Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 04, 2007 FBO #2138
MODIFICATION

A -- Broad Agency Announcement (BAA) for space situation awareness technology

Notice Date
10/2/2007
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Space Command, SMC - Space and Missile Systems Center, 483 North Aviation Blvd, El Segundo, CA, 90245-2808, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-07-54
 
Response Due
3/14/2008
 
Archive Date
3/29/2008
 
Point of Contact
Ann Birbeck, Contracting Officer, Phone (310) 535-2634, Fax null
 
E-Mail Address
ann.birbeck@losangeles.af.mil
 
Description
1. Type of Action: K Combined Synopsis and Solicitation 2. Classification Code: A Research and Development 3. Title: Broad Agency Announcement (BAA) for space situation awareness technology 4. Primary POCs: Maj Jonathan Bishop, Technical Advisor, (310) 416-1770; Kristy Kuhlman, Contracts Manager, (310) 416-1728. 5. Reference number: 07-54 6. Clarification: White Papers may be submitted through 14 March 2008. This announcement is open to all offerors (not restricted to small businesses). The POC for contractual issues is Kristy Kuhlman and can be reached at kristy.kuhlman.ctr@losangeles.af.mil and 310-416-1728. 7. Description: The Space Superiority Systems Wing (SMC SYSW), Space Control Technologies Division (SYSW/ENT) Los Angeles AFB, is soliciting white papers to advance the state-of-the-art and scientific knowledge in Space Situation Awareness in Satellite Attitude Estimation from Optical Imagery. The purpose of this BAA is the acquisition of basic and applied research and that part of development not related to the development of a specific system or hardware procurement. This BAA will be used by SYSW to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or hardware solution. Submittals that focus on a specific system such as RAIDRS or SBSS will not be considered eligible for award. For more information regarding BAAs see FAR Part 35.016. The objective of this research is to demonstrate technologies enabling automatic attitude determination of satellites from imagery using limited data, such as telescope location and look angle and target satellite ephemeris, to determine where a principal axis such as the satellite line of sight intersects the earth. The algorithm or technique should be capable of operating on imagery obtained in daylight from ground-based telescopes, possibly with some degree of post-processing. Near-real-time techniques are desirable, but non-real-time techniques are also of interest, particularly if they offer additional capability (such as determination of antenna or solar array orientation). Strong preference will be given to concepts that modify existing algorithms or techniques over those offering to develop new algorithms or techniques. Papers should address three key areas: 1) Adaptation of algorithms to the task of estimating satellite attitude; 2) Development of a toolset allowing the demonstration of the algorithms on available imagery; 3) Laboratory demonstration/validation of algorithm and toolset performance. The white papers will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria: (1) Suitability of the basic estimation approach to satellite attitude estimation; (2) Demonstrated maturity of the basic estimation approach (may be demonstrated for problems unrelated to satellite attitude estimation) (3) Affordability (price, in the context of affordability of white papers versus availability of funds, will be a substantial consideration in selecting white papers for awards, but will be secondary to technical considerations); (4) Additional capabilities and computational requirements. Basic suitability is the most important factor. Demonstrated maturity and affordability are of equal importance. Factor 4 will be a substantial consideration but is the least important factor. Price will be evaluated and white papers may be negotiated or selected for award. No further evaluation criteria will be used. White papers submitted will be evaluated as they are received. Individual proposal evaluations will be based on acceptability or unacceptability without regard to other white papers submitted under this BAA. The white paper shall include the following items. (a) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. b) Description: Describe the techniques, methods, materials, or ideas that will be addressed in this white paper, their innovation, and to what degree they advance the state-of-the-art. (c) Program Plan: Describe in detail the planned technical approach, how the approach will be executed, and anticipated period of performance in months. (d) Rough Order of Magnitude Cost Estimate (ROM). Please be advised that The Aerospace Corporation, MITRE, SAIC, and Scitor will be assisting the Government in the evaluation of white papers. If you believe that a potential conflict of interest exists, or you have other concerns, contract the Contracting Officer, Ann Birbeck at (310) 535-2634, as soon as possible, but no later than the time of your white paper submission. THIS ANNOUNCEMENT CONSTITUTES A SOLICITATION FOR A WHITE PAPER. DO NOT SEND A PROPOSAL AT THIS TIME. The government may award classified or unclassified contracts as a result of this BAA. Offerors responding to this announcement are required to submit with a cover letter, an original and three copies of the white paper. In addition to the hardcopy white paper, please submit a MS Word 2000+ or Adobe Acrobat (PDF) formatted copy on MS-DOS formatted 3.5? diskette or ISO 9660 formatted CD-ROM diskette. All responses to this announcement must be addressed to the following address: ATTN.: Ms. Ann Birbeck, SYSW/PK, 485 N. Aviation Way, El Segundo, CA 90245. If an offeror is interested in submitting a classified white paper they must pre-coordinate with Mr. Reginald King at 310-416-1578 before submitting a white paper. The applicable NAICS code for this solicitation is 541710 with a size standard of 1,000 employees. This acquisition is unrestricted; full and open competition is anticipated. Specific White Paper Instructions: (1) Cover letter. Submit an unclassified cover letter with each white paper. Reference the BAA number 07-54 in your cover letter. Responses from small business and small, disadvantaged business firms are highly encouraged. Provide technical and contracting points of contact, CAGE code, and include statement indicating if the firm is a Small Business, a Socially and Economically Disadvantaged Business, an 8(a) Certified Business, a HUB Zone certified business, a Woman-Owned Business concern, a veteran-owned small business, or a service-disabled veteran-owned small business. The cover letter must be signed and dated by an authorized official of the organization Page Limitations: The white papers shall be limited to 10 pages, single spaced, double-sided, 8.5 by 11-inch pages. When both sides of a sheet display printed material, it shall be counted as two pages. Each page of the white paper will be counted except for cover pages, table of contents, tabs, glossaries, and acronym lists. Margins shall be one-inch on all sides. Select an easy to read font no smaller than 12 point. Smaller type may be used in figures and tables as long as it is clearly legible. The Government will not consider white papers in excess of this page limitation. Multiple white papers within the purview of this announcement may be submitted by each offeror. 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. THOSE WHITE PAPERS FOUND TO BE CONSISTENT WITH THE INTENT OF THIS BAA MAY BE INVITED TO SUBMIT A TECHNICAL PROPOSAL AND A COST PROPOSAL. Such invitation does not assure that the submitting organization will be awarded a contract. Complete instructions for proposal preparation will be forwarded with the invitation for proposal submission. The Government reserves the right to enter negotiations on any, all, part, or none of the papers received in response to this announcement, subject to the availability of funds. The selection of one or more sources for award will be based on an evaluation of each offerors white paper to determine the overall merit of the white paper in response to this announcement. Principle funding of this BAA and the anticipated award of contracts will start in FY08. Foreign or foreign-owned offerors are advised that their participation is subject to a foreign disclosure review. Foreign or foreign-owned offerors should immediately contact the contracting focal point, SMC/SYSW, Los Angeles AFB, CA: Ms. Kristy Kuhlman, phone (310) 416-1728, email kristy.kuhlman.ctr@losangeles.af.mil for information if they contemplate responding. The cost of preparing white papers 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 work to be performed may require a TOP SECRET/SCI facility clearance and safeguarding capability, therefore, personnel identified for assignment to a classified effort must be cleared for access to TOP SECRET/SCI information at time of award. BE ADVISED: An Ombudsman has been appointed to hear concerns from potential offerors. The purpose of the Ombudsman is to receive and communicate concerns from potential offerors when an offeror prefers not to use established channels to communicate his/her concern during the proposal development phase of this acquisition. The Ombudsman will communicate certain offeror issues, disagreements, and recommendations on this acquisition into the proper channels. The Ombudsman's role is not to diminish the authority of the program director or the contracting officer but to advocate an offeror's concern on a non-attribution basis. The Ombudsman will maintain strict confidentiality as to the source of the concern when requested by the offeror. The Ombudsman will not participate in the evaluation of proposals or the source selection process for this acquisition. The Ombudsman is Mr. James Gill, phone number (310) 653-1789. Routine questions, such as clarifications, are not considered to be "significant concerns" and should be communicated directly to the Contracting Officer, Ms Ann Birbeck (310) 535-2634. This BAA will remain open for 6 months from the date of publication or until replaced by a successor BAA, whichever is first. While white papers will be accepted at any time, white papers received later in the fiscal year have a greater risk of not being funded due to unavailability of funds. Proposers are cautioned that only contracting officers are legally authorized to bind the government.
 
Record
SN01426878-W 20071004/071002223933 (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.