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 -- Sensor Data Analysis Technologies Research and Development

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-03-09-IFKA
 
Point of Contact
Arnold Kloven, Contracting Officer, Phone (315) 330-4767, Fax (315) 330-8082,
 
E-Mail Address
klovenj@rl.af.mil
 
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. Previous modifications are incorporated into this republishing. No other changes have been made. Technical POC/Program Manager, Mr. Jonathan C. Gregory, AFRL/IFEC, 525 Brooks Road, Rome, NY, 13441-4505, telephone: (315) 330-4294, email: Jonathan.Gregory@rl.af.mil. Contracting POC: AFRL/IFKA, Lori L. Smith, Contracting Officer, 26 Electronic Parkway, NY 13441-4514, telephone: (315) 330-1955, email: Lori.Smith@rl.af.mil. AFRL Rome Research Site is soliciting white papers for innovative approaches in the area of information and sensor data analysis technology and associated sensors that will overcome deficiencies and enhance capabilities in existing and planned systems that support law enforcement and corrections efforts and the National Law Enforcement and Corrections Technology Center Northeast (NLECTC-NE.) The NLECTC-NE's mission is to work with government, industry, and academia to identify, evaluate, develop, demonstrate, and assess technology applications for law enforcement and corrections agencies. These efforts include, but are not limited to, concealed weapons detection, audio processing, video surveillance, facial recognition, timeline analysis, communications, communications and information systems interoperability, command and control, mobile and wireless computing, computer forensics, cyber crime, digital evidence handling, school safety, Integrated Border Enforcement Team (IBET), information management, and information storage, retrieval and exploitation. High level overviews of areas of interest for this BAA are in the following paragraphs. Concealed Weapons Detection (CWD) using either active or passive sensors is a priority for military personnel performing peacekeeping missions, law enforcement officers, and security personnel. Of interest are low cost technologies that can provide portable concealed weapons detection to include weapons with little or no metal content and explosives. Technology which could perform this at a standoff distances of at least ten meters and/or operate autonomously for weapons screening is also of interest. Also of interest are technologies to perform Through the Wall Surveillance (TWS) and Personnel Location and Tracking (PL&T). This includes the ability to detect, track and identify moving and stationary targets through building materials and rubble in the case of Urban Search and Rescue (US&R). Technology development may include those generate a floor plan from outside of a structure as well. The development of audio processing technologies to allow speaker identification, elimination of noise and/or multiple voices, enhancement and identification of background noise. Video surveillance technologies and tools to enable the acquisition, processing, storage, and enhancement of video data to support law enforcement activities, e.g., facial recognition, identification of individuals, vehicles, events, and interactions. Timeline analysis technologies to provide both pattern/trend analysis for investigations, and to enhance logistics and planned coverage of regions for increased effectiveness of law enforcement resources. Timeline analysis tools to allow the user multiple customizable ways to display location, time, interaction and event data. Communications research, development and demonstration of voice and data communications for public safety applications. Communications support voice, data, and "broadband" data (such as real-time video, geographic/map data and overlays, etc.), and can be transmitted via landline, radio frequencies, and/or microwave frequencies, both clear and encrypted. Mobile and wireless computing to provide a local data processing capability giving those in the field users a more responsive and interactive data accessing environment. Geographic information tools and technologies are increasingly important for law enforcement in coordinating the response of resource and in the analysis of data and discovery of trends/patterns. Geospatial systems integrated into communications networks would assist command and control capabilities by directing messages to those elements which where able to effectively respond. For example, it could increase efficiency by providing information to those who need it, while filtering irrelevant information. Interoperability is a key element of law enforcement/public safety operations. It is the ability to share/disseminate information to those who need it without impediments created by differing systems, offices, or organizations. Research and analysis of interoperability issues are critical to address early on to provide roadmaps for development and implementation which reduces the conflicts experienced when interfacing with dissimilar systems. Enhancement of communications systems is an area of interest in this BAA. Communications systems can include private land mobile radio (LMR) systems, commercial services, and/or specialized systems such as wireless Local Area Network (WLAN) and satellite communications. Advanced technologies including, but not limited to, software defined radios, voice over IP (VoIP), wireless LAN, 3G wireless data, ultra wideband communications, and mesh networks have the potential to significantly enhance law enforcement and public safety communications; part of this effort is to accelerate the process of transferring these technologies to the law enforcement/public safety market. Computer Forensics, Cyber-crime: Perform applied research and prototype development in the digital forensic sciences for mission time-critical needs of military and civilian operational networks with spin-offs for the statute-driven law enforcement approach. Explore and apply scientifically proven methods to gather, process, and interpret digital evidence to 1) describe cyber-attack activities, enabling post-attack critical information data and infrastructure restoration, 2) correlate, interpret, and predict adversarial actions and their impact on military operations, and 3) ensure digital data scenario evidence has provable integrity appropriate for military defensive and offensive operations and, possibly, criminal investigations. Information storage, management, retrieval, and exploitation are technologies that law enforcement, corrections, criminal justice, and public safety agencies increasingly rely upon. The information must be maintained securely while still allowing timely access and updating by multiple agencies/organizations. These systems also need to go types beyond the traditional text based systems to encompass additional and new data types, e.g. audio, video, geospatial. These systems must be able to integrate into the modern computing/networked environment. Assessments of state-of-the-art of the technologies above will be performed and provided for law enforcement and corrections agencies. Technology demonstrations/evaluations will be accomplished in a real world environment. Best practices and lessons learned of those evaluations will be fed back to technology development programs and disseminated to the criminal justice community. In some cases, AFRL Rome may be able to provide further information. Contact the technical POC. The successful application of these approaches will require a broad spectrum of expertise, covering hardware, software, and systems technology. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit five (5) copies of a three (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. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609(a). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch Offerors must mark their submissions with the restrictive language stated in FAR 15.609(a). 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 ATTN: Jonathan C. Gregory, Rome Research Site/IFEC, 525 Brooks Road, Rome NY 13441-4505 and reference BAA-03-09-IFKA. Multiple white papers within the purview of this announcement may be submitted by each offeror. It is recommended that white papers be received by the following dates to maximize the possibility of award. White papers for FY 03 should be submitted by 01 May 03. White papers for the out years should be submitted by 01 May of the respective year. White papers will be accepted at any time, but it is less likely that funding will be available in each respective Fiscal Year after the 01 May dates cited. This BAA is open and effective until 30 Sep 08. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Such invitation does not assure that the submitting organization will be awarded a contract. 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. The following criteria 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, which are listed in descending order of importance: a) The scientific/technical merits of the proposal, b) the innovation displayed by the proposed solution, c) the reasonableness of the cost for the proposal, and d) other factors, e.g., performance on other recent/current Government contracts and assessment of the probability to successful completion of the effort based on technical capability and work capacity. Individual white paper/proposal evaluations will be based on acceptability or unacceptability without regard to other white papers and proposals submitted under this BAA. White papers and proposals submitted will be evaluated as they are received. All responsible organizations may submit a white paper/proposal which shall be considered. Awards of efforts as a result of this BAA will be in the form of contracts, grants, cooperative agreements, or other transactions depending upon the nature of the work proposed. 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. Options are discouraged and unpriced options will not be considered for award. Complete instructions for proposal preparation will be forwarded with the invitations for proposal submissions. Principal funding of this BAA and the anticipated award of contracts will start approximately the third quarter of FY03. Individual awards will not normally exceed 60 months with dollar amounts ranging between $100,000 to $2M per year. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 03 - $7.4M; FY 04 - $8.4M; FY 05 - $8.4M; FY 06 - $8.4M; FY 07 - $8.4M and; FY 08 - $8.4M . The Government anticipates awarding 25-35 contracts over the life of this BAA. Total funding for this BAA is approximately $49.4M. An informational briefing/industry day is not planned. Depending on the work to be performed, the offeror may require a TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to the appropriate level of 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 on the Certified Contractor Access List (CCAL) will be allowed access to such data. Foreign allied participation is allowed of the following countries: France, Germany, Greece, Israel, Italy, Luxembourg, Netherlands, Australia, Austria, Belgium, Canada, Denmark, Egypt, Finland, Norway, Portugal, Spain, Sweden, Switzerland, Turkey and United Kingdom. Technical questions during the white paper development phase of this acquisition should be e-mailed directly to the Program Manager, Jonathan C. Gregory at: Jonathan.Gregory@rl.af.mil. Questions and answers will be posted to Federal Business Opportunities site within 48 hours after collection, thereby providing adequate time for the response. Questions of a contractual or administrative nature should be forwarded to the Contracting Officer, Lori Smith, e-mail Lori.Smith@rl.af.mil. Questions will be answered on a non-attribution basis. 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. 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. 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 this contract or order, 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." 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. Experiments involving human subjects. Include a statement of compliance with DHHS regulations, "Protection of Human Subjects" (45 CFR 46, 1/26/81), and a copy of your Institutional Review Board approval. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. This BAA is open and effective until 30 Sep 2008.
 
Record
SN01104237-W 20060804/060802220834 (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.