Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2004 FBO #0856
SOLICITATION NOTICE

A -- JBI Client Development for C2 Systems

Notice Date
3/29/2004
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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-04-05-IFKA
 
Point of Contact
Renee Arcuri, Contracting Officer, Phone (315) 330-4777, Fax (315) 330-8094,
 
E-Mail Address
Renee.Arcuri@rl.af.mil
 
Description
DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 04 should be submitted within 30 days of this publication; FY 05 by 1 Nov 04; and FY 06 by 1 Nov 05. White papers will be accepted until 5pm Eastern time 30 Sep 06, but it is less likely that funding will be available in each respective fiscal year after the dates cited. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. See Section IV of this announcement for further details. I. FUNDING OPPORTUNITY DESCRIPTION: The Information Directorate, Joint Battlespace Infosphere (JBI) Program Office of the Air Force Research Laboratory (AFRL), Rome Research Site, is soliciting white papers for the design and development of JBI client adapters that enable C2 systems to connect to and interact within a JBI information space (reference the following US Air Force [USAF] Scientific Advisory Board?s "Report on Building the Joint Battlespace Infosphere Volume 1: Summary" for JBI concepts and definitions: http://www.rl.af.mil/programs/jbi/documents/JBIVolume1.pdf). The objective of this BAA will be to explore innovative technical solutions and to design, develop and demonstrate prototype software components for integrating existing C2 applications into a JBI information space that supports future Net Centric Operations (NCO) infrastructures such as the Air Force?s ConstellationNet concept. Critical to achieving this objective it to ascertain how a JBI information space and a collection of well-designed clients that utilize the information space can improve warfighter awareness, capabilities and interoperability without adversely impacting evolving C2 systems, data flow among these C2 systems, networks, common operating environments, and existing concepts of operation. A JBI is an interoperable information space which aggregates, integrates, fuses, and intelligently disseminates relevant battlespace information to support decision-making at all echelons of a Joint Task Force (JTF), delivering "Decision Quality" information to the warfighter. It is intended to serve as an integrating substrate upon which legacy and emerging systems can be linked together to support transparent information exchange across the full spectrum of mission activities and functional domains. One of the primary goals of the JBI is to take initial steps in developing an information interoperability infrastructure that connects disparate software applications or "clients," and facilitates information exchange between these clients creating a cohesive combat information management system. Another goal of the JBI is to integrate existing C2 systems within an information space without replacing these systems. To that end, this BAA will provide the design considerations, software components and technical know-how to integrate pertinent existing C2 clients within an information space developed by AFRL known as the JBI Reference Implementation (RI). This BAA will be executed as a shared management program in conjunction with the Air Force Command and Control, Intelligence, Surveillance, and Reconnaissance Center (AFC2ISRC). The AFC2ISRC is the lead organization to integrate and influence C2ISR for the USAF, and under this effort, will produce operational concepts and scenarios and recommend areas for JBI technology insertion where it: (1) makes the most operational sense; (2) maximizes warfighter utility; and (3) provides an initial integration substrate for legacy C2 developers to consider as an option for achieving inter-system interoperability. The AFC2ISRC will also generate written operational assessments that evaluate BAA and AFRL deliverables and address validation of concepts and technologies within the context of real-world scenarios. For all contracts under this BAA, AFRL/IF will provide the following after contract award: (1) the evolving JBI RI; [see V1.1CoreServices.pdf for current version information and InHouseFeatures.pdf for future version information] (2) Java and web services programming language mapping to the JBI Common Client Application Program Interface (CAPI) that provides access to the RI; (see http://www.infospherics.org/ for details on the CAPI) (3) the evolving information object model that defines the base XML schema definition for some JBI information objects exchanged or manipulated during this effort; (4) a subset of relevant data link messages that should be represented as JBI information objects with embedded hierarchy, metadata schema, and payload information as information engineering deliverables; and (5) integration and integration support activities to connect the individual software components and approaches developed by all parties under this effort within the context of common scenarios and demonstration threads. Contractors shall work with AFRL as concept and prototype component software designers and developers and shall provide integration support of their C2 client adapter concepts/components among specified C2 systems and between the JBI RI to achieve stated objectives. Final demonstrations will be conducted at one or more Government facilities. Several scenarios and targeted operational domains shall be considered during the period of performance and will be guided by input from AFC2ISRC. One of the first scenarios potential offerors can consider is the Data Link Automated Reporting System (DLARS), an on-going C2 Battle Laboratory (C2BL) program and JEFX 04 initiative. DLARS was established to overcome several operational deficiencies, including: (1) the Combined Air Operations Center (CAOC) only has visualization of aircraft "track" data; (2) aircraft data including target and weapons status is not retained or displayed; (3) there is no means for the CAOC to see and analyze mission strike status in near-real time; (4) and there is no means of receiving mission reports (MISREPs) in a timely manner. The DLARS solution to these problems is to (1) automatically capture pertinent mission data available on datalinks; (2) validate accuracy of the captured information; and (3) make this data available for use by multiple users. DLARS receives relevant Link-16 data and USMTF messages (MISREPs, OPSTASKLINK), correlates the data with the mission data resident in Theater Battle Management Core Systems (TBMCS) databases, aggregates new data relevant to the mission, stores this data back into new TBMCS data tables, and provides an enhanced view of the overall air campaign with actionable information. Since DLARS is an on-going effort, AFC2ISRC is looking for an alternate and complementary approach of providing data that traditionally resides on datalink networks as information to a larger community of warfighters. Recent lessons learned from Operation Iraqi Freedom (OIF) has shown that much critical data falls on the floor and is not disseminated as useful information to those who could use it. On the heels of several years of intense research and development, AFRL has developed initial JBI core services and begun to address complicated core and client fielding issues. This is an opportune time for AFC2ISRC to evaluate and influence two approaches that address the DLARS problem. From a JBI perspective, the initial approach is to provide a flexible infrastructure in which client components and applications can be strategically placed to support the flow of mission "folder" information to the Joint Targeting Toolbox (JTT) operators (see Figure 1). Thereafter, it will be relatively easy to assemble and add new components that either augment existing or provide new capabilities without requiring inflexible Interface Control Documents (ICD). Note that Figure 1 shows the integration of three of five types of components defined in paragraph (3) that could be developed to meet DLARS requirements and should be considered a potential and not exclusive set. Potential offerors can either directly address DLARS (sub-) issues, establish a process for interacting with and influencing additional scenario development, recommend additional scenarios and corresponding approaches, or a combination thereof. In any case, potential offerors will need to perform a subset of the following tasks: (1) Identify and document concepts, techniques and technologies for integrating existing USAF or Joint/Coalition C2 systems/applications into a JBI information space with minimal impact to the operation of these systems and no impact to the operator/warfighter. Systems and applications at all levels of the C2 command hierarchy from the actual platform carrying out a mission/task to the Combatant Commander dictating strategies and tactics will be considered (2) Identify and document transition opportunities and strategies for JBI core services and C2 client adapters to meet C2 warriors? needs. Describe approaches that balance the co-evolution of C2 concepts and technologies in a manner that addresses critical accreditation, common operating environment, security, survivability, operation over unreliable communication links, system administration, long-term maintenance and other issues that plague designers of to-be-fielded C2 systems. Key to any successful transition of JBI technologies will be the realization that there will be no "cut-over date" when C2 systems will be using the JBI substrate as the primary means of interoperability. Rather, the transition will occur gradually and will only happen, if at each phase, the JBI core and clients maintain a low profile/footprint with minimal overhead, yet provides added value to the warfighter. Added value is defined as either providing operators access to information or capability they never had before or providing better machine-to-machine interface flexibility and/or affordability than an existing interface governed by a rigid and costly ICD; or both. (3) Design, develop, test, integrate and demonstrate C2 legacy client adapter components that form an information bridge between true legacy applications/systems and the JBI RI. Depending upon the scenario; targeted warfighter domain; participating legacy C2 systems, applications, nodes and platforms; demonstration location; and capabilities of the JBI RI, the following types of C2 legacy client adapter components may be assembled: a. Embedded Components. Resides on a military platform such as an aircraft or vehicle, maintains a low software footprint and is strategically "wrapped" as another on-board feature that meets platform processing, look and feel (graphical or other presentation), weight restrictions and other stringent guidelines subject to accreditation. The embedded component shall communicate with other C2 nodes and data link gateways via standard tactical communication links. b. C2 Node Components. Resides on more capable military platforms that act as C2 nodes (AWACS, JSTARS, or their ground stations etc) or fixed, large C2 installations that have adequate bandwidth and access to a JBI configuration. These components speak JBI and act as proxies for the more disadvantaged embedded components. C2 node components can aggregate or selectively control data flow to embedded components based on information exchanged within a JBI. They can also interact with either the data or information link side of the gateway components depending upon their task. c. Data Link-Information Link Gateway Components. These components act as translators, filters or aggregators between publishers/subscribers in a data link network and publishers/subscribers in an information link network. Consider a subscriber on an Information Link (JBI information space) who needs access to information whose ultimate source produced by a node on a Link-16 network. In this example, a subscription on a JBI Information Link should theoretically be translated to a subscription on a data link and once received via data link subscription, properly translated and published to the information link for the JBI subscriber and other JBI consumers. d. JBI-Legacy Client Components. If processing power is available, add-on development is feasible, and the client application software can still be compliant in a common operating environment (e.g., Defense Information Infrastructure Common Operating Environment [DII/COE] or others) despite JBI client requirements, then JBI-Legacy client components would be preferred. These client components should integrate seamlessly into the host application and its underlying infrastructure. e. Native JBI Client Components. Brand new components to showcase JBI infrastructure capabilities that either are not concerned with specific run-time environment restrictions, or other compliance issues, and are generally assumed to demonstrate a new capability not in a legacy system?s arsenal. (4) For any specialized embedded software, hardware, networking or communications links that are proposed, it is up to the potential offerors to outline additional requirements to make demonstrations successful. For example, if a JTIDS terminal is required in which a small software process would be embedded to act as a datalink-infolink gateway client, document it, state the costs, and be cognizant of the fact that some demonstration locations will not have direct line of sight (LOS) to the JTIDS in the sky. If it is better to acquire or have access to datalink simulators, clearly describe your (and AFRL?s) acquisition approach and any upfront costs. If you propose an embedded component that would provide an F15-E pilot a window into the JBI onboard the aircraft, describe your approach for "wrapping" the component and what other Government agencies AFRL/IF would need to coordinate with to ensure success. If you believe you have a complete end-to-end solution involving the aforementioned components in a variety of platforms and command hierarchies, you should clearly state any proprietary components and any limitations (cost or otherwise) associated with production or fielding of your proposed solution. In all cases, potential offerors should identify how they would interact with other Contractors awarded tasks under this effort in the absence of formal Associate Contractor Agreements (ACA). II. AWARD INFORMATION: This BAA is open and effective until 30 Sep 06. Total funding for this BAA is approximately $4.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 04 ? up to $500K; FY 05 ? up to $2.4M; and FY 06 ? up to $2.0M. Individual awards will not normally exceed 6-8 months with dollar amounts ranging between $250K and $2M per year. Awards of efforts as a result of this announcement will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. 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 office focal point, Renee F. Arcuri, Contracting Officer, telephone (315) 330-4777 or e-mail Renee.Arcuri@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 04-05-IFKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. IV. APPLICATION AND SUBMISSION INFORMATION: 1. APPLICATION PACKAGE: THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITATING 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 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. Additional information regarding the topic may be accessed at: http://www.rl.af.mil/programs/jbi/docs.cfm 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit three (3) copies of a three (3) to five (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, Cost of Task, Name of Company; Section B: Task Objective; and Section C: Technical Summary. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict their white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, a fax number, and an e-mail address with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph five 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 04 should be submitted within 30 days of this publication; FY 05 by 1 Nov 04; and FY 06 by 1 Nov 05. White papers will be accepted until 5pm Eastern time 30 Sep 06, but it is less likely that funding will be available in each respective fiscal year after the dates cited. Submission of white papers will be regulated in accordance with FAR 15.208. 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. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to ATTN: Capt. Tim Frey, AFRL/IFSE 26 Electronic Parkway Rome, NY 13441-4514. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA-04-05-IFKA. Electronic submission to Capt Tim Frey @ freyt@rl.af.mil will also be accepted. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria 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, which are listed in descending order of importance: (1) Overall Scientific and Technical Merit ? Including the approach for the development and/or enhancement of the proposed technology and its evaluation, (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) Best Value ? Reasonableness and realism of proposed costs and fees (if any). White papers and proposals submitted will be evaluated as they are received. Also, consideration will be given to other factors such as past and present performance on recent Government contracts, and the capacity to achieve the objectives of this BAA. Individual white paper/proposal evaluations will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. No further evaluation criteria will be used in selecting white papers/proposals. White papers and proposals submitted will be evaluated as they are received. Cost sharing will not be considered in the evaluation. 2. REVIEW AND SELECTION PROCESS: Only Government employees will be reviewing 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 this contract or order, which do not require the review, reading, or 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. 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 proposal submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. Data subject to export control constraints may be involved and only firms holding certification under the US/Canada Joint Certification Program (JCP) (www.dlis.dla.mil/jcp) are allowed access to such data. 3. REPORTING: Once a proposal has been selected for award, offerors will be required to submit their reporting requirement through one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and will be given complete instructions regarding their use. VII. AGENCY CONTACTS: All questions prior to the submission of a technical and cost proposal can be addressed to the technical POC, Capt Tim Frey, telephone: (315) 330-3514 or email freyt@afrl.af.mil. Questions, clarification, or concerns from offerors or potential offerors during the proposal development phase of this acquisition should be communicated directly to the IFKA Contracting Officer, Renee Arcuri, telephone (315) 330-4777 or e-mail Renee.Arcuri@rl.af.mil The email must reference the title and solicitation number of the acquisition.
 
Record
SN00555943-W 20040331/040329211954 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may 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.