MODIFICATION
A -- Knowledge Aided GEOINT Latency Reduction (KAGLR)
- Notice Date
- 9/24/2019
- Notice Type
- Modification/Amendment
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and 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
- FA8750-17-S-7004
- Point of Contact
- Amber Buckley, Phone: 315-330-3605
- E-Mail Address
-
amber.buckley@us.af.mil
(amber.buckley@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Amendment 4 to BAA FA8750-17-S-7004 The purpose of this amendment is to modify: 1. Section I-Technology Requirements, update the Full-Spectrum GEOINT (FSG) sub-discipline description; 2. Section IV.1. Submission Dates and Times, the FY20 white paper date is revised; 3. Section IV.2, replace reference to Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number; 4. Section VI.1, the RI-Specific Proposal Preparation Instructions date is updated to JUL 2019; 5. Section VI.4, paragraphs d & e are added; 6. Section VI.7, paragraph (d) is added; 7. Section VII, the OMBUDSMAN is updated. No other changes have been made. SUMMARY OF CHANGES : 1. Section I-Technology Requirements is revised to update the Full-Spectrum GEOINT (FSG) sub-discipline description as follows: I. TECHNOLOGY REQUIREMENTS: The Air Force Research Laboratory is soliciting white papers under this Broad Agency Announcement (BAA) for research, development, integration, test and evaluation of technologies/techniques to provide geospatial intelligence (GEOINT) in all its forms and from whatever source - imagery, imagery intelligence, or geospatial data and information - to ensure a solid foundation of knowledge for planning, decision, and action while creating tailored, customer-specific geospatial intelligence, analytic services, and solutions. The Department of Defense (DoD) and the Intelligence Community (IC) intend to meet future customer intelligence needs through anticipatory analysis that is both robust and holistic. GEOINT encompasses all aspects of imagery and includes, but is not limited to, data ranging from the ultraviolet through the microwave portions of the electromagnetic spectrum, as well as information derived from the analysis of literal imagery; geospatial data; georeferenced social media; and information technically derived from the processing, exploitation, literal, and non-literal analysis of spectral, spatial, temporal, radiometric, phase history, polarimetric data, fused products, and the ancillary data needed for data processing and exploitation, and signature information (to include development, validation, simulation, data archival, and dissemination). Improving analytic workflows and capabilities, the DoD & IC stakeholders will require the development of new analytic techniques, an environment that can quickly leverage new technologies, and integration of advanced geospatial sensor data to enable more sophisticated analytic products and services. The intent is to take advantage of the full-spectrum of geospatial phenomenologies while leveraging both traditional and non-traditional sources. To take advantage of these emerging capabilities, the GEOINT community needs to evolve analytical tradecraft. Potential solutions must adhere to applicable DoD & IC security & Cyber-related and information assurance directives while addressing enterprise-wide stakeholder requirements specific to GEOINT timeliness, quality, & latency metrics. Executing pioneering collection strategies and developing innovative, full-spectrum capable technologies and services will enable the delivery of cost-efficient, flexible solutions that effectively mitigate intelligence gaps and greatly reduce or eliminate today's latency challenges. The KAGLR BAA seeks significant advances to the DoD-IC, and other government agency's GEOINT-related missions across the following sub-disciplines: • Full-Spectrum GEOINT (FSG) - FSG is derived from multiple sources and correlated to provide actionable intelligence for mission level decisions. Knowledge-based processing and ontological reasoning are required to correlate FSG sources while assessing risks to operational missions. FSG sources includes many sources, such as: • Synthetic Aperture Radar • Bi-static Radar processing & extraction • Thermal Infrared • Panchromatic • Multi- and Hyper-Spectral • Video • Overhead Persistent Infrared techniques • Modality Independent Point Clouds For interoperability of data collected from overhead remote sensing systems involving commercial, government and military platforms, it is required to build a sensor-independent data structure with potential tap points in GEOINT image chain. Solutions need to be developed to improve or streamline various component of GEOINT image chain for achieving sensor or platform neutrality for different phenomenologies in the electromagnetic spectrum. • GEOINT-derived information correlation - Machine Learning (ML) techniques that reduce latency and improve false alarm rates associated with the GEOINT-derived information correlation, data access, and visualization. • Multi-peak data production & extraction - Machine Learning (ML) techniques that reduce the latency associated with the generation & co-registration of multi-peak GEOINT data products; ML techniques for autonomous data extraction from multipeak GEOINT data sets; ML techniques to identify and cull redundant data from multiple datasets. Specific technologies of interest that support and/or complement the sub disciplines referenced include the following: Convolution Neural Networks / Neural Networks to support data tagging; auto-categorization to reduce manual analyst-driven tasks; Bayesian network implementations that improve analytic confidence and reduce critical reporting/response timelines; Cloud-based graphic processing unit (GPU) implementations that increase speed and efficiency of automated extraction techniques; and Cloud-based High Performance Computing (HPC) & Artificial Intelligence (AI) acceleration technologies to improve the speed and accuracy of image recognition applications & techniques. In the development of solutions, consideration must be given to cyber-security and information assurance. Information Systems need to be developed with security and security interfaces so that the application of various security practices are transparent to the user, ensuring efficient system use with a high level of security. Additionally, with the Intelligence Community's transition to the Intelligence Community Information Technology Enterprise (IC ITE), additional consideration must be given to Assured Cloud Computing. Security risks related to the technologies, software and systems under development and the eventual deployment environment should be considered. As a cloud environment relies heavily on distributed assets, it is necessary to develop approaches to fulfill the 3 pillars of the CIA triad (confidentiality, integrity, availability). Investigate assured computing architectures and associated technologies that will address the mission shortfalls of the DoD and non-DoD information communities. The KAGLR BAA technologies supporting the sub-disciplines above may require the planning and conducting of field tests to demonstrate the advancement in the specific technology. This includes preparing test plans; acquiring, transporting, deploying, and operating all equipment; operating and measuring ground truth sources; evaluating and monitoring test execution; and documenting all test results. The innovative technologies, applications and techniques being pursued under the KAGLR BAA will address significant shortfalls in GEOINT production, reporting, and dissemination choke points which span the Department of Defense and Intelligence Community. Candidate technologies will be evaluated against current requirements for latency, quality, quantity/throughput, and scalability/affordability and will be nominated for transition where appropriate. Section IV.1. Submission Dates and Times, the FY20 white paper date is revised as follows: IV. APPLICATION AND SUBMISSION INFORMATION: All responses to this announcement must be addressed to the Technical Point of Contact (TPOC) listed in SECTION VII. DO NOT send white papers to the Contracting Officer. 1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by 3 PM Eastern Standard Time (EST) on the following dates to maximize the possibility of award: FY17 - 31 Jan 2017 FY18 - 30 Jun 2017 FY19 - 29 Jun 2018 FY20 - 30 NOV 2019 FY21 - 26 Jun 2020 Additionally, white papers will be accepted any time up until 3 PM EST on 30 Sep 2021, but it is less likely that funding will be available in each respective fiscal year if received after the dates cited above. The closing date for this BAA is 30 Sep 2021. All offerors submitting white papers will be contacted by the TPOC, referenced in Section VII of this announcement. Offerors can email the TPOC for status of their white paper/proposal no earlier than 45 days after submission. Section IV.2, Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number reference is replaced as shown below: 2. CONTENT AND FORMAT: Offerors are required to submit three 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: a. Section A : Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone and email)(this section is NOT included in the page count); b. Section B : Task Objective; and c. Section C : Technical Summary and Proposed Deliverables. All white papers shall be double spaced with a font no smaller than 12 point. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) Code, their unique entity identifier and electronic funds transfer (EFT) indicator (if applicable), an e-mail address, and reference BAA FA8750-17-S-7004 with their submission. 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). Section VI.1, the RI-Specific Proposal Preparation Instructions date is updated to JUL 2019; 1. PROPOSAL FORMATING: When developing proposals, reference the AFRL "Broad Agency Announcement (BAA): Guide for Industry," Mar 2015, and RI-Specific Proposal Preparation Instructions, Jul 2019, which may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab=core&_ cview=1. Always reference the newest versions of these documents. Section VI.4, paragraphs d & e are added; d. ACTIONS FOR THE PROTECTION OF INTELLECTUAL PROPERTY, CONTROLLED INFORMATION, KEY PERSONNEL AND CRITICAL TECHNOLOGIES. Offerors who are requested to submit a proposal under this solicitation of grants, cooperative agreements, Technology Investment Agreements, and other non-procurement transactions only shall submit specific information for all key personnel, whether or not the individuals' efforts under the project are to be funded by the DoD. Specific requirements will be detailed in the Request for Proposal (RFP) letter. The information shall be included in the Research and Related/Key Person Profile (Expanded) form ( https://www.grants.gov/forms/r-r-family.html ). This collection only applies to persons identified as key personnel. This information shall not be included in the overall proposal page limits. Failure to submit this information may cause the proposal to be returned without further review, and the DoD reserves the right to request further details before making a final determination on funding an effort. This information will be used to support protection of intellectual property, controlled information, key personnel, and information about critical technologies relevant to national security. Additionally, this information will be used to limit undue influence, including foreign talent programs, by countries that desire to exploit United States' technology within the DoD research, science and technology, and innovation enterprise. e. BURDEN REDUCTION. With the exception of paragraph d. above, in order to reduce grant recipient reporting burden, effective 1 JAN 2019, use of the SF-424B is optional. Also, effective 1 JAN 2020, the SAM will become the central repository for common government-wide certifications and representations required of Federal grants recipients. As registration in SAM is required for eligibility for a Federal award and registration must be updated annually, Federal agencies will use SAM information to comply with award requirements and avoid increased burden and costs of separate requests for such information, unless the recipient fails to meet a Federal award requirement, or there is a need to make updates to their SAM registration for other purposes. (OMB Memorandum M 18-24). Section VI.7, paragraph (d) is added; d. DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors Section VII, the OMBUDSMAN is updated as shown below: 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 (Jun 2016) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman and AFRL Alternate Ombudsman are as follows: Mr. Steven Ewers AFRL/PK 1864 4th Street Building 15, Room 225 Wright-Patterson AFB OH 45433-7130 (937) 255-5235 Steven.Ewers@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/FA8750-17-S-7004/listing.html)
- Record
- SN05456447-W 20190926/190924231155-0f106fa91271339af0439e5989ef08be (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 |