Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 17, 2011 FBO #3645
MODIFICATION

A -- Advanced COMINT Collection Techniques & Enablers

Notice Date
11/15/2011
 
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-11-02-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 III.3 and III.4, Eligibility Information: Added information concerning CCR and Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards; (b) Symbol change from RIEC to RIGB; and (C) Section VII, Agency Contacts: Added the new 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: Advanced COMINT Collection Techniques & Enablers ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA # 11-02-RIKA CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: AFRL/Rome Research Site is soliciting white papers for various scientific studies and experiments to increase the laboratory's knowledge and understanding of the broad range of capabilities required to support advanced COMmunications INTelligence (COMINT) collection techniques and enablers. Solutions to engineering problems using innovative approaches are sought. The overall technical objective of the BAA is to develop research into unique and innovative techniques and algorithms that support the identification, collection, processing, exploitation and/or manipulation of electronic communication signals in a moderate to dense co-channel environment. The Government is interested in techniques and algorithms for: (1) Developing techniques for the detection, identification, characterization, and geolocation of emerging communication signals of interest; (2) Advancing digital signal processing software methodologies in support of new and existing systems; and (3) Integration of these capabilities into information operations and collection systems. Detailed focus area and definition of problems follow here: (1) Detection and identification of target signals, dense signal environments, low power signals, low Signal to Interferer Noise Ratio (SINR), and power control. Due to the proliferation of wireless devices worldwide, there are significant numbers of signals of interest across the spectrum. The ability for identification and collection in dense signal environments, low power signals low SINR, and power control etc., is highly desired. (2) Any technologies that will enable SIGnals INTelligence (SIGINT) systems and/or platforms with an improved ability to automatically detect, identify, sort, track, prioritize and reliably classify and more importantly geolocate signals of interest would apply. Specific emitter identification techniques are desired. (3) Improved Geolocation: Technology that can further enable SIGINT platforms to geolocate threat RF emitters using any method is a critical focus area of research covered by this BAA. Particular attention will be paid to geolocation technologies. Technology that will enable precise geolocation (weapon system accuracies) of emitters that are below the level of interference. (4) Multi-User Detection (MUD): Efficient Multi-User Detection algorithms for modern existing and emerging Personal Communication Systems (PCS) are desired. We will continue to pursue these methods, but also encourage new and innovative techniques, including but not limited to spatial techniques, blind adaptive techniques and Kalman filtering. Research into specialized processing techniques and specialized hardware designs/implementations to accelerate MUD algorithms is also desired. (5) Interference cancellation: Techniques for beamforming and digital and temporal interference cancellation techniques that work on a single and/or array antennas are a part of this announcement. This includes developing both temporal and spatial interference cancellation techniques. Also of interest are techniques that utilize the latest technology and emerging processor architectures as well as applying systems engineering approaches to platform integration, existing asset sharing, signal processing paths hardware constraints and reducing size, weight and power. (6) Techniques for improved geolocation including time difference of arrival (TDOA), frequency difference of arrival (FDOA), channel equalization, angle of arrival (AOA) and systems equalization techniques for signals in moderate to dense signal environments and that are software portable are also desired. (7) Emerging technologies and radio communication devices: Critical to this BAA is developing signal reconstruction and signal identification (along with the technology thrusts mentioned above) for emerging military and commercial radio communications including third, fourth and emerging wireless standards, as well as the network layer protocols that augment the RF capabilities. (8) System miniaturization: Given current levels of activity, operational requirements, hostile environments, and resources being heavily tasked, collection systems will need to be developed for embedding in Unmanned Aerial Systems (UAS)-type platforms. Attention to Digital Signal Processing (DSP) requirements, tradeoff with capability assessments, power requirements and payload weight are necessarily essential areas of concern, hence digital receiving and processing systems employing miniaturization techniques are of high interest. (9) Information Operations (IO) consists of the integrated application of electronic warfare operations (EW Ops), network warfare operations (NW Ops) and influence operations (IFO). The innovative techniques and capabilities described in this BAA play a vital role in capturing key indicators of measure of performance (MOP) and measure of effectiveness (MOE) for information operations. The processed information furnished from these intelligence gathering technologies provides the continuous decision-quality information necessary to successfully employ air, space, and information operations. Integration of these techniques into information operations systems is also of high interest. II. AWARD INFORMATION: Total funding for this BAA is approximately $24,900,000.00. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 11 - $7,675,000.00; FY 12 - $8,580,000.00; FY 13 - $8,645,000.00. Individual awards will not normally exceed 24 months with dollar amounts normally ranging between $250,000.00 to $1,500,000.00 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 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 11-02-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 three 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 11-02-RIKA with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in Section VII. 3. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY 11 should be submitted by 30 Jan 2011; FY 12 by 30 Jan 2012; and FY 13 by 30 Jan 2013. White papers will be accepted anytime during the period that this BAA remains open, 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 is open and effective until 2pm EST on 28 Sep 2013 unless cancelled at an earlier date. 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 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-11-02-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-11-02-RIKA AFRL/RIGB 525 Brooks Road Rome NY 13441-4505 V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in decreasing 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 - The extent to which the offeror's approach demonstrates an understanding of the problem, the approach for the development and/or enhancement of the proposed technology, and integration approach; (2) 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; (3) Related Experience - 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 proposal submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: CLASSIFIED 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 that intend to include classified information or data in their 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. Depending on the work to be performed, the offeror may require a SECRET or TOP SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET or 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. 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: Mr. Douglas G. Smith Telephone: (315) 330-3474 Email: Douglas.Smith@rl.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Ms. Lynn G. 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 5315.90, 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: Ms. Barbara Gehrs AFRL/PK 1864 4th Street Building 15, Room 225 Wright-Patterson AFB OH 45433-7130 FAX: (937) 904-7024; 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-11-02-RIKA/listing.html)
 
Record
SN02623863-W 20111117/111115234743-f4a01fde3f65244d83b47574f25ffb48 (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.