Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2011 FBO #3541
MODIFICATION

A -- Emerging Computing Technology and Applications

Notice Date
8/3/2011
 
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-09-08-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
FUNDING OPPORTUNITY NUMBER: BAA 09-08- RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Information Directorate, Computing Technology Applications Branch of the Air Force Research Laboratory (AFRL), Rome Research Site, is soliciting white papers under this announcement for innovative technologies to explore and develop computational technologies with greater capacity, sophistication and assurance for addressing dynamic mission objectives under constraints imposed by Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR), trusted/secure systems and performance requirement driven layered information processing battlefield networks. Of particular interest are emerging technologies that will provide revolutionary computational capabilities and models, technologies for increased computational sophistication, algorithmic and software techniques for increased system functionality, architectures that will provide dramatic improvements in the performance/cost of systems, technologies for embedded processing and high performance computing, and technologies that will enhance productivity and use of advancements in computing architectures. Also of interest are technologies that can reduce war fighter decision latencies/response time, decrease system costs and system development times. The overall objective of this BAA is to develop, integrate, and demonstrate emerging computing architecture technologies and applications. This effort will investigate the research, application and/or development of advanced computing architecture technologies, products and standards as they relate to the following technical areas: (1) Emerging Computer Technology, alternative processing approaches that can deliver revolutionary computational capabilities crucial to maintaining technological progress. The objective of the research is to develop emerging quantum computing, nano-computing, optical computing, and neuromorphic computing technologies and evaluate their application to AF processing problems. This includes quantum computing algorithms, single-photon sources, solid-state and integrated-optics quantum computing, and distributed quantum computing. Also of interest are carbon nanotube interconnects, cross-bar nanocomputers, and nanofabrication technologies and self-organizing nanomaterials to precisely engineer nanometer-scale structures. Other technologies of interest are content-addressable memory, CMOS (Complementary Metal-Oxide Semiconductor)-molecular technology integration, digital and analog optical processing, CMOS optical interconnects, neuromorphic computing, neural-net processors, spikey-neuron technology. Emerging computer applications include secure data exploitation and fusion, signal processing, and command & control optimization. Questions regarding this technical area can be directed to: Richard Michalak (315) 330-3150 Richard.Michalak@rl.af.mil (2) Wireless Computational Networking (WCN) The objective of this research is to understand the science and engineering behind Wireless Computational Networks (WCN). Such a study will emphasize the unique operational characteristics concerning the use of ad-hoc wireless networks as computational backplanes. This is a fundamental change for primitive operations of computing with broad implications on computer architectures, computational models, and programming languages. Promising research areas include, but are not limited to, network coding and content distribution, network geometry and manifold-based network modeling, wireless parallel computing, compressed sensing and the unification of network-based computing and sensing. Questions regarding this technical area can be directed to: Bruce Suter (315) 330-7563 Bruce.Suter@rl.af.mil (3) Computational Science and Engineering, Highly Effective and Performance Assured Computing The objective of the research is to fully understand and exploit the interdependency between architecture, application context, domain specific science driven models, choice of algorithms, operational constraints and mission specific exploitable features within the sensing, processing, managing, fusion and exploitation facets of information processing chain. This broader perspective is defined to include but not limited to: layered information processing in a networked battlefield; computational tools to catalyze increased usage of high performance computing software and systems; and, innovative middle-ware tools to help port legacy software systems onto modern multi-core and multi-threaded computing architectures. Questions regarding this technical area can be directed to: Guna Seetharaman (315) 330-2414 Gunasekaran.Seetharaman@rl.af.mil (4) High Performance Computing The objective of the research is to explore novel computing architectures, both at the component and system level for meeting current and future warfighter needs. This can include exploring the development or testing of components, such as new processor architecture, new components, and novel ways of combining computing elements for improved system performance. Some examples of the many types of processors that can be tested include the Cell Broadband Engine (BE) processor, Graphics Processing Units (GPUs), Tilera multicore chips, and Explicit Data Graph Execution (EDGE) chips, such as the TRIPS (Tera-op, Reliable, Intelligently adaptive Processing System). Other processor architectures will also be considered, with an emphasis on improved processor and system performance. This work will include benchmark testing of different computer architectures and other applications testing. High Performance Computing (HPC) design and testing efforts, both at the component and system level, will be considered. Questions regarding this technical area can be directed to: Stanley Lis (315) 330-3275 Stanley.Lis@rl.af.mil 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 - $4.9M; FY 10 - $5M; FY 11 - $5M; FY 12 - $5M; and FY13 - $5M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $100K 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 09-08-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 09-08-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 Jun 09; FY 10 by 1 Mar 10; FY 11 by 1 Mar 11; FY 12 by 1 Mar 12 and FY 13 by 1 Mar 13. 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: Stanley Lis AFRL/RITB, 525 Brooks Rd., Rome, NY 13441. Electronic submission to Stanley.Lis@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. The technical concepts should be clearly defined and developed. The technical approach must be sufficiently detailed to support the proposed concepts and technical claims. (2) Offeror's Capabilities and Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge to establish that the offeror has credible capability and experience to complete the proposed work. (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. (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, 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 SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to 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: TPOC Name: Stanley Lis Telephone: (315) 330-3275 Email: Stanley.Lis@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. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2011-03-17 08:59:10">Mar 17, 2011 8:59 am Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2011-08-03 08:42:28">Aug 03, 2011 8:42 am Track Changes 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.(4) High Performance Computing: minor changes; (b) Section III: Added paragraphs 3 and 4 which relate to CCR registration and Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards; (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: Emerging Computing Technology and Applications ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA 09-08- RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Information Directorate, Computing Technology Applications Branch of the Air Force Research Laboratory (AFRL), Rome Research Site, is soliciting white papers under this announcement for innovative technologies to explore and develop computational technologies with greater capacity, sophistication and assurance for addressing dynamic mission objectives under constraints imposed by Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR), trusted/secure systems and performance requirement driven layered information processing battlefield networks. Of particular interest are emerging technologies that will provide revolutionary computational capabilities and models, technologies for increased computational sophistication, algorithmic and software techniques for increased system functionality, architectures that will provide dramatic improvements in the performance/cost of systems, technologies for embedded processing and high performance computing, and technologies that will enhance productivity and use of advancements in computing architectures. Also of interest are technologies that can reduce war fighter decision latencies/response time, decrease system costs and system development times. The overall objective of this BAA is to develop, integrate, and demonstrate emerging computing architecture technologies and applications. This effort will investigate the research, application and/or development of advanced computing architecture technologies, products and standards as they relate to the following technical areas: (1) Emerging Computer Technology, alternative processing approaches that can deliver revolutionary computational capabilities crucial to maintaining technological progress. The objective of the research is to develop emerging quantum computing, nano-computing, optical computing, and neuromorphic computing technologies and evaluate their application to AF processing problems. This includes quantum computing algorithms, single-photon sources, solid-state and integrated-optics quantum computing, and distributed quantum computing. Also of interest are carbon nanotube interconnects, cross-bar nanocomputers, and nanofabrication technologies and self-organizing nanomaterials to precisely engineer nanometer-scale structures. Other technologies of interest are content-addressable memory, CMOS (Complementary Metal-Oxide Semiconductor)-molecular technology integration, digital and analog optical processing, CMOS optical interconnects, neuromorphic computing, neural-net processors, spikey-neuron technology. Emerging computer applications include secure data exploitation and fusion, signal processing, and command & control optimization. Questions regarding this technical area can be directed to: Richard Michalak (315) 330-3150 Richard.Michalak@rl.af.mil (2) Wireless Computational Networking (WCN) The objective of this research is to understand the science and engineering behind Wireless Computational Networks (WCN). Such a study will emphasize the unique operational characteristics concerning the use of ad-hoc wireless networks as computational backplanes. This is a fundamental change for primitive operations of computing with broad implications on computer architectures, computational models, and programming languages. Promising research areas include, but are not limited to, network coding and content distribution, network geometry and manifold-based network modeling, wireless parallel computing, compressed sensing and the unification of network-based computing and sensing. Questions regarding this technical area can be directed to: Bruce Suter (315) 330-7563 Bruce.Suter@rl.af.mil (3) Computational Science and Engineering, Highly Effective and Performance Assured Computing The objective of the research is to fully understand and exploit the interdependency between architecture, application context, domain specific science driven models, choice of algorithms, operational constraints and mission specific exploitable features within the sensing, processing, managing, fusion and exploitation facets of information processing chain. This broader perspective is defined to include but not limited to: layered information processing in a networked battlefield; computational tools to catalyze increased usage of high performance computing software and systems; and, innovative middle-ware tools to help port legacy software systems onto modern multi-core and multi-threaded computing architectures. Questions regarding this technical area can be directed to: Guna Seetharaman (315) 330-2414 Gunasekaran.Seetharaman@rl.af.mil (4) High Performance Computing The objective of this research is to explore innovative computing processor architectures and clusters for meeting future Air Force real-time high performance embedded computing applications. The computing architectures of interest include the Cell Broadband Engine (BE) processor, Graphics Processing Units (GPUs),Tilera multi-core processors, Explicit Data Graph Execution (EDGE) processors, for instance TRIPS, (Tera-op, Reliable, Intelligently adaptive Processing System) and advanced processor architectures. This research includes but is not limited to: innovative techniques for exploiting multi-core parallelism, mapping of applications, multi-core software technologies, programming tools and interconnection technologies. Questions regarding this technical area can be directed to: Stanley Lis (315) 330-3275 Stanley.Lis@rl.af.mil 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 - $4.9M; FY 10 - $5M; FY 11 - $5M; FY 12 - $5M; and FY13 - $5M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $100K 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 09-08-RIKA. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. CCR Registration: Unless exempted by 2 CFR 25.110 all offerors must: (a) Be registered in the Central Contractor Registration (CCR) prior to submitting an application or proposal; (b) Maintain an active CCR registration with current information at all times during which it has an active Federal award or an application or proposal under consideration by an agency; and (c) Provide its DUNS number in each application or proposal it submits to the agency. 4. Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards: Any contract award resulting from this announcement may contain the clause at FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25 http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=c55a4687d6faa13b137a26d0eb436edb&rgn=div5&view=text&node =2:1.1.1.41&idno=2#2:1.1.1.4.1.2.1.1 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 09-08-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 Jun 09; FY 10 by 1 Mar 10; FY 11 by 1 Mar 11; FY 12 by 1 Mar 12 and FY 13 by 1 Mar 13. 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: Stanley Lis AFRL/RITB, 525 Brooks Rd., Rome, NY 13441. Electronic submission to Stanley.Lis@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. The technical concepts should be clearly defined and developed. The technical approach must be sufficiently detailed to support the proposed concepts and technical claims. (2) Offeror's Capabilities and Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge to establish that the offeror has credible capability and experience to complete the proposed work. (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. (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, 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 SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to 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. 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: TPOC Name: Stanley Lis Telephone: (315) 330-3275 Email: Stanley.Lis@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-09-08-RIKA/listing.html)
 
Record
SN02521275-W 20110805/110804000506-a895cf341942fc4808d629f2b6860a30 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.