Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2005 FBO #1220
MODIFICATION

A -- Audio Processing

Notice Date
3/28/2005
 
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-02-06-IFKA
 
Response Due
9/30/2006
 
Point of Contact
Joetta Bernhard, Contracting Officer, Phone (315) 330-2308, Fax (315) 330-7790,
 
E-Mail Address
Joetta.Bernhard@rl.af.mil
 
Description
The purpose of this modification is to republish the original announcement, with administrative corrections, pursuant to FAR 35.016(c). The administrative changes are: (1) Correct the mailing address of the technical POC; (2) deletion of the requirement to send a cover page to the Small Business office, and (3) deletion of the Ombudsman program. Previous modifications are incorporated into this republishing. No other changes have been made. The Information Directorate of the Air Force Research Laboratory (AFRL), Rome Research Site, is soliciting white papers under this announcement for various studies and experiments to increase AFRL's knowledge and understanding of audio and speech processing technologies for support of military operations. Solutions using new and innovative approaches are sought. The scope of this effort covers a broad range of audio and speech processing technologies not limited to: speaker identification, language/ sublanguage (sometimes called dialect) identification, gisting (obtaining the gist of a conversation by recognition of words and phrases), language translation, platform/background noise identification, usable speech determination, interference (noise and competing talkers) reduction, voice stress analysis, speaker verification, coding to preserve the characteristics of the talker and channel, watermarking, and correlation. Emphasis for this research are techniques and methods for use in tactical (Avg. 9 dB signal-to-noise ratio, <5 seconds recognition time, minimum training time) military environment. Deliverables will be technical reports, and when appropriate, demonstrations and associated data. THIS ANNOUNCEMENT CONSTITUTES THE ENTIRE SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit three (3) copies of a five (5) to seven (7) page white paper on their proposed research topic with a cover letter indicating whether the offeror is a large, small, small women-owned small or small disadvantaged business, or Historically Black College, University, or Minority Institutions. All responses to this BAA must be addressed to the technical point of contact: AFRL/IFEC, Attn: John G. Parker, 525 Brooks Road, Rome, NY 13441-4505. 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. White papers must reference BAA 02-06-IFKA, and shall be double spaced with a font no smaller than 12 pitch. Last date for submission of white papers is 30 Sep 06. Multiple white papers addressing different areas of applicability may be submitted by each offeror and are encouraged. 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. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Complete proposal instructions will be contained in a letter accepting your white paper and requesting a proposal. Such invitation does not assure that the offeror will be awarded a subsequent contract. Options are discouraged and unpriced options will not be considered for award. 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. It is, however, an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Proposals submitted will be evaluated as they are received. Individual proposal evaluations will be based on acceptability or non-acceptability without regard to other proposals submitted under this BAA. Evaluation of proposals will be performed using the following criteria in descending order of importance: (1) The Overall Scientific and/or Technical Merits of the Proposal, (2) Contributions to the Tactical Speech Processing mission, (3) Innovative Approach and/or Techniques, (4) The reasonableness and realism of proposed costs and fees, if any. The technical and cost information will be evaluated simultaneously. The technical criteria, 1-3 above, 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. In addition, the Government may consider other factors such as: (1) The offeror?s capabilities, related experience, facilities, techniques, or unique combination of these which are integral factors for achieving the proposal objectives; (2) The qualification, capabilities and experience of the proposed principal investigator, team leader, and other key personnel; and (3) The offeror?s record of past and present performance. No further evaluation criteria will be used in selecting the proposals. Principle funding for proposals selected from this announcement will begin in FY02 with awards not normally exceeding twenty-four (24) months in duration and $700,000 in value. 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. Total funding for the BAA is $23M. Depending on the work to be performed, the offeror may require a SECRET or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP 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 participation is excluded at the prime contractor level. An informational briefing is not planned. A copy of the Rome?s BAA & PRDA: A Guide for Industry, Sep 1996 (Rev), may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.html. All responsible organizations may submit a white paper which shall be considered. Respondents are asked to provide their Commercial and Government Entity (CAGE) number with their submission and reference BAA 02-06-IFKA. This BAA is open and effective until 30 Sep 2006. Proposers are warned that only Contracting Officers are legally authorized to commit the Government. All questions prior to the submission of a technical and cost proposal, including inquiries regarding white papers should be addressed to the technical POC.
 
Record
SN00777056-W 20050330/050328211805 (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.