Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 01, 2005 FBO #1466
MODIFICATION

A -- Predictive Awareness & Network-centric Analysis for Collaborative Intelligence Assessment (PANACIA)

Notice Date
11/29/2005
 
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-04-08-IFKA
 
Description
The purpose of this modification is to open the announcement for the acceptance of white papers and to re-clarify the technical objectives. Previous modifications are incorporated into this republishing. 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: Predictive Awareness & Network-centric Analysis for Collaborative Intelligence Assessment (PANACIA) ANNOUNCEMENT TYPE: Modification FUNDING OPPORTUNITY NUMBER: BAA 04-08-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 06 should be submitted by 1 May 2006 and FY 07 by 1 May 2007. White papers will be accepted until 2pm Eastern time on 16 August 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: This modification solicits white papers in the following technical areas related to the overall PANACIA system capabilities: text processing of HUMINT and IMINT messages; real-time tracking of SIGINT, GMTI, Video, and Unattended Ground Sensors (UGS); multi-INT (Intelligence) fusion from various intelligence sources; development and exploitation of a spatially and temporally consistent knowledge database(s); data extraction & reasoning regarding friendly and adversary forces; and development of measures of performance/effectiveness to assess multi-INT fusion algorithm performance. White papers SHALL NOT address the development of the integrated systems capability that was procured as part of the original BAA solicitation. Promising white papers will be selected based on technical need and availability of customer funding. II. AWARD INFORMATION: Total funding for this BAA is approximately, $24.9M. The anticipated funding to be obligated for the remainder of the effort is broken out by fiscal year as follows: FY 06 - $9,200,000 and FY 07 - $7,399,999. 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. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. All foreign allied participation at the prime contractor level is excluded. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. IV. APPLICATION AND SUBMISSION INFORMATION: 1. APPLICATION PACKAGE: THIS MODIFICATION NOW CONSTITUTES THE ONLY SOLICITATION. WE ARE SOLICITING 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 AFRL/Rome Research Sites "Broad Agency Announcement (BAA): A Guide for Industry," Aug 2005, may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.doc. Additional information regarding the bidder?s briefing held on 27 Aug 2004 may be accessed at: https://extranet.if.afrl.af.mil/programs/panacia/index.html 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 1 copy of a 3 to 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, Estimated Cost of Task, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its 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 06 should be submitted by 1 May 2006 and FY 07 1 May 2007. White papers will be accepted until 2pm Eastern time on 16 August 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 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: AFRL/IFEA, ATTN: Brian Romano, Ref BAA 04-08-IFKA, 525 Brooks Road, 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-04-08-IFKA. Electronic submission to Brian.Romano@rl.af.mil is preferred. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in equal order of importance, will be used to determine whether proposals submitted are consistent with the intent of this BAA and of interest to the Government: (1) Overall Scientific and Technical Merit -including the innovative approach for the development and/or enhancement of the proposed technology and its evaluation; (2) Related Experience - the extent to which the offeror demonstrates relevant technology and domain knowledge; (3) Openness/Maturity of Solution - the extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness; (4) Reasonableness and realism of proposed costs and fees (if any); and (5) Soundness of proposed technology transition approach. 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 papers/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. 2. REVIEW AND SELECTION PROCESS: Only Government employees will evaluate the 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: Necessary Clearances: The majority of the work to be performed will be at TOP SECRET; however, a portion of work may be performed at collateral SECRET. Work to be performed will require a TOP SECRET facility clearance and safeguarding capability. Key personnel identified for assignment to the PANACIA effort must have an active TOP SECRET clearance at the time of award and be cleared for access to SI/TK information within three (3) months after award. A principal investigator clause may be required on this effort. 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. Government Furnished Information/Equipment (GFI/GFE): Government-provided information for the PANACIA contractor(s) (for use under this program) will be posted on the website. The necessary hardware required for the software integration into the AFRL Fusion Facility and targeted transition facilities will be provided as Base Support. However, the PANACIA contractors shall be required to provide hardware at their own facility for architecture development and integration during the contract period-of-performance. This hardware shall be compatible with the targeted facilities. No GFE will be provided to the PANACIA contractors for development use in their facility. The PANACIA offerors shall specify, and provide if awarded, any reference image or display background required for the geo-registration/time synchronization for the fusion of multiple intelligence data types. Other required GFI data shall be specified in the proposal for evaluation. 3. REPORTING: Once a proposal has been selected for award, offeror?s will be required to submit their reporting requirement through one of AFRLs 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. (To be discussed at Bidder?s Briefing) VII. AGENCY CONTACTS: All questions prior to the submission of a technical and cost proposal can be addressed to the technical POC, Brian Romano, telephone: (315) 330-4218 or email Brian.Romano@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. All responsible organizations may submit a white paper which shall be considered.
 
Record
SN00941295-W 20051201/051130090142 (fbodaily.com)
 
Source
FedBizOpps 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.