Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 29, 2004 FBO #0976
MODIFICATION

A -- Fuselet Production Environment

Notice Date
7/27/2004
 
Notice Type
Modification
 
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-03-08-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
The purpose of this modification is to republish the original announcement, incorporating all previous modifications, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) update instructions for the submission of white papers in FY04, postponing the date for submissions into FY05, (b) extend the open and effective date to 30 Sep 2007, (c) revise the anticipated funding to be obligated each fiscal year, and (d) increase the BAA ceiling. No other changes have been made. Technical POC/Program Manager, Mr. James R. Milligan, AFRL/IFTB, telephone: (315) 330-3013, email: James.Milligan@rl.af.mil. Contracting POC: AFRL/IFKA, Renee Arcuri, Contracting Officer, 26 Electronic Parkway, NY 13441-4514, telephone: (315) 330-4777, email: Renee.Arcuri@rl.af.mil. The Information Directorate of the Air Force Research Laboratory (AFRL), Rome Research Site, is soliciting white papers under this announcement for innovative technologies to support the development of a Joint Battlespace Infosphere (JBI) fuselet production environment. Specifically, this effort will develop a fuselet production environment as specified in the Fuselet Definition Document provided at the following URL: http://www.if.afrl.af.mil/tech/programs/jbi/documents/fuselet_definition.doc. However, this solicitation seeks only to implement the necessary subset of those fuselet capabilities described in the Fuselet Definition Document to meet the following objectives. The fuselet production environment will: (1) Interoperate with an AFRL supplied implementation of the JBI (Java-based). (2) Be JBI Common Application Programmer Interface (CAPI) compliant, and produce fuselets that are CAPI compliant. Java bindings to the CAPI can be found at http://www.infospherics.org/. (3) Provide a fuselet authoring capability that allows the production of fuselets from a library of components. (4) Support the creation of these logic components (primitives) themselves. (5) Produce a portable definition (e.g., XML) of a fuselet that is machine independent and machine readable for the purposes of compilation. Fuselets will be self-describing. (6) Provide a compilation capability to generate stand-alone clients (fuselets) based on their self-description. By "stand-alone", we mean that the fuselets generated will not be required to run directly on the JBI Platform, as described in the Fuselet Definition Document. Only rudimentary capabilities for a fuselet server and runtime management environment that do not require JBI Platform resources are anticipated to be developed as a part of this effort. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit three (3) copies of a three (3) to five (5) page white paper. 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. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609(a). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch Offerors must mark their submissions with the restrictive language stated in FAR 15.609(a). In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number with their submission. All responses to this announcement must be addressed to ATTN: James R. Milligan, Rome Research Site/IFTB, 525 Brooks Road, Rome NY 13441-4505 and reference BAA-03-08-IFKA. Multiple white papers within the purview of this announcement may be submitted by each offeror. 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. This BAA is open and effective until 30 Sep 07. It is recommended that white papers be received by the following dates to maximize the possibility of award. White papers for FY05, FY06, and FY07 should be submitted by 1 Oct 2004, 1 Oct 2005, and 1 Oct 2006 respectively. White papers will be accepted at any time, but it is less likely that funding will be available in each respective Fiscal Year after the dates cited. 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 contract. The cost of preparing 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. 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 and capability to achieve the objectives of this BAA. Individual white paper/proposal evaluations will be based on acceptability or unacceptability without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. All responsible organizations may submit a white paper/proposal which shall be considered. 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. Options are discouraged and unpriced options will not be considered for award. Complete instructions for proposal preparation will be forwarded with the invitations for proposal submissions. Principal funding of this BAA and the anticipated award of contracts will start approximately the third quarter of FY03. Initial awards of 12 months duration are anticipated to range from $500K to $1.5M. Anticipated contract awards beginning in FY05 are expected to be 12 months in duration and to range from $100K to $500K. The total cumulative dollar value of all awards will not exceed $4.9M under this BAA. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: $1.7M in FY03, $1.0M in FY05, $1.1M in FY06, and $1.1M in FY07. An informational briefing/industry day is not planned. 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 on the Certified Contractor Access List (CCAL) will be allowed access to such data. Foreign allied participation is excluded at the prime contractor level. 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. 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. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. This BAA is open and effective until 30 Sep 2007.
 
Record
SN00631165-W 20040729/040727212019 (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.