Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 30, 2002 FBO #0059
SOLICITATION NOTICE

A -- Counter Underground Facilities (CUGF) Unattended Ground Sensor System and Innovative Technology Initiatives

Notice Date
1/25/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
 
ZIP Code
22203-1714
 
Solicitation Number
BAA02-04
 
Response Due
1/25/2004
 
Point of Contact
Daniel Cress, DARPA Program Manager, Phone 000-000-0000, Fax 703-516-7360, - Kristen Numrych, Contracting Officer, Phone (703) 696-7579, Fax (703) 696-2208,
 
E-Mail Address
none, knumrych@darpa.mil
 
Description
Counter Underground Facilities Unattended Ground Sensor System Initiatives SOL BAA 02-04 proposals, POC: Dr. Dan Cress, Program Manager, Defense Advanced Research Projects Agency (DARPA) Special Projects Office (SPO), 3701 North Fairfax Drive, Arlington, Virginia 22203-1714. Facsimile: (703) 696-2203, E-mail: baa02-04@darpa-mil (email contact preferred). Contractual point of contact: DARPA Contracts Management Office (CMO), Attn: Ms. Kristen Numrych, 3701 North Fairfax Drive, Arlington, Virginia 22203-1714. OBJECTIVE: The Defense Advanced Research Projects Agency (DARPA) Special Projects Office (SPO) is soliciting proposals (technical and cost) and white papers from qualified contractors for the assessment and development of Counter Underground Facility (CUGF) technology. Underground facilities (UGFs) are a serious and growing asymmetric threat to national security and operational dominance. The purpose of this BAA is to fund research and development efforts to enhance DoD's capabilities for enabling either functional or physical defeat of specific UGFs and securing information for battle damage assessment. This BAA solicits responses in two discrete work areas. In Work Area 1, full proposals are solicited to develop and demonstrate a functional (non-form factored) prototype ground sensor system for monitoring critical activities and for localizing vulnerabilities for facility attack. The sensor system includes sensors, local communications, and algorithms. For the demonstrated system, all sensor and communication nodes are hand-emplaced; the sensitivities of the sensors are clutter limited. The focus is on monitoring and localization of power and ventilation systems. The system will exploit, but not be restricted to passive acoustic, seismic, and electromagnetic (PASEM) observables. In Work Area 2, this BAA solicits innovative methods and/or designs for detection and exploitation of UGF-related observables in situations ranging from the tactical use of caves to strategic-level UGFs. Areas of interest include novel sensors, exploitation algorithms, signal processing, and sensor system planning, deployment, communications, and modeling. ACQUISITION INFORMATION: Work Area 1 solicits qualified offerors (teams are encouraged) to submit proposals for the development, demonstration, and delivery of a complete functional prototype ground sensor system that includes, but is not limited to, passive seismic, acoustic, and electromagnetic (PASEM) observables. Proposals are due 17 May 2002. It is anticipated that Work Area 1 proposals will be classified. Work Area 2 solicits white papers from the widest number of offerors, including qualified corporations, research centers, universities, FFRDCs, and DOE laboratories. Work Area 2 white papers or proposals will be accepted for consideration up to 24 months from the date of this BAA announcement. Within the meaning of the Federal Acquisition Regulation (FAR) at 6.102 and 35.106, this announcement and the Proposer Information Pamphlet (PIP) constitute DARPA's solicitation for this BAA. A technical evaluation of all proposals will be accomplished through a review of each proposal considering the following criteria listed in descending order of importance: (1) innovative and creative technical approaches; (2) understanding of the technical issues and risks; (3) soundness of the technical and management approach; (4) offeror's relevant experience, facilities and availability of qualified, experienced technical personnel; (5) organization, clarity and thoroughness of the proposal. Cost reasonableness and realism will be assessed, but this assessment is of lower priority than the technical evaluation. Specific criteria for each category of document, i.e., proposal or white paper, can be found in the PIP. Two awards are anticipated for Work Area 1, while multiple awards are anticipated for Work Area 2. Toward this end, DARPA will consider all types of proposals including traditional FAR/DFARS type contracts, grants, cooperative agreements and Other Transaction Agreements. No portion of the BAA will be set aside for Historically Black Colleges and Universities (HBCU) or minority institution (MI) participation due to the impracticality of reserving discrete or severable areas of the solicited tasks for exclusive competition among the entries. PROPOSAL SUBMISSION: Proposals must be submitted in accordance with the PIP. Proposals that do not meet the specified format described in the PIP will not be considered for award. A classified PIP is available to offerors meeting security requirements for Work Areas 1 and 2; requirements for obtaining a copy of this PIP are described below. For Work Area 2, an unclassified version of the PIP addressing general innovative methods is available; selected topics are not included in the unclassified PIP. For offerors submitting an unclassified proposal or white paper for Work Area 2, the unclassified PIP is sufficient. A copy may be requested by following the directions provided at the BAA web site, http://www.darpa.mil/spo/solicitations.htm. Offerors may obtain a classified Compact Disk (CD) containing the classified PIP and the DARPA CUGF Security Classification Guide (SCG) 183 by faxing their facility clearance level, Defense Security Services CAGE code and classified mailing address to Booz Allen Hamilton (BAH), fax number (703) 524-2449 (Attn: Ms. Mary Thomson/BAA 02-04). Please identify the specific information being requested and the name and telephone number of the requester. Work Area 1. There will be a SECRET/NOFORN Briefing to Offerors covering Work Area 1 on or about 27 February 2002. Additional Government-furnished Data will be provided on or about 10 April 2002. The briefing dates, starting times and specific locations will be posted on the BAA Website. All interested parties must have a current visitor request and security clearance on file with DARPA in order to attend these briefings. Visitor requests and security clearances should be mailed to 4001 N. Fairfax Drive, Suite 650, Arlington, VA 22203, Attn: Ms. Mary Thomson; or faxed to (703) 524-2449 (Attn: Ms. Mary Thomson/baa). Offerors responding to Work Area 1 of this BAA will submit a full proposal and make a two-hour oral presentation. Proposals for Work Area 1 are expected to be classified SECRET/NOFORN in accordance with SCG 183 and must be double wrapped with the outer wrapping address to DARPA/SPO, 3701 N. Fairfax Drive, Arlington, VA 22203, ATTN: BAA 02-04/Document Control. The inner envelope should include the same street address and be marked to the ATTN: Dr. Dan Cress. All proposals for Work Area 1 must be received by 4:00 p.m. (EDT) on 17 May 2002. Proposals submitted by fax or electronic mail will not be considered. Unclassified questions regarding this BAA or PIP must be sent to baa02-04@darpa.mil. A Frequently Asked Questions (FAQs) compilation including DARPA responses will be posted on the BAA Website every Friday for the time period between the Briefing to Offerors and the deadline for submission of proposals. Other postings may be made as deemed appropriate. Awards are anticipated during May 2002. A table of important dates and milestones is provided in the PIP. Work Area 2. White papers are encouraged. White papers or proposals will be negotiated on a case-by-case basis. There is no predetermined schedule for submissions or for granting awards. Submissions are encouraged as early as possible. This work area will be left open for 24 months after BAA publication. The first round of evaluations will take place beginning on or about 45 days after BAA publication. Unclassified white papers or proposals should be mailed to DARPA, 3701 N. Fairfax, Drive, Arlington, VA 22203, ATTN: Dr. Dan Cress/BAA 02-04. Offerors anticipating submittal of classified white papers or proposals under Work Area 2 should request the classified PIP and SCG 183 as per the procedure presented above. The classified white paper or proposal must be mailed in accordance with the procedure identified for Work Area 1 proposals. Following the Work Area 1 briefing on or about 27 February 2002, there will be a SECRET/NOFORN Briefing to Offerors for Work Area 2 that will cover selected areas of specific interest. All interested parties must have a current visitor request and security clearance on file with DARPA in order to attend these briefings. Visitor requests and security clearances should be mailed to 4001 N. Fairfax Drive, Suite 650, Arlington, VA 22203, Attn: Ms. Mary Thomson; or faxed to (703) 524-2449 (Attn: Ms. Mary Thomson/baa). Unclassified questions regarding Work Area 2 and this BAA or PIP must be sent to baa02-04@darpa.mil. FAQs for Work Area 2 will be updated as appropriate and posted on the BAA Website. Work Area 2 awards will be made on an individual basis throughout the duration of the BAA. The government shall not be liable for the cost of proposal preparation or submission. Proposals submitted shall be in accordance with this announcement and the PIP. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may be published. ORGANIZATIONAL CONFLICT OF INTEREST: Each cost proposal shall contain a section addressing the following: Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflict of Interest. All offerors and proposed subcontractors must affirmatively state whether they are supporting any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports and identify the prime contract number. Affirmations shall be furnished at the time of proposal submission, and the existence or potential existence of organizational conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. If the offeror believes that no such conflict exists, then it shall so state in this section. It is the policy of DARPA to treat all proposals as competitive information, and to disclose the contents only for the purposes of evaluation. The Government intends to use non-government personnel as special resources to assist with the logistics of administering the proposal evaluation and providing selected technical assistance related to proposal evaluation. Support personnel are restricted by their contracts from disclosing proposal information for any purpose. Contractor personnel are required to sign the Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each offeror agrees that proposal information may be disclosed to those selected contractors for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. SPONSOR: Defense Advanced Research Projects Agency (DARPA), Contracts Management Office (CMO), 3701 N. Fairfax Dr., Arlington, VA 22203-1714.
 
Record
SN20020130/00019734-020128210645 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(will 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  © 1994-2020, Loren Data Corp.