Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2007 FBO #1901
MODIFICATION

A -- Enabling Technologies for (Intelligence Equipment/Science and Technology Intelligence Methodology) Modeling and Simulation

Notice Date
2/7/2007
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
BAA-03-12-IFKA
 
Point of Contact
Renee Arcuri, Contracting Officer, Phone (315) 330-4777, Fax (315) 330-8094,
 
E-Mail Address
Renee.Arcuri@rl.af.mil
 
Description
The purpose of this modification is to republish the original announcement, incorporating all previous modifications, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) update the funding profile for the remaining fiscal years; (b) change one of the technical points of contact; and (c) add ombudsman information. No other changes have been made. Point(s) of Contact: Douglas Wynne, Program Manager, Phone (315) 330-4483, E-Mail: Douglas.Wynne@rl.af.mil; James A. Sieffert, Program Manager, Phone (315) 330-2344, E-Mail: James.Sieffert@rl.af.mil. Lori L. Smith, Contracting Officer, Phone 315-330-1955, E-Mail: Lori.Smith@rl.af.mil. This BAA is open and effective until 30 Sep 08. Air Force Research Laboratory Rome Research Site (AFRL RRS) is soliciting white papers for various scientific studies and experiments to increase AFRL's knowledge and understanding of the broad range of capabilities required in support of Modeling and Simulation (M&S) of war fighting techniques, equipment and capabilities. Solutions to "transitional" research/development and engineering using innovative approaches will be sought. White papers in the area of Modeling and Simulation science, as applied to: Air and Space Systems (e.g. Terrestrial/Space Communications Network Modeling Tools, etc.), Command, Control, Communications, Computer, Intelligence, Surveillance and Reconnaissance (C4ISR), Space-Based Intelligence, Surveillance and Reconnaissance (SBISR) sensors are requested. This BAA covers a broad range of requirements/topics which specifically include, but are not limited to: improved real-time decision-making (advanced information visualization/animation and data integration tools); spectral library (adaptive signature development for paint degradation and seasonal vegetation changes); subsidence analysis studies using SAR data, signature library [Measurement and Signatures Intelligence (MASINT), e.g. Non-nuclear processing and exploitation, software tool development, deployment, training, geolocation accuracies for combined/integrated spatial data, confidence levels for combined/integrated products, orthorectification from disparate geospatial data sources, data compression technology, integration/combination technology, signature development, polarimetry phenomenology and use]; predictive assessments [Unorthodox High Speed Propulsion Performance Analysis Tools (e.g. Pulsed Detonation Model, Air Turbo Rocket Model, Turbo-Ramjet Model and SCRAM Jet Model, etc.)]; Hard and Deeply Buried Target (HDBT/WMD-WME) Detection (using MASINT, Hyperspectral (HSI), Multispectral (MSI), SAR, SLAR, thermal, RF, terrain map comparison analysis technologies/subsidence) for detection/visualization/defeat of Underground Facilities (UGF)/HDBTs, et al.. Use of multi-sensor exploitation and geospatial reasoning techniques for the detection and defeat of HDBT's/UGF's and other hard-to-find targets. Also areas covering: Radio Frequency (RF) Weapons and Laser Weapons Modeling, Advanced Analysis Capabilities for Integrated Avionics Systems/Suites, Missile System Threat Analysis Tools (Booster and Post Boost Upgrades); Air Defense Network; Integrated Air Defense System (IADS) modeling and simulation; Visual Links Integration, Analytical Tool Integration to Enhance Text Retrieval Analysis and Exploitation, Space ISR Communications, Galelite Fusion, Multi/Iterative/Predictive Enemy COA (ECOA), Enhanced Aircraft Design and Advanced Modeling, Aircraft Engine Installation Modeling, Advanced Propagation and Communications Analysis, EW Flagging: Advancing the State of the Art, RF Analysis: Advanced Propagation and Communication Analysis, Missile Engagement Analysis Upgrades for Op Planning and Mission Execution, Space SIGINT Close Approach, Integrated Denial & Deception Materials Target Signatures and GIS-based Information In Warfare (IIW) capabilities are also required. Applications of proven foundations of decision science/environments: modeling of cognitive processes; Centers Of Gravity (COG) analysis; Effects Based Operations (EBO); Space Situation Assessment (SSA); Predictive Battlespace Awareness (PBA); Intelligence Preparation of the Battlespace (IPB); Courses Of Action (COA) analysis [develop common infrastructures for Adversary Tactics, Training and Readiness Knowledge Base in the Virtual Production and Knowledge Prepositioning System (VPS/KPS) to fuse and perform trend analysis to develop adversary COA factoring in weapon system capabilities and tactics and PBA/IPB to provide a complete threat picture]; Battlespace Production (BP) Technique/Objective(s) Models; Common Operational Picture (COP); Information Operations (IO) / Information Warfare (IW); etc., are also requested. AFRL RRS requires solutions sufficient to meet the mission needs of the Air Force in particular the: National Air and Space Intelligence Center (NASIC) [Produce Integrated, Predictive Air and Space Intelligence to Enable Military Operations, Force Modernization and Policymaking] and the Air Force Information Warfare Center (AFIWC) [Information Superiority, Offensive and Defensive Counter-Information, Information Operations]. Some general areas of interest are: modeling cognitive processes, real-time decision making, M&S in distributed mission training, information visualization/animation, M&S for war-gaming/"pre-planning"/exercise rehearsal support, and specific Air and Space Systems Intelligence Mission Applications (IMA). Emphasis is placed on immediate technology transfer/technology insertion of "mature" (transitional) technologies (capable of being directly implemented with minimal R&D enhancement rework) into Air Force operational environments which directly support the war fighter. THIS ANNOUCEMENT CONSTITUTES THE ONLY SOLICITATION. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Offerors are required to submit five (5) copies of a one-sided, 12 point type, single spaced, one inch margined white paper not to exceed five (5) pages with a cover letter indicating whether the offeror is a large, small, women-owned small, or small disadvantaged business or historically black college, university or minority institution. All responses to this announcement must be addressed to AFRL/IFEB, ATTN: Douglas Wynne (Reference BAA 03-12-IFKA) 525 Brooks Road, Rome, NY, 13441-4505. The white paper will be formatted as follows: SECTION A: Title, Period of Performance, Cost of Task and Name of Company; SECTION B: Task Objective and SECTION C: Technical Summary. White papers must reference BAA 03-12-IFKA. Offerors must mark their white papers/proposals with the restrictive language stated in FAR 15.609(a). White papers addressing different areas of applicability must be submitted under separate cover. 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. Offerors submitting white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Complete proposal instructions will be contained in a letter accepting your white paper and requesting a proposal. Such invitation does not assure the offeror will receive an award. Proposals submitted will be evaluated as they are received. Evaluation of white papers and solicited proposals will be performed using the following criteria: (1) Effectiveness in Enhancing Modeling and Simulation for Supporting the Air Force Mission (Soundness of Approach); (2) Relevance to the Air Force Mission; (3) Uniqueness of the Approach, and (4) Cost Realism and Reasonableness. Criteria 1 through 3 are of equal importance and Criteria 1 through 3 are more important than Criteria 4. 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/proposals will be evaluated against the evaluation criteria without regard to other white papers and proposals submitted under this BAA. The technical and cost information will be evaluated at the same time. 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. Options are discouraged and unpriced options will not be considered for award. Selected offerors may be required to review (and store) classified material at the SECRET and SCI (Special Compartmented Intelligence) level; therefore, personnel identified for assignment to the proposed effort must be cleared for access to SECRET and/or SCI information. In addition, the offeror must have or have access to a certified and Government-approved facility available to support work under this BAA. Individual awards will not exceed 36 months in duration; total dollar amounts for all awards is approximately $4.9M. The remaining estimated funding to be obligated is broken out by fiscal year as follows: FY 07 - $1.3M; FY 08 - $1.4M; and FY 09 - $1.6M. Foreign participation is excluded at the prime contractor level. 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. The cost of preparing proposals in responding to this announcement is not an allowable direct charge to any resultant contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. An informational briefing is not planned. 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. Questions prior to the submission of a proposal can be addressed to the technical POCs, Douglas Wynne/Program Manager/315-330-4483, Douglas.Wynne@rl.af.mil or James A. Sieffert/Program Manager/315-330-2344, James.Sieffert@rl.af.mil. The email must reference the title and solicitation number of the acquisition. A copy of the AFRL/IFK publication BAA & PRDA: A Guide for Industry, Sep 1996 (Rev), may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.html. All responsible organizations may submit a white paper that shall be considered. Proposers are warned that only Contracting Officers are legally authorized to commit the government. Respondents are requested to provide their Commercial and Government Entity (CAGE) code as well as a fax number and an email address with their submission and reference BAA 03-12-IFKA. In accordance with AFFARS 5315.90, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Aug 2005) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Amy Smith AFRL/PK Building 15, Room 225 1864 Fourth Street Wright-Patterson AFB OH 45433-7132 (937) 255-3079
 
Record
SN01227665-W 20070209/070207220851 (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.