Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 27, 2005 FBO #1431
SOLICITATION NOTICE

A -- VisiBuilding: ISR for Building Interiors

Notice Date
10/25/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
 
ZIP Code
22203-1714
 
Solicitation Number
BAA06-04
 
Response Due
10/24/2006
 
Archive Date
11/7/2006
 
Description
The VisiBuilding program is soliciting proposals due 4 January 2006 (initial selection). Point of Contact (POC): Dr. Edward J. Baranoski, Program Manager, Defense Advanced Research Projects Agency (DARPA) Special Projects Office (SPO), 3701 North Fairfax Drive, Arlington, Virginia 22203-1714; facsimile: 703-524-2449; e-mail: visibuilding@darpa.mil (e-mail contact preferred). Objective: In support of the VisiBuilding program, DARPA/SPO is soliciting proposals from qualified corporations, research institutions, universities, Federally Funded Research and Development Centers (FFRDCs) and Department of Energy (DoE) laboratories under BAA06-04. The goal of the VisiBuilding program is to develop knowledge-deriving architectures for sensing people and objects in buildings. The program will address propagation and backscatter off urban structures, develop operational concepts for sensor position and utilization, and derive model-driven algorithms that best match hypothesized structural models with the actual sensed data. A key component of VisiBuilding will be how to make the technology operationally useful to support all stand-off sense-through-buildings concepts of operations (CONOPS), ranging from pre-mission planning to find which buildings should be searched, through detailed assessment of targeted structures for building layouts and behavioral analysis, live updates of building occupancy to support building raids, and finally post-mission analysis to find hidden objects or people. Sensor and exploitation architectures must provide: 1) a detailed understanding of the building structure to provide actionable information on building layouts, and provide reasonable floor plans of the structure, 2) detection and localization of anomalous quantities of materials within the building structure, and 3) detection and localization of people within a building. In order to be effective, VisiBuilding must demonstrate penetration and interpretation through at least two exterior-grade walls using standard building construction materials such as reinforced concrete, concrete block, brick, adobe, etc. Concrete and concrete block should be at least eight inches (20 cm) in thickness. Sensor architectures must be able to resolve wall positions to within 0.5 meters laterally and ceiling and floor locations within 0.5 meters vertically, with a 95 percent probability of correct localization. Similarly, they must be able to detect and localize non-structure related materials larger than 3 square meters in size beyond two walls. They must also be able to detect, resolve, and locate moving personnel within 0.5 meters with a 99 percent probability of detection and 1 percent false alarm rate with a minimum detectable velocity of 0.5 meters/second. Sensor architectures should permit close-range stand-off from the building to be examined. Stand-off distances should at least be 10 meters, or on the order of street-level access or from neighboring structures. Ideally, sensor configurations should allow for discrete (perhaps covert) examination of the building structure through some combination of any or all of the following: small distributed hand-held or emplaced sensors, vehicle-borne sensors, and/or airborne or perching sensors. Sensor architectures will be an important facet of this development, but the key technology advances are expected in the areas of phenomenology, sensor architectures, and exploitation and model-based reconstruction algorithms. These three areas are tightly coupled, and the interdependencies between them should be represented in the proposals program and management plan. The program will be a multi-phase effort, with each phase constructed to advance the technology towards a full demonstration of capability. Phase I will be a twelve-month Concept Development and Evaluation effort to develop conceptual ideas in one or more sensor modes and configurations. The proposed architecture will be simulated and analyzed to show concept realism for penetrating deep within standard buildings. This will lead into a concept design review. The result of this phase will be concept design(s) and the estimated performance for the Phase II Sensor Demonstration System(s), and an updated execution plan and cost for the Phase II prototype design, development, and demonstration effort. The following descriptions of Phase II and III activities are notional. Any and all aspects of these phases are subject to change pending the outcome of Phase I (and Phase II results for Phase III). Selected performers may continue with Phase II, an eighteen month Sensor Demonstration System phase to develop the sensor and exploitation architecture and demonstrate its capability on two-story structures. This phase will require developing a full sensor system and exploitation architecture meeting design objectives on selected building structures. Based upon the Phase II demonstration results and an updated form-fit prototype description, selected performers may continue Phase III for a fifteen month Advanced Prototype Development effort to develop a full prototype system that can sense and accurately model multi-story structures, including all necessary sensor communication and on-line processing. DARPA is soliciting proposals under this BAA for the full program. One or more awards are anticipated. Contractors are expected to develop full system architectures that address principal technical challenges in propagation phenomenology, sensor architecture configuration and concepts of operation, and model-based algorithms and processing architectures for reconstructing full building models from the sensed data. The contractor will have to address expected performance and develop an early proof-of-concept demonstration in Phase I that will directly address architectural issues to be tackled in Phases II and III. The contractor will also identify critical technology developments required to enable the system concept. A Proposers Day Briefing will be held on 14 November 2005 to present the goals and structure of the VisiBuilding program to potential proposers. One-on-one meetings with the DARPA Program Manager and other members of the VisiBuilding Government Team will be available as well. This program will unclassified, although specific proposals incorporating classified technologies are also acceptable. PROPOSAL SUBMISSION: Proposers must obtain the BAA06-04 Proposers Information Packet (PIP) which provides further technical and administrative detail for this BAA including the technologies of interest, evaluation criteria, funding processes, and format of proposals. Proposals not meeting the specified format described in the PIP may not be considered for award. The PIP is not classified and may be obtained from the FedBizOpps website. A table of important dates and milestones is provided in the PIP. These include a Proposers Day Briefing to be held 14 November 2005 at Booz Allen Hamilton, Newman Auditorium at 8283 Greensboro Drive, McLean, VA 22102. Contact visibuilding@darpa.mil to attend the Proposers Day Briefing. The VisiBuilding program may include information controlled under the International Traffic in Arms Regulation (ITAR), 22 CFR 120-130, therefore contractors may be required to protect information pursuant to ITAR and are encouraged to consider this when proposing. Questions regarding this BAA or comments on the PIP may be e-mailed directly to visibuilding@darpa.mil. It is anticipated that contracts will be awarded on or about 15 March 2006. The Government will not be liable for the cost of proposal preparation and submission. Proposals must be submitted in accordance with this announcement and the PIP. There will be no other solicitation issued in regard to this requirement. Proposers should be alert for any BAA amendments that may be published on the FedBizOpps website. ORGANIZATIONAL CONFLICT OF INTEREST: Each cost proposal shall contain a section satisfying the following requirements: awards made under this BAA are subject to the provisions of the FAR, subpart 9.5, Organizational Conflict of Interest. All Proposers and proposed subcontractors must affirmatively state whether they are supporting any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the Proposer supports and identify the prime contract number(s). Affirmations shall be furnished at the time of proposal submission and the existence or potential existence of organization conflicts of interest, as that term is defined in FAR 9.501, must be disclosed. This disclosure shall include a description of the action the Proposer has taken, or proposes to take, to avoid, neutralize, or mitigate such conflict. If the Proposer believes that no such conflict exists, then it shall so state in the section. It is the policy of DARPA to treat all proposals as competitive information and to disclose the contents only for the purposes of evaluation. The Government intends to use non-Government personnel as special resources to assist with the logistics of administering the proposal evaluation and providing selected technical assistance related to proposal evaluation. These support personnel are restricted by their contracts from disclosing proposal information for any purpose and are required to sign Organizational Conflict of Interest Non-Disclosure Agreements. By submission of its proposal, each Proposer agrees that proposal information may be disclosed to those selected contractors for the limited purpose stated above. Any information not intended for limited release to support contractors must be clearly marked and segregated from other submitted proposal material. Points of Contact: Dr. Edward J. Baranoski, DARPA/SPO Program Manager, e-mail: visibuilding@darpa.mil. Contractual POC: Jennifer Schoen, Contracting Officer, DARPA/CMO, 3701 North Fairfax Drive, Arlington, Virginia 22203-1714. This BAA shall remain open for one (1) year from the date of publication on www.fedbizopps.gov. Although the Government may select proposals for award at any time during this period, it is anticipated that the majority of funding for this program will be committed during the initial selections. Proposers may submit a full proposal in accordance with the instruction provided in the Proposer Information Pamphlet (PIP) at any time while the BAA remains open. In order to be considered during the initial round of funding, proposals must be received by DARPA on or before 4:00 PM Eastern Standard Time, 4 January 2006. All responsible sources capable of satisfying the Government's needs may submit a proposal that will be considered by DARPA. Historically Black Colleges and Universities (HBCUs), Minority Institutions (MIs) and small disadvantaged businesses are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for HBCU and MI participation due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these entities. This BAA affords proposers the choice of submitting proposals for the award of a cooperative agreement, procurement contract, technology investment agreement, other transaction for prototype agreement, or such other appropriate award instrument. The government reserves the right to negotiate the type of award instrument determined appropriate under the circumstances. EVALUATION CRITERIA: The criteria to be used to evaluate and select proposals for this project are, in order of importance: (a) Scientific and Technical Merit; (b) Proposer Qualifications; and (c) Cost Realism. Each proposal will be evaluated on the merit and relevance of the specific proposal as it relates to the program rather than against other proposals for research in the same general area, since no common work statement exists. The Government reserves the right to select for award all, some, or none of the proposals received in response to this BAA. The Government reserves the right to select for award, all, some, or none of the parts of a proposal from proposal respondents. Proposals may be selected and/or award decisions made without discussions or negotiations.
 
Record
SN00920773-W 20051027/051025212240 (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.