321; Comm: (937) 904-4407 Email: Barbara.Gehrs@us.af.mil 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-RIK-14-04/listing.html)
- Record
- SN03606598-W 20150101/141230234405-15aa463bdd59ece0940f7a96201eed00 (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 |