Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

A -- Special Capabilities in Information and Surveillance (SCIS)

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
 
ZIP Code
13441-4514
 
Solicitation Number
BAA-08-07-RIKA
 
Point of Contact
Lori L. Smith,, Phone: (315) 330-1955
 
E-Mail Address
Lori.Smith@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
NAICS CODE: 541712 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Sensors Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: Special Capabilities in Information and Surveillance (SCIS) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 08-07-RIKA CFDA Number: 12.800 DATES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 08 should be submitted by 12 June 2008; FY 09 by 1 March 2009; FY 10 by 1 March 2010; FY 11 by 1 March 2011 and; FY 12 by 1 March 2012. White papers will be accepted until 2:00 p.m. Eastern time on 30 September 2012, 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: The Air Force Research Laboratory (AFRL), Sensors Directorate – Rome, NY is soliciting white papers under this BAA for the performance of research, development, design, and testing that directly supports its core mission. This includes Space and Near-Space Sensors and Systems; Strategic and Tactical Networks; Information Assurance; Counter Underground Facilities; Weapons of Mass Destruction (WMD) Defense; Small Unit Operations; Maritime Operations; and Core Strategic Technologies. Research supporting any of AFRL’s broad mission objectives identified above may be submitted under this BAA. Topic areas of specific interest include, but are not limited to, the following. I.Space and Near-Space Sensors and Systems a.Active damping and smart materials for precision control of space structures; b.Concepts for space systems, sensors, structures, components and materials; c.Concepts supporting affordable access–and thus proliferation – of high-performance space sensors and systems; d.Extremely large space apertures and structures, including large space structures that have extremely small payload volumes (e.g., rigidized inflatables, isogrid composites, etc.); e.Global tailored tactical surveillance; f.High performance micro- and picosat systems; g.Large distributed array remote sensing systems, both space based and ground based for space object location and identification; h.Lightweight and low-mass active/passive membranes; i.Next generation power generation systems including electrodynamic and momentum tethers, advanced solar systems, and others; j.Next generation space technologies & systems; k.Novel space-based sensor modalities and systems; l.Novel systems and enabling technologies for high-resolution, deep sub-canopy surveillance; m.Remote optical sensing technologies; n.Technologies supporting next-generation tactical space operations including rapid access, SSA, protection, servicing, robust anti-jam SATCOM, and persistent tactical grade sensing approaches; o.Wide-area urban tracking architectures; p.Space environmental awareness and space weather forecasting; q.Temporary systems to quickly duplicate the mission capabilities of damaged satellites; r.Manufacturing technologies for the development of large space apertures; s.Intruder proximity detection by measurement of field perturbations; II.Strategic and Tactical Networks a.100Gbps free space optical communication system; b.Applications, architecture, control and management, and hardware systems for multi-terabit, fiber-optic core, edge and mobile-platform networks; c.Approaches to inter-connect wave-division multiplexed backbone communications infrastructures with IP-based metropolitan networks (may include route discovery/distribution and new addressing schemes); d.Approaches to make tactical networks auto-configuring for both voice and data with the goal of reducing the manpower requirements (may include the complete replacement of IP as the underlying data protocol); e.Distributed, grid, and networked computing systems; f.Hybrid passive/active radar systems that are agile over available bandwidth; g.Information and communication technologies to enable "power to the edge" for air, land, space and maritime systems; h.Innovative urban sensing systems and networked architectures; i.Miniature, low power sensors and networks; j.Network centric warfare, including novel approaches to the development, implementation, and control of networked weapons systems; k.Network storage and caching protocols for reducing long-haul communications loads; l.New approaches to self-forming, wireless, mesh networks of over 10,000 devices with high throughput (at least 50 Mbps across the network between two end-points). This may include work on multiple frequencies, graph partitioning, and sub-net allocations; m.Novel approaches for the development, implementation and control of heterogeneous networks of human decision makers and human-operated or autonomous sensors and weapons; n.Novel approaches to effect collaboration among human decision makers in heterogeneous, coalition environments; o.Novel approaches to monitor, visualize and recommend alternative courses-of-action in the management and defense of massive, heterogeneous wide-area networks (5 million nodes); p.Robust wireless military communication network architecture and system technology to enable graceful degradation under cross-layer fixes; q.Signature reduction (low probability of detection/intercept); r.Size-weight-power reduced soldier electronics and communications devices; s.Networking protocols for UV/optical communication; t.Sensing and communication applications in high multipath urban environments; III.Information Assurance a.Autonomous protection or reconstitution of large network environments from cyber attacks; b.Computer forensic and software protection technologies; c.Developing secure systems from untrusted components; d.Quantum Key Distribution and Quantum Data Encryption across a long-haul fiber optic network e.Low-cost military grade encryption mechanisms / devices; f.Novel approaches to derive confidence of identity of remote information, users, processes, and devices in dynamic, untrusted, networked environments; g.Novel approaches to measure, compare, and assess alternative information operations tools and effects; h.Novel approaches to quantify binary code security; i.Novel methods to deter cyber adversaries; j.Novel microprocessor/computing architectures to support secure computing; k.Trustworthy computing in mobile environments; l.Wide area network firewalls and proxies, capable of dealing with asymmetric data flows and speeds in excess of 5Gbps; m.Distributed multi-static sensor networks; IV.Counter Underground Facilities a.Close-in and standoff sensor concepts; b.Determining structural layout or locations of specific vulnerabilities; c.Development and demonstration of technologies to find unknown facilities, on both strategic and tactical timelines; d.Identification of facility function; e.Monitoring pace of activity; f.Enhancing post-attack bomb damage assessment (BDA); g.Exploitation algorithms and signal processing; h.Exploitation of novel observables or substantially improved methods of detecting/analyzing observables, including active source methods; i.Improved communications across rugged terrain among assets, and for exfiltration uplinks; j.Improved deployable ground and airborne sensors; k.New methods for characterizing activities associated with tunnels and caves, to include small and unimproved sites, in both urban and rural areas; l.New methods for sensor and system modeling; m.Large geophysical inversions of multi-source data; V.Weapons of Mass Destruction (WMD) Defense a.Chemical, biological, radiological, nuclear, and environmental sensors and deconflict; b.Defense against chemical, biological, and radiological weapons; c.Sensing approaches for material identification; d.Collection technology for atmospheric, terrestrial, and marine samples; e.Automated chemical analysis of trace materials; f.Devices and methods for managing biological heat stress; g.Proximate sensing using cellular automata; h.Passive transducers to enhance remote detection of trace chemicals; VI.Small Unit Operations a.Advanced explosives for special operations; b.Advanced sighting systems for tactical operations; c.Detection of indirectly fired mortars and RPGs; d.Direction finding capabilities for urban applications; e.GPS-free guidance and navigation; f.Low-cost (<$100) expendable GPS sensors; g.Low cost stand-off concealed weapons detection; h.Miniature, low power sensors and networks; i.Non-acoustic bullet detection and tracking technology; j.Non-cooperative LPD building interior imaging systems; k.Non line-of-sight designation and elimination of urban targets; l.Novel approaches for the development and implementation of asymmetric warfare; m.Novel laser remote sensing, laser radar, LADAR and LIDAR systems concepts, techniques and enabling technologies; n.Novel methods for tracking, localization, and identification; o.Novel miniature, low cost RADAR system concepts; p.Novel precision navigation and real-time targeting systems concepts and technologies; q.Novel still-image and video wireless transport communications technology; r.Novel systems and enabling technologies for high-resolution, deep sub-canopy imaging; s.Novel technologies to enable tactical, operational, and strategic level distributed operations; t.Personal navigation and high precision targeting technology in GPS-denied and -compromised environments; u.Positive detection of urban threats; v.Signature reduction (low probability of detection/intercept); w.Size-weight-power reduced soldier electronics and communications devices; x.Soldier survivability materials, systems, and devices; y.Tactical lighting and imaging devices and technologies (including both visible and IR spectrum); z.Tactical optical systems that aid and enhance the ability of the warfighter; aa.Technologies and systems for the detection of suspicious urban vehicles; bb.Vehicle survivability materials, systems, and devices; cc.Wide-area urban tracking architectures; dd.UAV and aircraft icing detection and risk mitigation technologies; ee.Novel technologies and systems to identify threats prior to building entry; ff.Stand off explosive detection; gg.Novel technologies for the translation of information requirements to sensor parameters, and optimization of sensor suites for addressing information needs; hh.Sensor systems for determining building layouts and personnel within buildings; ii.Denial and demilitarization of munitions and facilities; jj.Medical mobility and disaster relief support technologies; kk.Advanced explosives for special operations; ll.RPG and unguided rocket identification and defeat technologies for ground and air vehicles; mm.RPG/line of sight threat prelaunch detection; nn.Novel low weight/high efficiency power generator technologies; VII.Maritime Operations a.High rate-range product underwater communications; b.Maritime surveillance systems and technologies; c.Miniature, low power underwater (water column and bottom mounted) sensors and networks; d.Novel approaches to significantly reduce the cost of undersea warfare, without compromising capability; e.Novel underwater high-maneuverability propulsion system; f.Unmanned long-duration, high-speed underwater vehicles; g.Concepts supporting an affordable replacement for submarine organic sensors with a single hull-mounted sensor to include: sensor, materials, processing and support technologies and systems; supporting physics and mathematical concepts and modeling; h.Active and passive ship board detection systems for ship board protection and maritime contraband detection technology; i.Unique concepts for tagging, tracking, and locating; VIII.Core Strategic Technologies a.Advanced 3D image processing, analysis, and feature extraction approaches; b.Advanced electronic vision and situation awareness devices, algorithms, and systems; c.Biofabrication processes for improved nanostructured devices and materials; d.Biomimetic object-vision recognition; e.Innovative methods to visualize complex, self-organizing systems; f.Microelectronic systems comprising advanced system concepts coupling electronics, sensors and actuators with micro scale packaging and battery technologies; g.Novel three-dimensional data visualization and projection methods; h.Power harvesting technologies and devices; i.Self assembly and/or manufacture techniques; j.Exploitation of human visual physics and physiology of visual perception for efficiently conveying or hiding information; k.Materials and composites with spatially tunable elastic properties; l.Radiation damage to microelectronic systems; m.Long-range sensing of WMD development and deployment; countermeasures; n.Applied quantum mechanics; o.Energy-related power systems and portable power technologies; p.Core technology development for medical and disaster relief and preparedness II. AWARD INFORMATION: Total funding for this BAA is approximately $24.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 08 - $1M; FY 09 - $7M; FY 10 - $7M; FY 11 - $6M; and FY12 - $3.9M. Individual awards will not normally exceed 18 months with dollar amounts normally ranging between $1M to $3M per year. There is also the potential to make awards up to any dollar value. Awards of efforts as a result of this announcement will be in the form of contracts, grants, or cooperative agreements depending upon the nature of the work proposed. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All potential applicants are eligible. Foreign or foreign-owned offerors are advised that their participation is subject to foreign disclosure review procedures. Foreign or foreign-owned offerors should immediately contact the contracting office focal point, Lori L. Smith, Contracting Officer, telephone (315) 330-1955 or e-mail Lori.Smith@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 08-07-RIKA. 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," April 2007, may be accessed at: http://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/Reference%2DNumber%2DBAAGUIDE/listing.html 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 3 copies of a 3 to 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, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email)(this section is NOT included in the page count); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). All white papers/proposals shall be double spaced with a font no smaller than 12 pitch. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA 08-07-RIKA 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 08 should be submitted by 12 June 2008; FY 09 by 1 March 2009; FY 10 by 1 March 2010; FY 11 by 1 March 2011 and; FY 12 by 1 March 2012. White papers will be accepted until 2:00 p.m. Eastern time on 30 September 2012, 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: Capt Wesley Gilley 26 Electronic Pkwy Rome, NY 13440 wes.gilley@rl.af.mil Electronic submissions will also be accepted. 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: (a) Ability to Meet Program Milestones and Proposed Schedule - The white paper/proposal establishes a clear and reasonable schedule with well-defined research milestones to be used as exit and entry criteria for government approval to progress through phases of the proposed effort. The feasibility and likelihood of the proposed approach for satisfying the program milestones are explicitly described and clearly substantiated. The white paper/proposal reflects a mature and quantitative understanding of the proposed milestones, the statistical confidence with which they may be measured, and their relationship to the concept of operations that will result from successful performance. NOTE: This criterion will not be used to evaluate single phase/short duration (12 months or less) efforts, unless the Government requests research milestones be provided in the request for proposal; (b) Overall Scientific and Technical Merit - The proposed technical approach is feasible, achievable and. Task descriptions and associated technical elements provided are complete and in a logical sequence with all proposed deliverables clearly defined such that a final product that achieves the goal can be expected as a result of award. The white paper/proposal identifies major technical risks and planned mitigation efforts are clearly defined and feasible; (c) Potential Contribution and Relevance to the AFRL Mission - The potential contributions of the proposed effort with relevance to the national technology base will be evaluated. Specifically, AFRL’s mission is to maintain the technological superiority of the U.S. Air Force and prevent technological surprise from harming our national security by sponsoring revolutionary, high-payoff research that bridges the gap between fundamental discoveries and their military use; (d) Offeror’s Capabilities and/or Related Experience - The offeror's prior experience in similar efforts must clearly demonstrate an ability to deliver products that meet the proposed technical performance within the proposed budget and schedule. The proposed team’s expertise to manage the cost and schedule will be evaluated. Similar efforts completed/ongoing by the offeror in this area are fully described including identification of other Government sponsors; (e) Plans and Capability to Accomplish Technology Transition - The capability to transition the technology to the research, industrial, and operational military communities in such a way as to enhance U.S. defense, and the extent to which intellectual property rights limitations creates or may create a barrier to technology transition; and (f) Reasonableness and realism of proposed costs and fees (if any). 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: Only Government employees will evaluate the white papers/proposals for selection. 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 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. 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 TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to TOP SECRET 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 one of our web-based, reporting systems known as JIFFY or TFIMS. Prior to award, the offeror will be notified which reporting system they are to use, and 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: Capt Wesley Gilley Telephone: (315) -291-2901 Email: wes.gilley@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 5301.91, 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 Building 15, Room 225 1864 Fourth Street Wright-Patterson AFB OH 45433-7130 FAX: (937) 225-5036; Comm: (937) 255-7754 All responsible organizations may submit a white paper which shall be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=341f1025f29742522110fe3ce5e44a10&tab=core&_cview=1)
 
Record
SN01579379-W 20080524/080522220815-341f1025f29742522110fe3ce5e44a10 (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.