Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 15, 2005 FBO #1389
MODIFICATION

A -- Dynamic Air and Space Execution and Assessment (DASEA)

Notice Date
9/13/2005
 
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-04-07-IFKA
 
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) change in the title, (b) an update to the technical areas of interest, (c) revision to the anticipated funding to be obligated each fiscal year, and (d) removal of the information pertaining to the briefing that was previously held on 22 Sep 2004. No other changes have been made. FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: DYNAMIC AIR AND SPACE EFFECTS BASED ASSESSMENT (DASEA) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA # 04-07-IFKA CFDA Number: 12.800 DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 05 should be submitted by 22 Oct 04; FY 06 by 1 Jun 05; and FY 07 by 1 Jun 06.White papers will be accepted until 2pm Eastern time on 30 Aug 2007, 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: Objective: The overall objective of this BAA is to design, develop and demonstrate a capability for continuous effects based assessment in a dynamic tasking environment. This program will employ, exploit and develop as necessary technologies to provide early demonstrations and potential transitions to operational units. It will also enhance existing and maturing technologies and provide for spiral development and interaction with other ongoing Air Force programs. Familiarity with initiatives that are focused on dynamic tasking and effects based assessment, as well as those technologies that are necessary to support these functions (e.g. multi-INT fusion) are desirable. Specific efforts targeted for collaboration include: 1. the Command and Control Battle Lab?s T-BONE effort which is focused on rewriting the Theater Air Planning (TAP) capability and the Air Operations Database (AODB). 2. The U.S. Air Force Effects Based Assessment Task Force initiative. 3. DARPA?s JAGUAR (Joint Air-Ground Unified Adaptive Re-planning) program. 4. AFRL?s PANACIA (Predictive Awareness and Network-Centric Analysis for Collaborative Intel Assessment). And 5. AFRL/HE?s AOC Strategy Planning and Operational Effects Assessment Visualization Effort (04-01-HE-04). In addition to direct technology developments this program will support other complimentary activities including test and evaluation, modeling and simulation, and data collection and management. Background: The current planning process for air operations takes commander?s intent and turns it into orders that executing units carry out. Mission data and orders are documented and sent to executing units in a batch-oriented Air Tasking Order (ATO). To counter emerging threats or exploit emerging opportunities, commanders require the means of reacting very quickly. This argues against a batch-oriented process and towards a more continuous process. In the near future, executing orders might be available in a Dynamic Air/Space Execution Order (DAEO) or in a continuous ?streaming ATO?. This envisions a largely continuous process where target queues are dynamically executed as they are built. Crucial to a DAEO or streaming ATO process is the ability to conduct effects based assessment (EBA). Assessment activities need to begin well before tasks are executed. During the planning process, assessment requirements are an integral part of the DAEO generation. During execution, assessment activities need to determine the likelihood that the course of action will attain commander?s intent. The focus of combat assessment today is on actions rather than effects and results in recommendations concerning re-attacks. In addition to re-attack recommendations, effects based assessment must look at whether the basic strategy of the campaign or major operation should be changed. This Critical Experiment will result in a capability for achieving effects-based assessment in a dynamic tasking environment. New processes for effects-based assessment will be developed and evaluated under this initiative. Technologies to support accurate and timely EBA based on the new processes will be developed. Effects based assessment methods for a streaming ATO need to be developed. Both quantitative and qualitative methods for reasoning under uncertainty in a dynamic environment should be explored. Note, this effort is focused on exploiting multi-INT fusion capabilities, not developing them. II. AWARD INFORMATION: Total funding for this BAA is approximately $10,000,000. $6,630,000 has been approved by AFRL and $3,370,000 of customer support and other agency funding is anticipated to augment Air Force funding. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 05 - $800,000; FY 06 - $2,250,000; FY 07 - $2,430,000; and FY 08 - $4,520,000. Individual awards will not normally exceed 36 months with dollar amounts ranging from $75,000 to $400,000 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. The anticipated start date for the FY05 efforts under the solicitation is early in February/March 2005. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All foreign allied participation is excluded at the prime contractor level. 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. 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 3 copies of a 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 05 should be submitted by 22 Oct 04; FY 06 by 1 Jun 05; and FY 07 by 1 Jun 06. White papers will be accepted until 2pm Eastern time on 30 Aug 2007, 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: Joseph A. Caroli, AFRL/IFSA, 525 Brooks Rd, Rome NY 13441-4505 Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA 04-07-IFKA. Electronic submission to Joseph.Caroli@rl.af.mil will also be accepted. Reference BAA 04-07 in the subject line. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are equal in importance, 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: (1) Scientific and technical merit including creativity of proposed solution to the problem, (2) Soundness of offeror?s proposed approach to developing and testing dynamic execution and effects based assessment capabilities, (3) Understanding of the dynamic tasking and effects based assessment problem. This includes the offeror?s understanding of current approaches and military doctrine in these areas. (4) Reasonableness and realism of proposed cost and fees (if any). 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 BAA. No further evaluation criteria will be used in selecting white papers/proposals. Individual white paper/proposal evaluations will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. 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 the administrative support contract, 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 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 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, offeror?s 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 its use. VII. AGENCY CONTACTS: All questions prior to the submission of a technical and cost proposal can be addressed to the technical POC, Joseph A. Caroli, telephone: (315) 330-4205 or email Joseph.Caroli@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, Lori L. 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. All responsible organizations may submit a white paper which shall be considered.
 
Record
SN00893767-W 20050915/050913212055 (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.