Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 26, 2005 FBO #1308
SOLICITATION NOTICE

A -- BAA for Innovative Geospatial Intelligence Concepts

Notice Date
6/24/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, National Geospatial-Intelligence Agency, Acquisition Technology (ACT), ACT Mail Stop DN-04 12310 Sunrise Valley Road, Reston, VA, 20191-3449
 
ZIP Code
20191-3449
 
Solicitation Number
-HM1582-05-BAA-0004
 
Response Due
8/8/2005
 
Archive Date
8/23/2005
 
Description
National Geospatial-Intelligence Agency 2005 Innovations in Geospatial Intelligence Broad Agency Announcement #HM1582-05-BAA-0004 INTRODUCTION This Broad Agency Announcement (BAA) solicits offers for the award of procurement contracts for innovative, high-risk, non-traditional Geospatial Intelligence concepts, technologies and products with a potential for high-payoff. These contracts are hereafter described as the ?Innovation Program.? This BAA is being publicized at www.fedbizopps.gov and www.nga.mil (click on Business Opportunities). GENERAL INFORMATION The NGA expects to award up to $1 million in procurement contracts for innovative, cutting edge Geospatial Intelligence concepts, technologies and products. It is anticipated that there will be one contract awarded for $1,000,000. Based on the quality of proposals, there is a potential for awarding two contracts for $500,000 each. It is important for researchers to find opportunities for collaboration to address all aspects of this proposal. Awards made under this BAA are Subject to the Availability of Funds. The Government reserves the right to award all, some or none of the proposals received. All responsible U. S. sources capable of satisfying the Government?s needs may submit a proposal for consideration by NGA. Awards made under this BAA will comply with export control laws related to export of and foreign access to U.S. Government-funded technology development. Note: Only procurement contracts will be awarded as a result of this BAA. Grants, cooperative agreements, and/or any other forms of federal assistance will not be awarded. INNOVATION PROGRAM AND OBJECTIVES The Innovation Program is seeking innovative approaches to improve automated filtering of data for our analysts to help mitigate challenges associated with information volume, variety and velocity. Awardees will be expected to deliver Proof of Concept demonstrations, containing only unclassified data that can be installed from CD in a generic Windows environment. TECHNICAL INTEREST AREA Intelligent Triage of Geospatially Referenced Information The Innovation BAA is requesting innovative research that will focus on enabling the processing, analysis and dissemination of enormous amounts of newly collected data each day from multiple sources. Enormous amounts of data may come from numerous sources and in several formats ? text, image, video, digital maps, audio, etc. To help analysts make efficient use of their time, NGA needs automated processes that can identify and organize contextually relevant types of data. The overall intent is to allow analysts to spend less time dealing with systems and more time analyzing data. Research proposals should address automated triage of information and data combined with an intuitive human-computer interface to facilitate the analysis process. To ensure a seamless integration between data triage functionality and the user interface, NGA highly encourages collaboration between researchers addressing each area. Scenario of Application: Simulated problem of national security concern (e.g., weapons of mass destruction proliferation, catastrophic chemical disaster, terrorist activities, etc.) that uses and contributes to a geospatially-referenced knowledge base. The scenario could be fictitious and must deal with a problem that would require enormous amounts of differing types of source data. The multi-source, multi-format input data should be voluminous enough to demonstrate the usefulness of the functionality and be based on a geo-referenced system as the foundation. Researchers should be prepared to supply their own data -- geospatial and otherwise. Functionality: Automated dynamic filtering of multi-source information for the analyst using an intuitive user interface. The capability needs to deliver diverse data types that are relevant to the problem, displayed in easily understood way, and employ a geo-referenced / geo-location based system as the foundation for multi source application analysis. Automated Dynamic Filtering: Not all of the information collected could or should be distributed to the user or analyst. Intelligent information switches are needed that can respond to situational cues in order to route contextually relevant information (data) to analysts for review while maintaining the indexed flow of information to archival storage. Data filters should automatically react to potential threats or changes and distribute information in real time based on inferences made about the relevance of the data in the current context. Most or all information from a specific area of interest will be diverted to archival storage. As the automated inferences indicate a need for analysts to be more attentive to a given data stream, that stream could be directed to an analyst along with an alert to the potential event requiring human attention. When events are validated by the analyst, some of the archived data will need to be retrieved and presented. These filters need to be able to tune themselves in response to their assessed utility to an analyst. Potentially relevant information must be made available to the analyst without disrupting or unduly distracting from the actual process of analysis. In this triaged information scenario, new analytical environments and tools will be needed. User Interface: As information flow increases, there is an increasing need for analysts to display complex, multi-INT information as part of an integrated information environment designed to match the way users perceive, process and use data. The interface needs to enable analysts to rapidly perceive and understand evolving patterns embedded in massive, complex, high dimensional datasets. Information displays should contain the following capabilities: Multi-sensory and collaborative, allowing both individuals and teams to work with data using all of its spatial and temporal aspects simultaneously. Combine advanced information modeling and management functionality with a visualization-oriented user interface. Have the capability to drill down through multiple paths simultaneously and graphically depict relationships among data by displaying them in a variety of formats. Support web based services utilizing GIS tools to host and serve a variety of geospatial data. Performance: The proposals should include a plan for assessing the effectiveness of the technology. The metrics should show how their technology is helping the analyst manage their workload. PROPOSAL FORMAT AND REQUIREMENTS Proposals shall be prepared single-spaced in 12 point Times New Roman font, with at least one inch margins on top, bottom and sides, for printing on 8?? by 11? paper. The proposal shall include the items identified below. Separate attachments, such as institutional brochures or reprints, are not allowed. 1) Cover Page ? 1 page The cover page shall include the BAA number HM1582-05-BAA-0004, proposal title, and technical interest area. The cover page must also indicate the name, phone number, fax number, postal address, and e-mail address of both the technical point of contact and the administrative point of contact. 2) File Naming Conventions Please start your file name with the first 4 letters of your company name. USGSXXX.pdf 3) Executive Summary ? Not to exceed 1 page The Executive Summary shall include the research objective and overall approach. 4) Technical Proposal - Not to exceed 5 pages Technical proposals shall not exceed five pages in length. The core capability, advancement and description of worth (the ?so what? factor) must be described in one summary paragraph at the beginning of the technical proposal. The remainder of the proposal shall: a) Describe the proposed research/objectives, experimental design, and approach to be undertaken. Discuss the nature of expected results. State the objectives and approach and the relationship to state-of-knowledge in the field and to similar work in progress. Include appropriate literature citations and prior work. b) Discuss intellectual property and data rights. If technical data or computer software will be furnished with other than Government Purpose rights, spell that out in the proposal. Include any proprietary claims to the proposed research results, technologies and products. If there are no proprietary claims, state that. Unless specific restrictions are stated, the following default wording will be used in contracts awarded as result of this BAA. The default provision is as follows: ?The Government will receive Government purpose Rights to Technical Data and Computer Software developed and delivered under this contract.? 5) Cost Proposal ? 2 pages recommended The financial portion of the proposal will contain cost estimates in sufficient detail for meaningful evaluation. The proposal should include name, address and telephone number of the offeror?s cognizant Defense Contract Audit Agency (DCAA) audit office (if available). The cost proposal must include the type of contract proposed (i.e., fixed price, cost-reimbursable). There is no page limit for the cost section of the proposal, but 2 pages is recommended. This section shall include statements as to the basis of estimate for all proposed costs. Cost elements should include, but are not limited to a) Estimated number of hours by labor category and the hourly rate. b) Travel costs and time, and the relevance to stated objectives. This shall include a breakdown of the number of travelers, location, and duration; and estimated costs for transportation, rental car and per-diem. c) Other direct costs: materials and supplies; publication, documentation and dissemination; consultant services; computer services; communication costs not included in overhead; and other (identify). d) Indirect costs. e) Profit/fee. EVALUATION CRITERIA Evaluation of proposals will be accomplished through a peer or scientific review process. The primary evaluation criteria, of equal weight, are: 1) Relevance and potential contributions of the research to NGA missions, within one or more of the domain categories described above, and 2) Scientific and technical merits of the proposed concept as related to the domain categories described above. Other evaluation criteria includes: 3) Qualifications of the key research personnel The realism and reasonableness of cost, including cost realism as it relates to the Government?s degree of confidence in the offeror?s ability to perform the proposed work at the proposed cost shall be rated on a Pass/Fail basis. SELECTION PROCESS Proposals will be evaluated and scored against the evaluation criteria above and ranked in terms of preference for award by an evaluation team of Government technical experts. The evaluation team will consider the overall contribution of each proposal as reflected by the evaluation scores, the potential contribution to the advancement of the targeted research topic, and the amount of available funding. The evaluation team will forward a list of proposals recommended for award ranked in order of preference, along with a description and results of the evaluation process, to the Contracting Officer for negotiation and award. Note: The number of awards made is dependent upon the quantity and quality of proposals received given the amount of available funding. If additional funding becomes available, NGA may choose to make additional awards under the terms of this BAA from the remaining most preferred proposals. PROPOSAL SUBMISSION AND COMMUNICATION Place of Contract PerformanceAddress/City/State12310 Sunrise Valley Drive MS DN-04 Reston ?Postal CodeCountrySetAside? Partial Small BusinessPartial HBCUService-Disabled Veteran-OwnedTotal Women-owned BusinessTotal HUB-ZoneProposals shall be formatted only as .pdf files and must be less than 1.95MB in file size. The proposal must reference BAA Number HM1582-05-BAA-0004. Compressed proposals formatted as .zip files will be rejected due to potential computer virus considerations. Proposals shall be submitted by e-mail electronically to girdi04@westfields.net. NGA will send an acknowledgment of receipt of the proposal to the originator of the e?mail that forwarded the proposal. To be considered and evaluated, the Government must receive any completed proposal by 3:00 pm, eastern daylight savings time, on 08 August 2005. Proposals received after the closing time will be treated according to Federal Acquisition Regulation part 15.208. Restrictive notices notwithstanding, proposals may be handled, for administrative purposes only, by a support contractor. This support contractor is prohibited from competition in NGA technical research in this program area and is bound by appropriate nondisclosure requirements. Support contractors may be involved with technical administration of the contracts awarded under this BAA. The Source Selection Evaluation Team shall be Government Personnel only. Contractor support personnel may act as advisors in the evaluation of contractor proposals but they cannot be the actual, voting members of the Source Selection Evaluation Team. NGA shall employ the proper releases, conflict of interest, and non-disclosure agreement provisions with these contractors. Contractors that act as advisors in the evaluation of proposals submitted under this BAA are prohibited from competing in this BAA. All correspondence and questions on this BAA should be directed to the Contracting Officer identified below. NGA encourages use of e-mail for any correspondence relating to this BAA. Note: Only e-mail proposals are allowed. Paper proposals will not be accepted. SOURCE SELECTION OFFICIAL Stephen Homeyer (703)735-3054; Stephen.T.Homeyer@nga.mil CONTRACTING OFFICER POINT OF CONTACT All communication concerning HM1582-05-BAA-0004 shall be through Mr. Jonathan Mostowski, Contracting Specialist: Voice: (703) 735-3900; Fax: (703) 735-3965 E-mail: karla@nga.mil Alternate Contact: Andrew Karl Voice: (703)735-3205; Fax: (703) 735-3965 E-mail: mostowsj@nga.mil This Broad Agency Announcement and related information is available from www.nga.mil (click on Business Opportunities).
 
Place of Performance
Address: 12310 Sunrise Valley Drive MS DN-04 Reston, ,
Zip Code: 20191
Country: USA
 
Record
SN00836501-W 20050626/050624212612 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.