Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 31, 2004 FBO #1070
MODIFICATION

A -- Multi-Sensor Aerospace-Ground Joint ISR Interoperability Coalition (MAJIIC)

Notice Date
10/29/2004
 
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-PRDA-03-16-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 pursuant to FAR 35.016(c). Previous modifications are incorporated into this republishing. No other changes have been made. Technical POC/ Program Manager, John Vergis, AFRL/IFEA, 525 Brooks Road, Rome NY 13441-4505, telephone: (315) 330-1771, email: John.Vergis@rl.af.mil. Contracting POC: AFRL/IFKA, Lori L. Smith, Contracting Officer, 26 Electronic Parkway, Rome NY 13441-4514, telephone: (315) 330-1955, email: Lori.Smith@rl.af.mil. The Air Force Research Laboratory Information Directorate, Information and Intelligence Exploitation Division in collaboration with U.S. Joint Forces Command and Electronic Systems Center are soliciting proposals for innovative approaches in support of the Multi-sensor Aerospace-ground Joint ISR Interoperability Coalition (MAJIIC) Advanced Concept Technology Demonstration (ACTD). The objective of MAJIIC is to demonstrate network-centric "Post Before Process" ISR capabilities that will enable warfighters and C2ISR systems on IP based operational C2I networks to access and utilize near real time ISR data. ISR data of interest includes mission and sensor data from U.S. Joint Service and Multi-national coalition manned and unmanned air platforms with an initial focus on video, EO, IR, SAR, GMTI, and ELINT sensors. MAJIIC capabilities will be open, scalable, secure, and non-intrusive to current operational ISR architectures; support common and emerging DoD/NATO/Commercial data formats; provide data pedigree and quality tagging; provide a range of data access methods including XML-based Web services and APIs; work in bandwidth challenged environments on DoD operational networks; and provide a flexible architecture that will support both distributed and traditional client-server deployments. The ultimate goal of MAJIIC is to improve ISR data accessibility and utility in support of time sensitive missions, battlefield situational awareness, decision making, and C2I analysis. The MAJIIC PRDA will focus on the following technology areas: database optimization techniques; XML-based web services; automated video, imagery and streaming data optimum dissemination techniques; and common geo-registration. In the area of database optimization, technologies are sought to find the optimal techniques in the storage, cataloging, retrieval, and searching of video, EO, IR, SAR, GMTI, and ELINT sensor data, and mission situational awareness information, that will enhance the ability to share data across Service, Joint, and Coalition networks. This will include data parsing, conversion, compression, cataloging, and tagging. In the area of XML web-based services, technologies are sought that will allow for "disadvantaged" users (bandwidth challenged and/or lacking an application that supports raw ISR data formats) to access and display ISR data over the operational network in a legacy and/or commercial formats. Advanced XML-based web services are also sought to support distributed machine-to-machine interactions, as well as concepts for managing information services across theater networks (e.g., service interface standards, service registries, ontology, access control). Automated video, imagery, and streaming data dissemination techniques are required to allow for the optimal distribution of real-time and archived video, GMTI, EO, IR, SAR, ELINT, mission, and steaming data across networks that may have limited bandwidth constraints. Common geo-registration is needed to accurately determine target location by reducing detection errors from multiple sensors; MAJIIC is specifically concerned with registering GMTI detections, SAR, ELINT, EO, IR, and video data. These technologies will be used and validated in military exercises, currently scheduled annually, two (2) per year. The expectation is that one of these exercises will be in the U.S. and the other exercise will be in the Europe. Exercise participation will include integration and checkout prior to the exercise, military operator training, technical support during the exercise, performance and discrepancy data collection, and post-exercise analysis. Additionally, there will be approximately four (4) working group meetings per year, two (2) of which will be in the U.S. and two (2) in Europe, with each meeting lasting approximately one week. An unclassified briefing for all interested firms will be held on 1 October 2003, at the Beeches Hotel and Conference Center, 7900 Turin Rd (Rt. 26), Rome, NY 13440 at 0900 hours. A hard-copy briefing package will be made available to all attendees. Please contact John Vergis at (315) 330-1771 (e-mail John.Vergis@rl.af.mil) or Lt. Tony Rendon (315) 330-2548 (e-mail: Antonio.Rendon@rl.af.mil) no later than 29 September 2003 if you plan to attend. Firms who do not attend the briefing, but desire to have a copy of the additional material can access this information from the FedBizOps special notice available at http://www.if.afrl.af.mil/div/IFK/prda-main.html , under the 03-16 PRDA link. This material will be posted no later than 3 October 2003. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit five (5) copies of a white paper, not exceeding ten (10) pages, 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. Offerors' white papers may address all or a selected technology area(s) within the scope. White papers that focus on selected technology areas should include a description of how the concept will integrate with the other technology areas. 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. 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 white papers MUST be submitted to John Vergis via email to John.Vergis@rl.af.mil and reference PRDA-03-16-IFKA. This PRDA is accepting white papers until 1 Oct 2009, but white papers must be submitted by no later than 10 Oct 03 for consideration of the initial FY 04 award. White papers submitted after this date are less likely to be funded in FY04. Beyond FY 04, it is recommended that white papers be received by the following dates to maximize the possibility of award: FY 05 should be submitted by 1 May 04; FY 06 by 1 May 05; FY 07 by 1 May 06; and, FY 08 by 1 May 07. 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. All responsible organizations may submit a white paper which shall be considered. Those white papers found to be consistent with the intent of this PRDA 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. Evaluation of proposals will be performed using the following criteria: (1) Soundness of Approach; (2) Relevance to the Mission; (3) Uniqueness of the Approach, and (4) Cost Realism and Reasonableness. Note: Criteria 1 through 3 are of equal importance and Criteria 1 through 3 are more important than Criteria 4. Also, consideration will be given to past and present performance on recent Government contracts, and the capacity and capability to achieve the objectives of this PRDA. No further evaluation criteria will be used in selecting white papers/proposals. Individual white papers/proposals will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this PRDA. Awards of efforts as a result of this PRDA 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. Individual awards will not normally exceed 48 months with dollar amounts ranging between $200,000 to $800,000 per fiscal year. Total funding for this PRDA is anticipated to be $24.5M. The anticipated funding to be obligated under this PRDA is broken out by fiscal year as follows: FY 04 - $1.000M; FY 05 - $5.565M; FY 06 - $6.195M; FY 07 - $6.565M and FY 08 - $5.175. Selected offerors may be required to review classified material up to the US SECRET and NATO SECRET level; therefore, personnel identified for assignment to the proposed effort must be cleared for, or eligible for, access to US SECRET and NATO SECRET information. In addition, the offeror must have or have access to a certified and Government-approved facility available to support work under this PRDA. Foreign participation is excluded at the prime contractor level. Questions prior to the submission of a technical and cost proposal, including inquiries regarding white papers should be addressed to the technical POC, John Vergis/315-330-1771, John.Vergis@rl.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, Lori Smith, telephone (315) 330-1955 or e-mail Lori.Smith@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. 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. The Government may use the services of MITRE, SYTEX and ACS Defense Systems personnel in an advisory role for the technical evaluation of proposals. The exclusive responsibility for evaluation remains with the Government. Representatives of the foregoing firm(s) participating in the evaluation process 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. Submission of a proposal constitutes permission to release the proposal to the identified firms for evaluation purposes. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government.
 
Record
SN00700856-W 20041031/041029211754 (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.