Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 19, 2007 FBO #1970
MODIFICATION

A -- National Intelligence Community Enterprise Cyber Assurance Program (NICECAP)

Notice Date
4/17/2007
 
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
Reference-Number-BAA-06-11-IFKA
 
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) removal of the following evaluation criteria "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" and (b) change the Ombudsman point of contact information. 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: National Intelligence Community Enterprise Cyber Assurance Program (NICECAP) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 06-11-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 07 should be submitted by 23 May 2006; FY 08 by 25 Jan 2008; FY 09 by 23 Jan 2009, and FY 10 by 22 Jan 2010. White papers will be accepted until 2:00 p.m. Eastern time on 30 Sep 2010, 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: See attached file entitled "Funding Opportunity Description" (no changes to the document as a result of this republishing). II. AWARD INFORMATION: Total funding for this BAA is approximately $40M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 07 - $10M, FY 08 - $10M, FY 09 - $10M, and FY 10 - $10M. Individual awards will not normally exceed 18 months, and have a value in the range of $400,000 to $1,500,000. The total value of all efforts awarded under this BAA will not exceed $40 million. 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 authorized at the prime contractor level from 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. 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 SOLICITING 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 AFRL/Rome Research Sites "Broad Agency Announcement (BAA): A Guide for Industry," Aug 2005, may be accessed at: http://www.if.afrl.af.mil/div/IFK/bp-guide.doc. 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit a white paper either via e-mail or on CD, no longer than 5 pages, single spaced, summarizing their proposed approach/solution. All white papers/proposals shall be submitted in Microsoft Word or PDF format, and have a font no smaller than 10 pitch with any figures, tables and charts easily legible. 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 1: Title, Period of Performance, Cost of Task, Name of Company, Thrust (Accountable Information Flow or Large Scale System Defense)(This section is not included in the 5 page limit); Section 2: Innovative Claims and Application(s): If successful, what advances in science and technology will this effort produce and what novel or improved applications will it enable?; Section 3: Technical Approach: what is the proposed research activity? Why is this approach superior to alternatives or current practice?; Section 4: Evaluation Approach: how will you show the success of your work?; The length of each section is at the discretion of the offeror, subject to the 5 page limit. In addition, references, biographical sketches of each proposed principal investigator, and a description of organizational capabilities, qualifications, and experience, must be included, subject to a two page limit per each of these items. This additional required information will not count against the previously stated 5 page limit. National Science Foundation biographical sketch format (available at http://www.nsf.gov/pubs/gpg/nsf04_23/ ) is suggested but not required. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict their white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). 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 07 should be submitted by 23 May 2006; FY 08 by 25 Jan 2008; FY 09 by 23 Jan 2009, and FY 10 by 22 Jan 2010. White papers will be accepted until 2:00 p.m. Eastern time on 30 Sep 2010, but it is less likely that funding will be available in each respective fiscal year after the dates cited. 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: W. Tirenin, IFGB and reference BAA 06-11. Electronic submission to Walt.Tirenin@rl.af.mil is strongly preferred, or white papers on CD can be addressed to AFRL/IFGB (W. Tirenin), 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 06-11. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in descending 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/or technical merit, including technical feasibility, degree of innovation, understanding of the technical and operational approach; (2) The effort's potential contribution and relevance to the National Intelligence Community's Information Assurance requirements, (3) Approach for evaluation of the technology; (4) The prospect for effective transfer of technology produced into the Intelligence Community; and (5) The reasonableness and realism of: proposed costs, fee (if any), and program milestones/schedule. 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: The Air Force Research Laboratory's Information Directorate and the Disruptive Technology Office (DTO) 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. The Government may use the services of Omen Inc., Scitor Corp, Teknoworks, Mitre, and Institute for Defense Analysis personnel in an advisory role for the technical evaluation of proposals. The exclusive responsibility for evaluation remains with the Government. Representatives of the foregoing firm(s) participating in the evaluation process will sign a non-disclosure agreement in order to highlight the sensitivity of the evaluation process and to protect any proprietary information within the proposals. Any objection to the use of any or all the personnel identified above 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, TOP SECRET (TS), or TS/SCI 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 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, offerors will be required to submit their reporting requirement through our web-based, reporting systems known as JIFFY. Prior to award, the offeror 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: Walt Tirenin Telephone: (315) 330-1871 Email: Walt.Tirenin@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. 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: Susan Hunter AFRL/PK 1864 Fourth Street, Suite 1 Wright-Patterson AFB OH 45433-7131 (937) 255-7754 All responsible organizations may submit a white paper which shall be considered.
 
Record
SN01274932-W 20070419/070417221124 (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.