Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
MODIFICATION

A -- Measurement and Signatures Intelligence (MASINT) Exploitation Technology

Notice Date
8/2/2006
 
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-05-09-IFKA
 
Description
The purpose of this modification is to republish the original announcement pursuant to FAR 35.016(c). This republishing also includes the following change: Information regarding Grants.gov has been included in paragraph VI.1. Previous modifications are incorporated into this republishing. No other changes have been made. 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 1 Aug 05; FY 06 by 15 Nov 05; FY 07 by 1 May 06; FY 08 by 1 May 07; FY 09 by 1 May 08; and FY 10 ? 1 May 09. White papers will be accepted until 2pm Eastern time on 30 Oct 10, 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: AFRL Rome Research Site is soliciting white papers for innovative research in Measurement and Signatures Intelligence (MASINT) Technology Development (MTD). The MTD BAA seeks significant advances in collection, processing, exploitation, dissemination, and information fusion in the six MASINT sub disciplines. This may also include simulation and modeling of such systems. These include: 1. Electro-Optical ? technologies for the detection and exploitation of relevant phenomena by electro-optical sensors to include laser intelligence (LASINT), Overhead Non-imaging Infrared (ONIR), Thermal IR (TIR), and spectroscopy. LASINT technologies may also include sensitive and specific methods of identifying and diagnosing laser eye injuries. 2. Radar ? technologies to include Synthetic Aperture Radar (SAR), Inverse SAR, Line of Sight (LOS), Over the Horizon (OTH), and bi-static radar. 3. Nuclear ? technologies to perform active or passive, remote or close detection, collection and measurement of gamma rays, neutrons, x-rays or other ambient radiation from nuclear sources. 4. Materials ? technologies to collect, characterize and identify materials, point of origin by remote or close-in means to include nuclear materials, biological threats to include the identification of infectious agents of military importance. Investigations may include improvements in the dissemination of intelligence information to medical personnel through improvements in bioinformatics and data management systems. 5. Radio Frequency ? Seek technology to collect, process, and exploit signals intelligence from Ultra Wideband (UWB), Electromagnetic Pulse (EMP), High Power Microwave (HPM), Unintended RF Emissions (URE or RINT) threats. 6. Geophysical ? seek new capabilities for persistent surveillance of areas of interest using seismic, magnetic, acoustic, hydroacoustic or multi-discipline approaches. II. AWARD INFORMATION: Total funding for this BAA is approximately $49.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 05 - $.5M; FY 06 - $9.5M; FY 07 - $9.9M; FY 08 - $10M; FY09 - $10M; and FY10 - $10M. Individual awards will not normally exceed 36 months with dollar amounts ranging between $100K to $5M 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. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: 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 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 1 Aug 05; FY 06 by 15 Nov 05; FY 07 by 1 May 06; FY 08 by 1 May 07; FY 09 by 1 May 08; and FY 10 by 1 May 09. White papers will be accepted until 2pm Eastern time on 30 Oct 10, 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: Bernard Clarke, AFRL/IFEC, 525 Brooks Rd. Rome, NY 13441. Respondents are required to provide their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number with their submittal and reference BAA 05-09-IFKA. Electronic submission to David.Lavinder@rl.af.mil will also be accepted. 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) Overall Scientific and Technical Merit -- Including the 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) Innovativeness 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, and (4) 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. 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. Those white papers that are found to be consistent with the BAA and are invited to submit a technical and cost proposal will be required to do so through Grants.gov if the award will be in the form of a grant or co-operative agreement. As a prerequisite to submitting a proposal when requested, there are several one-time actions that must be taken in order to submit an application/proposal through Grants.gov (e.g. obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) number, register with the Central Contract Registry (CCR), register with the credential provider, and register with Grants.gov). See www.grants.gov/GetStarted. Use the Grants.gov Organization Registration Checklist at http://www.grants.gov/section3/OrganizationRegCheck.pdf to guide you through the process. Designating an E-Business Point of Contact (EBiz POC) and obtaining a special password called MPIN are important in the CCR registration process. Applicants, who are not registered with CCR and Grants.gov should allow at least 21 days to complete these requirements. It is suggested that the process be started as soon as possible. In order to download the application package, you will need to install PureEdge Viewer. This small, free program will allow you to access, complete, and submit applications electronically and securely. For a free version of the software, visit the following website: www.grants.gov/DownloadViewer. Should you have questions relating to the registration process, system requirements, how an application form works or the submittal process you must direct those questions to Grants.gov at 1-800-518-4726 or support@grants.gov. Detailed instructions for submitting a proposal through Grant.gov APPLY will be provided at the time a proposal is requested. 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 up to a TS/SCI facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access up to TS/SCI 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 points of contact, as specified below: Bernard Clarke Telephone: (315)330-2106 Email: Bernard.Clarke@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
SN01104235-W 20060804/060802220831 (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  © 1994-2020, Loren Data Corp.