Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2011 FBO #3450
MODIFICATION

A -- Full Spectrum Cyber Operations Technology

Notice Date
5/4/2011
 
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-10-04-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) Section I. Added last sentence regarding "Classified Email Address if applicable"; (b) Section IV.3: Submission Dates and Times: Added last sentence to indicate the closing date of the BAA; (c) Section VI.3: More detailed reporting instructions; and (d) Section VII. Agency Contacts: Updated clause date and telephone number of the AFRL Ombudsman. 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: Full Spectrum Cyber Operations Technology ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 10-04-RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: Air Force Research Laboratory (AFRL/RI) is soliciting white papers for various scientific studies, investigations, and experiments to increase our knowledge, understanding and capability to support full spectrum cyber operations within the Department of Defense. Areas of interest include the integration and better coordination of the day-to-day defense, protection, and operation of DoD networks as well as the capability to conduct full spectrum cyberspace military operations. Includes integration of cyber operations into operational and contingency planning, as well as technology and approaches to better educate cyber experts, equipped with the latest technologies, to protect and defend DoD information networks. White papers may describe a combination of hardware and/or software focused development efforts. Development, specifically as applies to new ideas/concepts for practical application, is of interest. Research efforts under this program are expected to result in functional capabilities, concepts, theory, and applications ideally addressing cyber operations problems including projects specializing in highly novel and interesting applicable technique concepts will also be considered, if deemed to be of "breakthrough" quality and importance. The effectiveness of the developed technologies for potential operational use will be assessed through preplanned testing and evaluation activities. Technologies that can be transitioned for operational use are of high interest. Offerors are encouraged to describe the pre-conditions that are necessary for the proposed techniques to work effectively. Additional technical information relevant to potential submitters is contained in a classified addendum at the Secret level to this BAA. Unclassified ideas are welcomed, however, if you wish to review the classified addendum prior to submission, please follow the guidance below. To obtain a copy of the classified addendum at the Secret level and the appropriate Security Classification Guide, which provides instructions and guidelines on the classification/declassification of information and submission materials, offerors must send a request to the BAA cognizant technical point of contact listed in Section VII, and provide the following information: Full Company Name Classified mailing address Cage Code Facility Security Officer (FSO) name and phone number Technical POC name and phone number Classified Email Address if applicable Focus Areas for FY11-12: The Classified addendum has been modified with updated focus areas for FY11-12. Please use the same procedure as described in the BAA to request access to the updated addendum. SUBMISSION DATES AND TIMES FOR THE FOCUS AREAS FOR FY11-12 ABOVE ONLY: White paper submissions will vary by focus area with some focus areas requesting whitepapers by 30 April 2011. II. AWARD INFORMATION: Total funding for this BAA is approximately $24.0M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 10 - $8M; FY 11 - $8M; FY 12- $8M. Individual awards will usually be in the range of 12-48 months and not normally exceed 48 months, with dollar amounts normally ranging between $200,000 to $1,500,000 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. Potential deliverables of awarded efforts will be technical reports, software, demonstrations, and concept prototypes. The results of the experiments will provide evidence and metrics concerning the assertions/claims about the research. Demonstrations may involve exploratory development models (i.e. brassboards) if appropriate. 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 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 10-04-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 a 3 to 6 page white paper summarizing their proposed approach/solution. All white papers/proposals shall be submitted on a CD in Microsoft Word 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, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax, and email); and Executive Summary (this section is NOT included in the page count); Section 2: Innovative Claims; Section 3: Technical Objective/Approach (Research Focus, Performance Evaluation, Unique Features, Experiments that will provide evidence concerning research claims/assertions); Section 4: Personnel Qualifications and Experience; Section 5: Transition Plan (if research is successful how will operational transition occur and who are the principle customers?); Section 6: Schedule/Milestones (GANTT Chart by FY preferred); and Section 7: Technical summary/References 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). 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, their Capability Maturity Model (CMM) rating number if applicable, a fax number, an e-mail address, and reference BAA 10-04-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in Paragraph 7 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 10 should be submitted by 31 March 2010; FY 11 by 1 November 2010; FY 12 by 1 November 2011. 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. This BAA will close on 30 September 2012 at 2:00 PM Eastern 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. CLASSIFICATION GUIDANCE FOR WHITE PAPER SUBMISSIONS: AFRL/RIGB will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the proposer believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. After reviewing incoming proposals, if a determination is made that contract award may result in access to classified information; a DD Form 254 will be issued upon contract award. Proposers who intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. 6. 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 7. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All unclassified responses to this announcement will be sent via U.S. Postal Service registered mail and addressed to AFRL/RIGB, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-10-4-RIKA, Electronic submission is not authorized unless expressly permitted by the technical POC listed in Section VII. Questions can be directed to the technical POC listed in Section VII. CLASSIFIED SUBMISSIONS MUST BE SENT TO AFRL/RIGB SEPARATELY FROM UNCLASSIFIED PAPERS AS PER THE INSTRUCTIONS BELOW. Use classification and marking guidance provided by previously issued security classification guides, the Information Security Regulation (DoD 5200.1-R), and the National Industrial Security Program Operating Manual (DoD 5220.22-M) when marking and transmitting information previously classified by another original classification authority. Classified information at the Confidential and Secret level may be mailed via U.S. Postal Service (USPS) Registered Mail. For proposals of higher classification levels or for alternate submission mechanisms please contact the technical POC listed in Section VII. When mailing, ensure the response is appropriately marked, sealed, and mailed in accordance with the classified material handling procedures. The classified mailing address is: Ref: BAA-10-4-RIKA AFRL/RIGB 525 Brooks Road Rome NY 13441-4505 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, and understanding of the technical and operational approach for evaluation of the technology; (2) The effort's potential contribution and relevance to the U. S. Air Force's Full Spectrum Cyber Operations Technology, to include testing of prototype capabilities and Information Assurance requirements; (3) The extent to which the offeror demonstrates relevant technology and domain knowledge; and (4) The 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: CLASSIFIED SUBMISSIONS: For classification guidance see section IV paragraph 5. "Classification Guidance for White Paper Submissions" 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 at the appropriate level 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. Please note that use of the JIFFY or TFIMS application requires customers outside of the.mil domain to purchase an approved External Certificate Authority certificate to facilitate a secured log on process. It is necessary to obtain an ECA certificate BEFORE obtaining a JIFFY or TFIMS user account. Additional information on obtaining an ECA is available at: http://iase.disa.mil/pki/eca/index.html. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: John Perretta Telephone: (315) 330-1356 Email: John.Perretta@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 (Apr 2010) 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-10-04-RIKA/listing.html)
 
Record
SN02440338-W 20110506/110504235711-7e134d3cf23e536c1e3364510f48a6b9 (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.