Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 24, 2010 FBO #3134
MODIFICATION

A -- Military Communications and Surveillance Technologies and Techniques

Notice Date
6/22/2010
 
Notice Type
Modification/Amendment
 
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-09-09-RIKA
 
Point of Contact
Lynn G. White, Phone: (315) 330-4996
 
E-Mail Address
Lynn.White@rl.af.mil
(Lynn.White@rl.af.mil)
 
Small Business Set-Aside
N/A
 
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) Phone Number change for Susan Hunter, AFRL Ombudsman found in Section VII. Agency Contacts. No other changes have been made. NAICS CODE: 541712 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: Military Communications and Surveillance Technologies and Techniques ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA # 09 -09-RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Air Force Research Laboratory - Rome Research Site (AFRL-RRS) is soliciting white papers under this BAA for research, design, development, test, evaluation and experimentation of technologies/techniques for Command, Control, Communications, Intelligence, Surveillance, and Reconnaissance systems. Work is encouraged in, but not limited to, these focus areas: 1) Ultra-wide- bandwidth, multi-channeled air and space-based communications networks on and between platforms: The focus area may include but is not limited to: Develop and define optical/electronic network architectures, system and subsystem (transmitter, receiver, switch, optical mux and demux, optical amplifiers, etc.) requirements for multi gigabit per second optical/electronic networks on-board air and space platforms and other AF/DOD applications. Work is also encouraged developing Free Space Optical (FSO) and hybrid FSO/RF communications systems and components. Design and develop passive and active optical/electronic chip scale networking components (transmitters, receivers, switches) for Wave-length Division Multiplexing, RF, Code Division Multiple Access, etc. communications. Implement photonics modules for optical/electronic networking architectures utilizing Integrated Optical Circuits (IOCs) in hybrid and monolithic format. 2) Surveillance: The focus area may include but is not limited to: Space and Near-Space Sensors and Systems (concepts and devices for space systems, sensors, structures, communications, components and materials, etc.); Strategic and Tactical Networks (applications, architectures, control and management, and hardware/software systems, etc.); Counter Underground Facilities, Weapons of Mass Destruction Defense (WMD) (sensing and analysis of chemical, biological, nuclear, and radiological threats and attacks, etc.); Small Unit Operations (urban sensing systems and networks, weapons and personnel detection, sighting, direction finding, tracking systems, etc.) and Maritime Operations (maritime surveillance systems, communications, power, propulsion, communications systems etc.). 3) Data Links and Airborne Networking: The focus area may include but is not limited to: Data link structures, waveforms, modulations, coding, interfaces including Common Data Link (CDL), Tactical CDL (TCDL), and Networked CDL (NCDL) structures, characteristics and protocols. Also consider Net Centric Application development and experimentation which includes core, edge, and mobile-platform networks, for communications inter or intra, ground, airborne, and space based systems. 4) Network Modeling and Simulation: The focus area may include but is not limited to: Research and develop modeling and simulation tools that are trustworthy to predict, with known and characterizable accuracy, network behavior over a broad range of time scales, network sizes and technology composition. This solicitation also seeks research on appropriate online network measurement methodologies, which in conjunction with modeling and simulation tools, will provide the basis for online network analysis and control. II. AWARD INFORMATION: Total funding for this BAA is approximately $49.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 09 - $9.9M; FY 10 - $9.9M; FY 11 - $9.9M; FY 12 - $9.9M; and FY 13 - $10.3M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging between $750K 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, 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 09-09-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 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 09-09-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 09 should be submitted by 17 Jul 2009; FY 10 by 1 Mar 2010; FY 11 by 1 Mar 2011; FY 12 by 1 Mar 2012 and; FY 13 by 3 Jun 2013. 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. See Section IV of this announcement for further details. 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: AFRL/RIGC ATTN: David Krzysiak 525 Brooks Rd Rome, NY 13441 Electronic submission to David.Krzysiak@rl.af.mil 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: (1) Overall Scientific and Technical Merit -- Including the approach for the development and/or enhancement of the proposed technology and its evaluation, (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge and (3) 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, and 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 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: David Krzysiak Telephone: (315) 330-7454 Email: David.Krzysiak@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) 904-4407 All responsible organizations may submit a white paper which shall be considered.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/BAA-09-09-RIKA/listing.html)
 
Record
SN02184722-W 20100624/100622235537-3a7bcbd5d7357ef9fe46d5dc364586c0 (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.