Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 21, 2001 PSA #2792
SOLICITATIONS

A -- INTELLIGENCE SUPPORT TOOLS FOR DIRECTED ENERGY THREATS

Notice Date
February 16, 2001
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL -- Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514
ZIP Code
13441-4514
Solicitation Number
Reference-Number-BAA-01-03-IFKPA
Point of Contact
Joetta Bernhard, Contracting Officer, Phone (315) 330-2308, Fax (315) 330-7790, Email bernhard@rl.af.mil
E-Mail Address
Joetta Bernhard (bernhard@rl.af.mil)
Description
Technical POC: Bernard J. Clarke, Program Manager, 315-330-2106; (Bernard.Clarke@rl.af.mil) and Contracting POC: Joetta A. Bernhard, Contracting Officer, 315-330-2308; (Joetta.Bernhard@rl.af.mil). AFRL Rome Research Site is soliciting white papers for innovative approaches in the following topic areas: AFRL seeks to support the intelligence community by developing systems and software tools for the collection, processing, analysis, simulation and modeling of directed energy weapons. The weapons of interest include radio frequency (RF), charged particle beam, neutral particle beam, and lasers. Of interest are not only high-tech military threats, but also the capability to gain intelligence information from weapons built from Commercial-off-the-Shelf (COTS) components or commercially available turnkey systems. The directed energy threats of interest may include ground-based, airborne and space-based threats. Proposed collection systems may be intended for airborne, space-based or ground based platforms. White papers offered for consideration should provide a means to assist in the analysis of Scientific and Technical (S&T) analysis of directed energy threats. Beam characteristics of interest with respect to particle beam weapons include: particle type, beam energy, beam current, spread, pulse width (PW), and pulse repetition interval (PRI). S&T parameters of interest for laser intelligence (LASINT) and RF directed energy include: wavelength, PW, PRI, laser output power, beam divergence, continuous wave or pulsed, and angle of arrival (AOA). THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit five (5) copies of a three (3) to four (4) page white paper with a cover letter. Small business only should send one (1) copy of the cover letter only (1st Class Mail, Unclassified Only) to ATTN: Ms Janis Norelli, Director of Small Business, AFRL/IFB, 26 Electronic Parkway, Rome, NY 13441-4514. The white paper will be formatted as follows: Section A: Title, Period of Performance, Cost of Task, Name of Company; Section B: Task Objective; Section C: Technical Summary. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609. All responses to this announcement must be addressed to ATTN: Bernard Clarke, Reference BAA-01-03-IFKPA, AFRL/IFED, 32 Brooks Road, Rome, NY 13441-4114. Multiple white papers may be submitted in different areas of technology. White papers will be accepted until September 30, 2005. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest under this BAA. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Such invitation does not assure that the submitting organization will be awarded a subsequent award. Proposals submitted will be evaluated as they are received. Individual proposal evaluations will be based on acceptability or non-acceptability without regard to other proposals submitted under the announcement. Evaluation of proposals will be performed using the following criteria: a) The overall scientific and/or technical merits of the proposal, b) The innovativeness of the proposed approach and/or techniques, c) The reasonableness and realism of proposed costs and fees, and d) The Government will consider other factors, such as past and present performance on recent Government contracts and the capacity and capability to perform the requirements of the effort. The criteria used to evaluate proposals will also be used to determine whether white papers submitted are consistent with the intent of this BAA and of interest to the Government. Only (a), (b), and (c) above will apply to white papers. Options are discouraged and unpriced options will not be considered for award. Principal funding of this BAA and the anticipated award of contracts will start in FY-01. Individual awards will normally range from 6 months to 36 months with dollar amounts ranging from $25,000 to $2,000,000 per year. Total funding for this BAA is approximately $15M. Awards of efforts as a result of this BAA will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. Complete instructions for proposal preparation will be forwarded with the invitation for proposal submissions. All responsible firms may submit a white paper, which shall be considered. Responders are requested to provide their Commercial and Government Entity (CAGE) number with their submission as well as a fax number, and an e-mail address. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned offerors should immediately contact the contracting focal point, Joetta A. Bernhard, for information if they contemplate responding. Export-controlled technical data may be involved; only firms on the Certified Contractor Access List (CCAL) will be allowed to access such data. For further information on CCAL, contact the Defense Logistic Service Center at 1-800-352-3572. Selected offerors may be required to review classified material up to the SCI level, therefore personnel identified for assignment to the proposed effort must be cleared for, or access to SCI information. Depending on the work to be performed, the offeror may require an SCI facility clearance and safeguarding capability. The cost of preparing proposals in response this announcement is not considered an allowable direct charge to any resulting contract or any other contract. An ombudsman has been appointed to hear significant concerns from offerors or potential offerors during the proposal development phase of this acquisition. Routine questions are not considered to be "significant concerns" and should be communicated directly to the contracting officer, Joetta A. Bernhard, 315-330-2308. The purpose of the ombudsman is not to diminish the authority of the contracting officer or program manager, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. The Ombudsman for this acquisition is Reid Lerum, Lt Col, Chief, Contracting Division, at 315-330-7746. When requested, the ombudsman would maintain strict confidentiality as to the source of the concern. The ombudsman does not participate in the evaluation of proposals or in the selection process. It is recommended that white papers be received by the following dates to maximize the possibility of award: FY-01- 01 Mar 01; FY-02-30Jul01; FY-03-30Jul02; FY-04-30Jul03 FY-05-30Jul05. White papers will be accepted at any time, but it is less likely that funding will be available in each Fiscal Year after the dates cited. This BAA is open and effective until September 30, 2005. A copy of the Rome "BAA & PRDA: A Guide for Industry," Sep 1996 (Rev), may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.html. All responsible organizations may submit a white paper, which shall be considered. Offerors are warned that only Contracting Officers are legally authorized to commit the Government.
Web Link
Visit this URL for the latest information about this (/cgi-bin/WebObjects/EPS.woa/wa/SPF?A=P&P=Reference-Number-BAA-01-03-IFKPA&L=1142)
Record
Loren Data Corp. 20010221/ASOL003.HTM (D-047 SN50D8Z1)

A - Research and Development Index  |  Issue Index |
Created on February 16, 2001 by Loren Data Corp. -- info@ld.com