Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 23, 2006 FBO #1823
MODIFICATION

A -- Seismic and Acoustic Vibration Imaging (SAVi)

Notice Date
11/21/2006
 
Notice Type
Modification
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BAA07-02
 
Response Due
10/17/2007
 
Archive Date
10/18/2007
 
Description
Seismic and Acoustic Vibration Imaging Broad Agency Announcement 1. General Information Document Type: Solicitation Notice Solicitation Number: BAA07-02 Posted Date: 17 October 2006 Original Response Date: 20 December 2006 Original Archive Date: 17 October 2007 Current Archive Date: 17 October 2007 Classification Code: A- Research & Development NAICS Code 541710- Research and Development in the Physical, Engineering, and Life Sciences 2. Sponsor Defense Advanced Research Projects Agency (DARPA) Strategic Technologies Office (STO), 3701 North Fairfax Drive, Arlington, VA, 22203-1714. DARPA Point of Contact: Dr. Monte Turner, DARPA/STO, 3701 Fairfax Dr, Arlington, VA 22203. E-mail: BAA07-02@darpa.mil 3. Contracting Officer Address United States Army Research, Development, and Engineering Command (RDECOM)_ Communications and Electronics Research, Development and Engineering Center (CERDEC), Night Vision and Electronic Sensors Directorate (NVESD), Ft. Belvoir, VA. Contractual Point of Contact (CPOC): Ms. Peggy Melanson, Group Chief, C-E LCMC Acquisition Center Washington, 3461 Eisenhower Ave., Alexandria, VA 22331. 4. Description DARPA/STO is soliciting technical and cost proposals from qualified corporations, research institutions, universities, Federally Funded Research and Development Centers, and Department of Energy laboratories in support of Seismic and Acoustic Vibration Imaging (SAVi) Program, under Broad Agency Announcement BAA07-02. Additional information can be found in the Proposer Information Package (PIP) supplementing this BAA. The detailed specifications and requirements associated with this program are classified at a SECRET level, in accordance with the Security Classification Guide (DARPA SCG-404) OR in accordance with Executive Order 12958, ?Classified National Security Information?; DoD 5200.1-R, ?Information Security Program Regulation?; and DoD 520.22-M, ?National Industrial Security Program Operating Manual,? and can be found in Section 3 of the PIP. The PIP is available upon request. To receive a copy, interested parties must provide their CAGE code, facility level of clearance, approval date, classified mailing address, and facility security officer (FSO) by contacting the Strategic Technology Security Office at: Strategic Technology Office/Security Attn: Mr. R. Kirkwood 3701 Fairfax Drive Arlington, VA 22203 5. Objective The goal of SAVi is to develop and demonstrate a mobile, multi-pixel imager that can conduct remote, non-contact measurements of ground vibrations generated by active seismic or acoustic sources. These measurements shall be processed to detect and locate near-surface tunnels and landmines (both anti-personnel and anti-vehicle landmines). This imaging should generate positive identification in a variety of environmental conditions and in the presence of natural and man-made ?clutter?. Moreover, false alarm rates should be held to a minimum. In brief, the objectives of the SAVi program are to: ? Develop an integrated, laser vibrometry, rapid surveying system to detect seismic wave anomalies caused by near-surface tunnels and acoustic resonances indicative of anti-personnel and anti-tank mines ? Develop the components necessary to support such a system, including focal plane arrays (FPAs), lasers, active seismic & acoustic excitation sources, and detailed data processing and throughput capabilities. ? Support stationary and mobile operations for precision characterization and high area-rate search modes for tunnels and landmines. ? Provide near real-time detection with High PD and Low PFA for both tunnels and landmine detection in cluttered environments. 6. Proposal Submission Information A. Submittal Information: Proposals are due by 20 December 2006, 1600 hrs EST. NOTE: Proposal receipt after the due date and time shall be governed by the provision of FAR 52.215-1(c)(3). The proposal will be submitted to the technical POC (see ? 7B) and is considered the formal submittal regarding responsiveness and compliance with the requirements of this announcement. Proposals submitted by other means will be disregarded. B. Proposal Instructions: Proposers must submit an original proposal consisting of Volumes I and II, five (5) paper copies and one electronic copy on Compact Disk (CD). The CD must contain the technical proposal in Microsoft Word format and the Cost Proposal in Microsoft Excel format; both must reference BAA07-02. The SAVi Program will be divided into two (2) Phases, with the first (Phase I) divided into two (2) stages: determination and demonstration of crucial components (Phase IA); and Phase IB, a demonstration of a scalable unit. Phase II will be to design and integrate a prototype system, based on the lessons learned from Phase I. Phases IB and II will be considered options to the original contract. Content and Form of Proposal submission are specified in the PIP. C. Intergovernmental Review: None D. Funding Restrictions: N/A 7. Additional Acquisition Information A. The Government will conduct a Briefing to Industry (BTI) which will summarize the program, specifications and requirements of this BAA. The BTI will be conducted at the collateral SECRET level. The date for the BTI is 8 November 2006, 0830 EST, and will be held at the Booz Allen Hamilton facility, located on the 6th Floor, 3811 Fairfax Drive, Arlington, VA 22203. Attendance to the BTI will be limited to qualified offerors who have submitted visit requests by COB, 3 November 2006. Offerors shall be limited to no more than 4 representatives. Visit request must be sent to BOTH: Strategic Technology Office/Security Attn: Mr. R. Kirkwood 3701 Fairfax Drive Arlington, VA 22203 and Booz Allen Hamilton Attn: Mr. William White 4001 Fairfax Drive Arlington, VA 22203 NOTE: It is NOT mandatory to attend the BTI to respond to this BAA. B. Questions and Points of Contact: All questions regarding this announcement shall be submitted in writing to the SAVi Program email address: BAA07-02@darpa.mil. Questions of a security or contracting nature shall be submitted to the appropriate POC listed below. Questions received after 15 November 2006 may be responded to at the sole discretion of the Government. POC 1. Technical POC: Dr. Monte Turner, DARPA/STO 2. Security POC: Richard Kirkwood, DARPA/STO/Security, 3701 Fairfax Dr., Arlington, VA 22203. 3. Contracting POC (COTR): Dr. Brad Libbey, NVESD, 10221 Burbeck Rd., Ft. Belvoir, VA, 22060 Information announcing an updating this BAA and PIP is published on the Federal Business Opportunities (FedBizOpps) website at http://www.fedbizopps.gov, the SAVi Program website at http://www.darpa.mil/sto/solicitations/BAA07-02/index.html. Other material, such as SAVi Program updates, will be available through the SAVi Program website. C. Government Furnished Information (GFI): 1. Data/Materials from Federally Funded Research and Development Centers (FFRDC): The use of support, data, materials, or equipment (GFI/GFE/GFP) from an FFRDC may be available upon request. 2. Each offeror shall include, in the Cost/Business Volume of its proposal, a contract clause, which will be incorporated in the offeror?s contract if selected, governing its interface with an FFRDC during performance of the contract. This clause shall capture the offeror?s intended scope of interface with the FFRDC, and specifically identify any support, data, materials, or equipment it will require to be provided as GFI/GFE/GFP. The clause shall also specify that the contractor?s responsibility for contract and system performance shall not be diminished in any respect by any GFI/GFE/GFP that may be provided by the Government or any FFRDC during performance of the contract. D. Organizational Conflict of Interest Each cost proposal shall contain a section satisfying the requirements below. 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) 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 organizational conflicts of interest, as that term is defined in FAR9.501, 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 this 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. All responsible sources capable of satisfying the Government?s needs may submit a proposal that will be considered by DARPA. All responsible sources may submit a proposal, which will be considered by the Government. Small Businesses, Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals and/or team with others in submitting proposals; however, no portion of this BAA is set aside exclusively for Small Businesses, HBCU, or MI participation, due to the impracticability of reserving discrete or severable areas of technology 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 other such appropriate award. The Government reserves the right to negotiate the type of award determined appropriate under the circumstances. 8. Proposal Review Information A. Evaluation Criteria: Specified within the PIP. The technical and cost proposals will be evaluated at the same time. B. Security: Specified within the Security Classification Guide. 9. Award Administration Information A. Award Notices: Offerors will be notified by mail, whether their proposal is recommended for award. The notification is not to be construed to mean the award of a contract or assistance instrument is assured, as availability of funds and successful negotiations are prerequisites to any award. B. Anticipated Number of Awards: DARPA anticipates awarding multiple contracts/instruments for Phase IA of Program described in this announcement. DARPA reserves the right to award one or no contract/instruments, if circumstances warrant. This Modification to the Solicitation updates the Original Response Date from 15 to 20 December 2006.
 
Record
SN01185216-W 20061123/061121221206 (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.