Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2009 FBO #2658
SOLICITATION NOTICE

A -- Information Fusion Test-Bed Technologies and Applications

Notice Date
3/5/2009
 
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-09-05-RIKA
 
Point of Contact
Lynn G. White,, Phone: (315) 330-4996
 
E-Mail Address
Lynn.White@rl.af.mil
 
Small Business Set-Aside
N/A
 
Description
CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Air Force Research Laboratory is soliciting white papers for various scientific studies, analytical tools, algorithm developments, projects, and experiments focused on developing enhanced information fusion technology capabilities to provide the Air Force the means to better conduct Intelligence, Surveillance, and Reconnaissance (ISR). BACKGROUND: One of the Air Force's key mission is to provide exacting Intelligence, Surveillance and Reconnaissance (ISR) in Ground, Air, Space and Cyberspace. The significance of ISR is growing as our adversaries become more difficult to locate and identify and their intentions more difficult to analyze and predict. The transition from force-on-force confrontation of the past to today's asymmetrical warfare is challenging ISR force to anticipate, find, fix, track, and identify potential targets over broader areas, in less time and with more accuracy than at any other time in history. The goal of ISR operations is to provide accurate, relevant, and timely intelligence information to decision-makers at all levels. ISR systems and methods must be flexible enough to accommodate diversity in the way we fight, who we fight, and the technology we employ. Specifically, Air Force ISR systems must be able to provide national and military decision-makers intelligence and information of higher fidelity, over a broader scope of operations, meeting a faster operations cycle and in an environment less tolerant of errors than in the past. One of the desired effects of ISR is dominant Situational Awareness (SA) that allows commanders and their forces to make better-informed decisions and implement them faster than their adversaries can react. Dominant SA is the result of rapid, expert analysis and fusing of multiple sources of information gathered through surveillance and reconnaissance and its synthesis with existing contextual knowledge to produce assessments and predictions needed for superior planning, execution and evaluation of national security actions and joint force operations. Significant increases in multi-sensor capabilities such as layered sensing will demand much more robust processing capabilities to refine and convert collected data into information products. Sophisticated analytical tools will be required to aid the analyst in fusing and integrating the vast amounts of data from these more capable and numerous ISR sources. Semi-automated and automated tools will be required to assist the analyst in finding the "golden nugget" in the vast array of information. The Air Force Research Laboratory's Information Directorate (AFRL/RI) has an established test-bed facility to develop, integrate, test, evaluate, and demonstrate fusion and information technologies to support Command and Control. The Information Fusion (IF) Test-bed facility is used to support algorithm development and evaluation, analytical studies, on-site and network distributed simulation exercises and demonstration of fusion technologies with real and simulated multiple source INTelligence (multi-INT) data. Capabilities include scenario generation, platform and sensor modeling (including JSTARS, LSRS, U2, and Global Hawk). Simulators have been developed for various intelligence data types such as Ground Moving Target Indicator (GMTI) information, ELectronic Signals INTelligence (ELINT) and Measurement and Signature Intelligence (MASINT). Highly developed multi-INT data fusion systems are available for application to the problem of ground target tracking and identification against a variety of operational scenarios. Analytical tools that quantify established Measures of Performance (MOPs) are available for target tracking and other applications. In total the Information Fusion test-bed helps to facilitate a broad range of Command, Control, Intelligence, Surveillance, Reconnaissance (C2ISR), and fusion technology developments. OBJECTIVE: The overall objective of this BAA is to develop and demonstrate innovative and advanced information fusion technologies for dominant situational awareness and assessment. This effort will investigate the research and development, evaluation, and demonstration/application of emerging information fusion technologies, products or standards to; (1) automate the fusion of collected, or stored information in support of ISR applicable to the ground, air, space and cyberspace domains; (2) enhance the ability to fuse or correlate data from multi-platform, multi-intelligence sources; and (3) provide for situational awareness, threat assessment, and resource management derived from multiple intelligence sources and within a common operational picture. For the purpose of the BAA, AFRL will focus on technologies to extend and enhance the capabilities of Information Directorate's Information Fusion Test-bed facility. Specific technologies should deliver advanced capabilities that include, but are not limited to advanced data fusion technologies, fusion analytical tools, fusion algorithm developments, fusion metrics and evaluation standards, fusion performance modeling, scenarios for fusion technology testing and the integration of fusion evaluation techniques into an information fusion design for legacy and future ISR systems. 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 09 - $.9M; FY 10 - $6.5M; FY 11 - $6.5M; FY12 - $6.0M and FY13 - $5.0M. Individual awards will not normally exceed 42 months with dollar amounts normally ranging between $150K to $1.5M 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, Lynn G. White, Contracting Officer, telephone (315) 330-4996 or e-mail Lynn.White@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA 09-05-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 three copies of a 3 to 10 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 09-05-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph six 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 09 should be submitted by 30 Mar 2009; FY 10 by 02 Nov 2009; FY 11 by 01 Nov 2010; FY 12 by 01 Nov 2011 and; FY 13 by 01 Nov 2012. White papers will be accepted until 2pm Eastern time on 30 Sep 2013, 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. 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. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105. Defense Security Service (DSS) Site for the NISPOM is: https://www.dss.mil/portal/ShowBinary/BEA%20Repository/new_dss_internet//isp/fac_clear/download_nispom.html. 6. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses to this announcement must be addressed to ATTN: Mr. Paul M. Payson Air Force Research Laboratory/RIEA 525 Brooks Road Rome, NY 13441-4505 Electronic submission to Paul.Payson@rl.af.mil will also be accepted, in addition to the required hard copy. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, in which Criteria (1) through (3) are of equal importance and criteria (4) is of lesser importance than criteria (1) through (3), 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 Technical Merit -- Including the innovative approaches for the development, and/or enhancement of the proposed technology, processes for performing testing, evaluations, and demonstrations, (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (3) Openness/Maturity of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, and (4) 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 white paper/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 such as the AFRL Rome Research Site's Fusion Testbed located in the Corporate Collateral 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 points of contact, as specified below: Willis J. Horth Paul M. Payson Telephone: 315-330-3430 Telephone: (315) 330-7911 Email: Willis.Horth@rl.af.mil Email: Paul.Payson@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Lynn White Telephone (315) 330-4996 Email: Lynn.White@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=87d7d0a6e8cb8016a3f497b04746a79b&tab=core&_cview=1)
 
Record
SN01762982-W 20090307/090305221033-87d7d0a6e8cb8016a3f497b04746a79b (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.