COMMERCE BUSINESS DAILY ISSUE OF JUNE 14, 2001 PSA #2872
SOLICITATIONS
A -- INFORMATION INSTITUTE RESEARCH PROGRAM
- Notice Date
- June 12, 2001
- Contracting Office
- AFMC, Air Force Research Laboratory/IFK, 26 Electronic Parkway, Rome, NY 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- BAA-01-08-IFKPA
- Point of Contact
- Joetta Bernhard, Contracting Officer, 315/330-2308; Dr. Barry T. McKinney, 315/330-3730
- E-Mail Address
- Click here to contact the contracting officer. (Joetta.Bernhard@rl.af.mil)
- Description
- AFRL, Rome Research Site is soliciting research white papers under the "Information Institute Research Program" Broad Agency Announcement BAA-01-08-IFKPA. Research areas of interest include innovative approaches, basic and exploratory research projects in the area of information science and technology. Information science and technology areas of interest include but are not limited to: Biocomputing; Quantum Information Systems; Effects Based Operations; Integrated Transmission & Exploitation; Joint Battlespace Infosphere; Infospherics; Information Fusion; Information Assurance. Efforts that will be performed as part of the II research program are intended to be collaborative university efforts designed to provide AFRL/IF with leading edge research that can be applied to a variety of AFRL/IF & Air Force needs. Universities conducting research as part of the II are encouraged to work collaboratively with other institutions and to leverage on-going AFRL/IF research programs and activities. Additionally, AFRL/IF has an active Historically Black Colleges and Universities and Minority Institutions Program. Hence, research proposals from HBCU/MI may be funded from special funds set aside by the II Director. Supplemental information regarding each of the eight research areas is available upon request by e-mail from: Barry.McKinney@rl.af.mil. Principal funding for proposals selected from this announcement will begin in FY01. Each award is limited to approximately $100,000 to $300,000 in value with a duration of not more than thirty six (36) months. Total funding for this BAA is limited to $3M over the life of the BAA. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Large, small, woman-owned small, small disadvantaged business, or Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and join others in submitting proposals. Offerors are required to submit three (3) copies of a two (2) to three (3) page white paper on their proposed research topic to Dr. Barry McKinney, AFRL/IFB, 26 Electronic Parkway, Rome 13441-4514, Reference BAA-01-08-IFKPA. Offerors should indicate in their cover letter if they are a university, an HBCU or a not-for-profit business, or a large, small, small disadvantaged, woman-owned or veteran-owned business. Small, woman-owned, and veteran-owned firms only should submit one (1) copy of the cover letter only to Janis Norelli, AFRL/IFB, 26 Electronic Parkway, Rome NY 13441-4514 by First Class Mail. The white paper should be formatted as follows: Section A: Title, period of performance, cost of effort, and name of company, Section B: Task Objective, and Section C: Technical Summary. Multiple white papers may be submitted in different areas of technology. The purpose of this white paper is to preclude unwarranted effort of the part of an offeror whose work is not of interest under this BAA. Those white papers found to be consistent with the intent of the BAA and of interest to the Government may be invited to submit a proposal. Complete instructions on proposal preparation and submission will be forwarded with any proposal invitation. Such invitation does not assure that the submitting organization will be awarded a subsequent contract. Proposals submitted will be evaluated as they are received. Individual proposal evaluations will based on acceptability or non-acceptability without regard to other proposals submitted under the announcement. Evaluation of white papers and proposals will be performed using the following criteria: (1) The scientific and/or technical merits of the proposal, (2) The innovativeness of the proposed approach and/or techniques, and (3) The reasonableness and realism of proposed costs and fees, if any. In addition, the Government may 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. No further evaluation criteria will be used in selecting proposals. The criteria used to evaluate the proposals will also be used to determine whether the white papers submitted are consistent with the intent of this BAA and of interest to the Government. Options are discouraged and unpriced options will not be considered for award. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign and foreign-owned offerors should immediately contact the contracting focal point for information if they contemplate responding. The cost of preparing proposals in response to this announcement is not 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 costs as specified in FAR 31.205-18. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609(a). 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 Bernhard, 315-330-2308. The Ombudsman will communicate significant issues, disagreements, and/or recommendations to the appropriate Government organization or individual. The role 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 Reid S. Lerum, Lt Col, Chief, Contracting Division, 315-330-7746. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of the proposals or the source selection process for this acquisition. All responsible organizations may submit a white paper, which shall be considered. This announcement is open and effective until 31 Dec 03. The Government may use the services of JAG Technologies in an advisory role in the technical evaluation of white papers and/or proposals. The exclusive responsibility for evaluation remains with the Government. Representatives of the foregoing firm who review the white papers and/or proposals will sign a non-disclosure agreement in order to highlight the sensitivity of the evaluation process and to protect any proprietary information within the proposals. If the offeror desires the cited firm be excluded from access to information contained in its white paper and/or proposal, offeror must so indicate in a letter of transmittal accompanying the document. Proposers are warned that only contracting officers are legally authorized to commit the Government. Respondees are requested to provide their Commercial and Government Entity (CAGE) Number and reference number BAA-01-08-IFKPA with their submissions. A copy of the "BAA & PRDA: A Guide for Industry", Sep 96 (Rev), may be accessed at: www.if.afrl.af.mil/IFK/bp-guide.html.
- Web Link
- Click here for additional information if applicable. (http://www.fedbizopps.gov)
- Record
- Loren Data Corp. 20010614/ASOL009.HTM (W-163 SN50O6X4)
| A - Research and Development Index
|
Issue Index |
Created on June 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|