Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 16, 2006 FBO #1543
MODIFICATION

A -- ELINT COLLECTION & PROCESSING

Notice Date
2/14/2006
 
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-05-02-IFKA
 
Description
The purpose of this modification is to republish the original announcement pursuant to FAR 35.016(c). Previous modifications are incorporated into this republishing. No other changes have been made. NAICS CODE: 541710 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: ELINT COLLECTION AND PROCESSING ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 05-02-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 15 Mar 05; FY 06 by 1 Mar 06; and FY 07 by 15 Nov 06. White papers will be accepted until 2pm Eastern time on 30 September 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: The overall technical objectives of this BAA are to use innovative, disruptive technologies to collect and process ELINT signals and their associated SIGINT information. Technologies, such as Artificial Intelligence and enhanced or new digital processing hardware/software, will be used to: (1) Dynamically characterize and correlate databases that use existing multi-source, multi-platform, real-time collection systems; (2) Enhance collection system efficiency to include multi-platform collection optimization and management; and (3) Automate digital signal processing hardware and software analysis to enable a man-on-the-loop concept to address the increased volume of data and increased time criticality of analysis, both necessary to support Effects Based Operations of the future. The scope of this effort concerns several areas and covers a broad range of issues, which include, but are not limited to the following: (1) Target specific characteristics identification/ correlation; (2) Automated collection, signal ID sorting and first level processing; (3) Enhanced digital ELINT processing/analysis technology at both the Operational/Tactical and Scientific and Technical Intelligence (S&TI) levels; (4) Software aboard UAV platforms which specifically address SIGINT objectives; (5) Advanced knowledge-based processing; and (6) Network centric collection management . Detailed scope and definition of problems are as follows: (1) Target characteristic identification/correlation: Battlefield management depends heavily on ELINT and Electronic Warfare (EW) assets to provide current threat analysis for successful deployment of war-fighting resources. One area that supports this analysis is target specific operating characterization and equipment/unit correlation which is normally a "brute-force/labor intensive" effort: (2) Automated collection, signal identification (ID) sorting and first level processing. Dense, hard-to-get, advanced modulated, and Low Probability of Intercept (LPI) signals dictate the need for automated, dynamic collection using both on-board / off-board assets. This area should also allow for the improvement in signal sorting and identification, discrimination ('flagging') of out-of-limits signals, especially threat systems whose measurable values can readily be characterized. Continual high-resolution sampling of Intermediate Frequency Modulation (IFM), pulse sorting, and deinterleaving processes using 'fingerprinting' techniques should continue to be investigated as a means to support flagging and automated tracking efforts; Signal identification algorithms for next generation target radars. (3) Enhanced digital ELINT processing: Environment complexity, as well as advanced collection hardware technology, demands growth in the digital ELINT processing arena. Efforts should take into consideration current analysis technology available, reduction in processing of routine activity allowing time to be spent on more critical tasks, methods employing horizontal, parallel processing, and how best to insert these solution(s) into existing systems. (4) Software aboard UAV platforms which specifically address SIGINT objectives: Given current levels of activity, operational requirements, hostile environments, and resources being heavily tasked, collection systems will need to be developed for embedding on UAV-type platforms. Host processing systems will be low power and weight so the resident software processing systems will need to employ a digital receiver and processing schema that operate modularly, in parallel, and in firmware. (5) Advanced Knowledge-Based Processing Techniques: Timely and accurate decision support to the warfighter require innovative knowledge-base processing for sensor management, emitter ID, flagging, and SIGINT fusion to include but not limited to techniques for automated knowledge acquisition and knowledge modeling, real-time inferencing, and real-time operating system. (6) Network centric collection management: Networked SIGINT sensors extend the sensor virtual collection space, thus significantly enhancing the potential to collect LPI/difficult waveform signals. Therefore, network centric collection management should be investigated to include but not be limited to multi-platform signal correlation and multi-int sensor cueing. Attention should be paid to fusing the sensor measurements and network data bandwidth to support collection management. Deliverables will be technical reports, any software developed, and, when appropriate, demonstrations. II. AWARD INFORMATION: Total funding for this BAA is approximately $24.5M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 05 - $8.0M; FY 06 - $8.5M; and FY07 - $8.0M. Individual awards will not normally exceed 36 months with dollar amounts ranging between $250,000 to $350,000 per fiscal 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. 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 three copies 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, 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 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 05 should be submitted by 15 Mar 05; FY 06 by 1 Mar 06; and FY 07 by 15 Nov 06. White papers will be accepted until 2pm Eastern time on 30 September 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: John H. Pletl, 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 05-02-IFKA. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in equal order of 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) The overall scientific and/or technical merits of the proposal: (2) the potential contributions of the effort to the Rome Research Site mission and the extent to which the proposed effort will contribute to balancing the overall research and development program of AFRL; and (3) the reasonableness and realism of proposed costs 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 review 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: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: John Pletl; Telephone: (315) 330-7557; Email: John.Pletl@rl.af.mil. Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lori Smith; Telephone (315) 330-1955; Email: Lori.Smith@rl.af.mil. The email must reference the solicitation (BAA) number and title of the acquisition. All responsible organizations may submit a white paper which shall be considered.
 
Record
SN00987852-W 20060216/060214212254 (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.