Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
MODIFICATION

10 -- Tactical Capabilities for Battlefield Airmen and Security Forces

Notice Date
4/25/2012
 
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 - Eglin Research Site, 101 West Eglin Blvd, Suite 337, Eglin AFB, Florida, 32542-6810
 
ZIP Code
32542-6810
 
Solicitation Number
BAA-RWK-10-0003
 
Archive Date
11/14/2012
 
Point of Contact
Kendall R. Wagner, Phone: 8508832681, Judie A Jacobson, Phone: 850-883-2157
 
E-Mail Address
kendall.wagner@eglin.af.mil, jacobson@eglin.af.mil
(kendall.wagner@eglin.af.mil, jacobson@eglin.af.mil)
 
Small Business Set-Aside
N/A
 
Description
BROAD AGENCY ANNOUNCEMENT (BAA) BAA-RWK-10-0003 FULL TEXT ANNOUNCEMENT NAICS: 541712 FEDERAL AGENCY NAME: Air Force Research Laboratory Munitions Directorate 101 W. Eglin Blvd. Eglin AFB, FL 32542-6810 BROAD AGENCY ANNOUNCEMENT TITLE: Tactical Capabilities for Battlefield Airmen and Security Forces BROAD AGENCY ANNOUNCEMENT TYPE: Amendment#3 to BAA-RWK-10-0003, dated 25 April 2012 BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-RWK-10-0003 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 AIR FORCE DEFENSE RESEARCH SCIENCES PROGRAM PROPOSAL DUE DATE AND TIME: This BAA will remain open through 30 October 2012, or until amended or superseded. It may be reissued and/or amended periodically, as needed. White papers may be submitted at any time during the open period. Submit white papers to afrl.rwk.baaworkflow@eglin.af.mil in accordance with the instructions in paragraph IV below. 1. BACKGROUND - BATTLEFIELD AIRMEN Certain ground combat capabilities are an Airman's responsibility and require unique surface operations that are integral to the application of air and space power. To meet this responsibility, the Air Force recognized the need to organize, train, and equip a force of Battlefield Airmen (BA) capable of delivering distinctive expertise in a ground combat environment with unequaled firepower, accuracy, responsiveness, flexibility and persistence. These BA include Combat Control, Pararescue, Tactical Air Control and Battlefield Weather professionals. BA provide skill sets not commonly found across the Air Force and typically operate in combat zones outside the perimeter of Air Force bases, often in the deep battle space. Each of these career fields has unique missions in support of both Special Operations Forces and conventional forces. However, many core disciplines are common to the majority of BA. These commonalities include areas such as methods of employment, mobility, force protection methods, communication, and advances in mission planning and rehearsal. Advancements are sought to support specific mission areas as they pertain to each individual career field. To better understand the needs of each BA expertise, a short summary of each career field's mission is provided below. The Air Force Combat Controllers are Special Tactics ground operators who work as members of Air Force Special Tactics Teams and as members of Army Special Forces, Navy SEAL, and Joint Special Operations teams. Combat Controllers are certified to act as air traffic controllers and Joint Terminal Attack Controllers in hostile and dangerous environments. They can be deployed by sea, air, and land to take over or construct an airstrip, set up navigational equipment, and direct airplanes and helicopters to a safe landing without the use of a tower or elaborate communications system. They also establish drop zones and control parachute drops of personnel and equipment, and control airstrikes and air attacks from fixed and rotary-wing aircraft from all military services. Pararescue Airmen, known as PJs, conduct conventional or unconventional rescue operations. These PJs are the ideal force for personnel recovery and combat search and rescue. PJs' primarily function as personnel recovery specialists with emergency medical capabilities in humanitarian and combat environments. They deploy in any available manner, to include air-land-sea tactics, into restricted environments to authenticate, extract, treat, stabilize and evacuate injured personnel, while acting in an enemy-evading recovery role. PJs participate in search and rescue, combat search and rescue, recovery support for NASA and conduct other operations as appropriate. They are among the most highly trained emergency trauma specialists in the U.S. military, maintaining emergency medical technician-paramedic qualification throughout their careers. With this medical and rescue expertise, along with their deployment capabilities, PJs are able to perform life-saving missions in the world's most remote areas. Battlefield and Special Operations Weathermen are meteorologists with advanced tactical training to operate in hostile or denied territory. They gather and interpret weather data, and provide intelligence from deployed locations while working primarily with Army (Battlefield Weather) and Special Operations (Special Operations Weather) forces. They collect localized weather information, assist mission planning, and generate accurate, mission-tailored target and route forecasts in support of conventional and special operations. They deploy into restricted environments by air, land or sea to observe and analyze weather data. They also train joint force members to take and communicate limited weather observations. Additionally, Special Operations Weathermen conduct special reconnaissance, collect upper air data, organize, establish and maintain weather data reporting networks, determine host nation meteorological capabilities and train foreign national forces. Tactical Air Control Party (TACP) personnel advise U.S. Army conventional and special operations ground maneuver commanders on the integration and execution of air and space power. Qualified individuals, serving as Joint Terminal Attack Controllers, provide final attack control to aircrew when aircraft are inbound to the target, ensuring the aircrew identifies and attacks the correct target, minimizing the risk to friendly ground forces and preventing unwanted collateral damage. Operating on the forward edge of the battle area and behind enemy lines, TACPs coordinate with Theater Air Ground System elements through the use of state-of-the-art communications, and maintain proficiency in the tactics, techniques and procedures of their aligned Army units. When deployed, the TACPs live under austere field conditions, and coordinate, de-conflict, and execute air-to-ground missions within the Army's area of operation. To continue to maintain superiority over our enemies, research and development to improve the effectiveness of Battlefield Airmen is vital. The Air Force Research Laboratory seeks to address capability gaps, limitations or deficiencies through this Broad Agency Announcement. II. PROGRAM DESCRIPTION This is a Broad Agency Announcement of the Air Force Research Laboratory, Munitions Directorate (AFRL/RW), under the provisions of Federal Acquisition Regulation (FAR) paragraph 6.102(d)(2), which provides for competitive selection of research proposals. Proposals submitted in response to this BAA, that are selected for award, are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Tactical Capabilities for Battlefield Airmen and Security Forces white papers may also be submitted for the acquisition of test assets. In the event these submissions are selected for award, they could be awarded under the authority of 10 U.S.C. 2373, Acquisition for Experimental Test Purposes. For purposes of this announcement, AFRL/RW intends to contract with private industry, non-profit organizations, and educational institutions for research in tactical capabilities for Battlefield Airmen and Security Forces (BA and SF). Research includes scientific study and experimentation directed at developing technologies, components, and quick reaction capabilities (QRC). This work includes tactical level Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR), threat intercept, and force application capabilities for Battlefield Airmen and Security Forces. Potential areas of interest include tactical level targeting applications such as wireless network applications, line-of-sight and beyond-line-of-sight communication links, remote sensing, remote switching, target tagging, tactical command and control of ground forces, tactical electrical energy, small Unmanned Aerial Systems, and general improvements in situational awareness, targeting, force protection/fractricide prevention, and damage assessment Efforts proposed under this BAA should be designed to demonstrate well defined and substantive research results, should not be overly ambitious or open-ended, and should not be a paper study that inherently requires a substantial testing effort; however, there is the possibility of analysis efforts to support experimental testing or to support other demonstrations proposed under this BAA. These basic and applied research effort results could include deliverables with provisions for future prototyping, field demonstrations and warfighter evaluation. Prototypes may be a deliverable but only as may be necessary to evaluate the basic or applied research efforts in a meaningful manner. Under some circumstances, we expect that narrowly focused white papers or proposals for advanced research may be required during the time of this open announcement. Under those circumstances, a specific or special BAA amendment may be issued describing the requirement in greater detail, defining funding available, elaborating on white paper or proposal submission due date and format, and possibly providing more specific evaluation criteria. PROSPECTIVE RESEARCH AREAS The following narratives are intended to provide an abbreviated description of the prospective research areas mentioned in the Program Description. These descriptions furnish specific examples of areas of interest and Technical Directorate focal points associated with these nine technology focus areas. Proposed efforts under this BAA must be in the realm of basic or applied research. Hardware development that is unrelated to a specific weapon system and not intended directly for the Air Force inventory may qualify if it falls into a category often called "breadboards/brassboards" or exploratory development models. Development of prototype hardware may be pursued under a BAA; however, such development must be for the purpose of demonstrating the feasibility of a technology or solution. It should not be for the purpose of acquiring specific hardware that has already been defined or developed by the Government. RESEARCH AREA 1 - FORCE PROTECTION ENHANCEMENTS The goal of this work is to perform basic and applied research in the areas of force protection to enhance the safety, survivability and capabilities of the deployed battlefield airman. The objective is to conduct research which could eventually lead to the development of improved shelters, materials, armor and related items for the deployed Battlefield Airmen. Research to effectively detect, deceive, avoid and prevent contamination and/or injury or exposure to Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE) and other threats will greatly enhance BA effectiveness. Research in areas that will allow the Battlefield Airmen to engage threats from greater standoff distances is also desired. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List (may not be all inclusive): 0069, 0070, 0071, 0119, 0153, 0272, 0393, 399 and 0409. Part I, Section B of this document references the AFSOC Prioritized List. Technical POCs: Dr. Michael Hammons AFRL/RXQD 850-283-3605 michael.hammons@tyndall.af.mil Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil RESEARCH AREA 2 - PERSONAL EQUIPMENT The goal of this work is to perform basic and applied research in the area of personal equipment items to improve the capabilities and effectiveness of the battlefield airman. The objective is to conduct research which could eventually lead to the development of personal garments, body armor, eye protection and mission related personal items. Research in garments that will aid in camouflage, disguise, deception and concealment while preventing contamination and/or injury or exposure to Chemical, Biological, Radiological, Nuclear and Explosives (CBRNE) threats may be proposed. In addition, research in the area of enhanced personal performance through improved nutrition, supplements and sustenance may also be proposed. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List (may not be all inclusive): 0070, 0071, 0072, 0119, 0142, 0351, 0359, 0375, 0376, 0393, and 0409. Part I, Section B of this document references the AFSOC Prioritized List. Technical POCs: Greg Burnett 711 HPW/RHCB 937-255-2234 gregory.burnett@wpafb.af.mil Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil RESEARCH AREA 3 - C4 SYSTEMS AND RELATED SOFTWARE The goal of this work is to perform basic and applied research for components and software in the areas of command and control, communications, computers, and intelligence in the mission planning, execution, and assessment stages of operation. The objective is to conduct research to improve training, planning, and rehearsal systems that function in a collaborative manner while fostering dramatic improvements in geospatial information systems, database access and information management. Research in fusing multiple sources of information including information in foreign languages, and adroitly cataloguing and classifying data across multiple levels of security classification may be proposed. Technical approaches to improve line of sight and over the horizon bandwidth for voice, video, data burst transmit and receive while maintaining low probabilities of intercept, detection, and exploitation may be proposed. Specific goals are to allow the operator to reduce carried weight and volume while adding long endurance, multi-net, multi-channel communications devices capable of operating in the full range of mission environments. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List (may not be all inclusive): 0001, 0006, 0042, 0044, 0046, 0066, 0074, 0081, 0095, 0176, 0186, 0198, 0203, 0206, 0210, 0211, 0219, 0225, 0238, 0240, 0241, 0249, 0270, 0292, 0354, 0356, 0379, 0404, 0411 and 0436. Part I, Section B of this document references the AFSOC Prioritized list. Technical POCs: Ralph Kohler AFRL/RISD 315-330-2016 ralph.kohler@rl.af.mil Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil RESEARCH AREA 4 - OPTICS AND DISPLAYS The goal of this work is to perform basic and applied research in the area of handheld and wearable optics and displays. To improve the capabilities and effectiveness of the Battlefield Airmen, research areas proposed may include multi-spectral, day or night, color and fused capabilities. There is significant benefit in the ability to integrate on- and off-board system information through integrated symbology. The objective is to conduct research which could lead to the development of systems that will aid the dismounted Battlefield Airmen in their ability to detect, locate, georegister, designate, classify and assess targets in all environments. The ability to detect and identify through obscurants and camouflage while remaining undetected by enemy personnel is also desired. Reductions in volume and weight of equipment are key considerations. This research area addresses deficiencies 0127, 0157, 0361, 0375, 0405 0406 and 0409 from the AFSOC Prioritized Deficiency List. Part I, Section B of this document references the AFSOC Prioritized List. Technical POCs: OPTICS Anthony Absi AFRL/RYMT 937-528-8447 anthony.absi@wpafb.af.mil DISPLAYS Greg Burnett 711 HPW/RHCB 937-255-2234 gregory.burnett@wpafb.af.mil RESEARCH AREA 5 - NAVAIDS AND SENSORS The goal of this work is to perform basic and applied research in the areas of sensors and navigational aids to enhance the safety, survivability, and capabilities of the deployed Battlefield Airmen. The objective is to conduct research and development that improves our ability to emplace and maintain remote sensors that operate autonomously and in all weather and environments. These sensors shall feed collected information to the Global Information Grid (GIG) for dissemination to air, sea, and ground systems in near real time and will leverage advances in imaging and sensing technology to increase situational awareness across the force. Research to develop multispectral, all weather, covert visual and electronic navigational aids and technology to aid in employing these devices may be proposed. Threat situational awareness advancements may also be proposed that alert friendly forces in the event threat forces are targeting them by laser, ladar, Radio Frequencies (RF) or any other means. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List (may not be all inclusive): 0066, 0157, 0292, 0352, 0356, 0358, 0361, 0363, 0405 and 0406. Part I, Section B of this document references the AFSOC Prioritized list. Technical POCs: NAVAIDS Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil SENSORS Don Snyder AFRL/RWGG 850-883-1922 donald.snyder@eglin.af.mil RESEARCH AREA 6 - TACTICAL ENERGY The goal of this work is to perform basic and applied research for technologies that can generate reliable, energy that is compatible with current and future SOF C4 systems, sensors, and BA equipment. Additionally, the capability to generate Low Probability of Detection (LPD) high and low-density power used at deployed and/or remote locations is, at times, mission essential and impacts a wide variety of BA mission areas. The objective is to conduct research that would eventually lead to development of rugged, light-weight, extended-life power sources. The solution(s) should be light-weight, minimize overall volume as much as possible, reduce the frequency of resupply, and increase the duration of surface operations worldwide. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List: 0096, 0175, 0210, 0211, 0241, 0272, 0351, 0357, 0359, 0401, 0404 and 0427. Part I, Section B of this document references the AFSOC Prioritized list. Technical POCs: Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil Lt Anthony Young AFRL/RZPS 937-255-4220 anthony.young@wpafb.af.mil RESEARCH AREA 7 - CLANDESTINE MOBILITY The goal of this work is to perform basic and applied research for technologies that can provide improved clandestine, long-range ground and water mobility platforms that can be inserted via all SOF air assets. Current mobility platforms are becoming obsolete as new detection technologies make vehicle movement more observable than in the past. The objective is to conduct research that would lead to the modification of existing ground/water platforms or development of new ground/water platforms with reduced signatures (heat, acoustic, electromagnetic, and other emissions) capable of operating for extended durations/ranges. The focus should be on detection avoidance and solutions that reduce signatures to cloak SOF presence in the area of operations. These technologies must be rugged, lightweight, compact, waterproof, and operable in all light and weather conditions and must be comparable or better in performance (speed, capacity, armor, weapon integration, etc.) than current capabilities. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List: 0089, 0394, 0399, and 0415. Part I, Section B of this document references the AFSOC Prioritized list. Technical POC: Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil RESEARCH AREA 8 - MEDICAL The goal of this work is to perform basic and applied research in the areas of medical equipment, remote diagnostics, prioritized casualty assessment, and patient/casualty extraction. The objective is to conduct research which could lead to development of synthetic blood replacement fluids, non-invasive administering techniques, improved pharmaceuticals, and bio-threat prophylaxis that address emerging and evolving biological threats. Research in the area of telemedicine to assess and intervene will greatly enhance patient survivability in austere environments. Applicable development areas and related systems should not interfere with tactical communications capabilities. Improvements in tactical medical equipment and portable diagnostic equipment that is smaller and lighter will reduce carried weight and volume. Systems that can be remotely manipulated will allow standoff treatment of contaminated personnel. Research on forensic collection, analysis, and databases will provide near real time assessment necessary for sensitive site exploitation operations. Research in improving patient extraction from austere locations and advancements in utilization of the CV-22 as an extraction platform may be addressed.. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List (may not be all inclusive): 0096, 0134, 0175, 0268, 0269, 0270, 0271, 0272, 0357, 0362, 0414 and 0418. Part I, Section B of this document references the AFSOC Prioritized list. Technical POCs: Greg Burnett 711 HPW/RHCB 937-255-2234 gregory.burnett@eglin.af.mil Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil RESEARCH AREA 9 - TACTICAL METEOROLOGICAL SYSTEMS The goal of this work is to perform basic and applied research for technologies that can improve weather collection, communication and transmission systems and/or sensors. Technologies should be developed to collect, automatically and accurately measure, and securely transmit weather information (surface and upper atmosphere conditions) and Meteorological and Oceanograhic (METOC) data across the battlespace from any location and in any environment. Sensors should have the capability to be emplaced either remotely or by hand, turned on and off remotely, and should be small, lightweight, long endurance and when possible, include camouflage or deception capabilities to avoid detection. The capability to create a weather state depiction for use on common mission planning, mission rehearsal and operational C2 platforms with the capability to be automatically updated in real or near-real time is also desired. All systems and sensors should be standardized and networked to existing and future C2 systems so the data can be provided in real or near-real-time to staff commanders, operators, planners, weather forces, and global weather databases. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List: 0023, 0046, 0205, 0210 and 0355. Part I, Section B of this document references the AFSOC Prioritized list. Technical POC: Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil RESEARCH AREA 10 - ALTERNATE MEANS OF INSERTION AND EXTRACTION The goal of this work is to perform basic and applied research in the area of alternate insertion and extraction (AIE) methods to improve, augment, or replace current systems and methods. Current capabilities include but are not limited to rope ladder, fast rope, hoist, SCUBA, HALO (High Altitude Low Opening), HAHO (High Altitude High Opening), and static line parachute operations. The objective is to conduct research which could lead to development of new and enhanced capabilities and equipment that aid in mounted, dismounted, and airborne ingress/egress operations on land, sea, and air. Research to enhance survivability for the dismounted surface, sub-surface, and airborne operator that would reduce visual, thermal, and electromagnetic signature of the operator moving in both permissive and non-permissive environments is desired. Innovative research in improved systems for rapid, safe, and clandestine insertion and extraction may also be proposed. This research area addresses the following deficiencies from the AFSOC Prioritized Deficiency List (may not be all inclusive): 0089, 0294, 0362, 0394, 0395, 0399 and 0415. Part I, Section B of this document references the AFSOC Prioritized list. Technical POC: Eric Werkowitz AFRL/RWAV 850-882-8541 eric.werkowitz@eglin.af.mil III. ELIGIBILITY INFORMATION A. Eligible Offeror/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 identified in Section VII for information if they contemplate responding. The subject line of all correspondence must reference the BAA number and title. B. Cost Sharing or Matching : Cost sharing is not a requirement. IV. WHITE PAPER/ SUBMISSION INFORMATION: A. THIS ANNOUNCEMENT CONSTITUTES THE ONLY SOLICITATION, and SOLICITS WHITE PAPERS ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those offerors whose white papers are found to be consistent with the intent of this BAA may later be invited to submit a technical and cost proposal (see Section VI of this announcement for further details). B. Content and Form of Submission of White Papers : Offerors are required to submit a white paper not exceeding 8 pages double spaced summarizing their proposed approach/solution to the Contracting Office at: afrl.rwk.baaworkflow@eglin.af.mil email. Any pages over the stated 8 page maximum will not be evaluated. ONLY WHITE PAPERS ARE BEING SOLICITED AT THIS TIME. 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 format for the white paper is as follows: Section A: Title, White Paper in response to Research Area Number (identify #), 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. Section C: Technical Summary and Proposed Deliverables. Multiple white papers within the purview of this announcement may be submitted by an offeror. If an offeror wishes to restrict access to his/her white paper, it must be marked with the restrictive language stated in FAR 52.215-1(e). All white papers 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 Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA-RWK-10-0003 with their submission. All responses to this announcement shall be addressed to the Contracting Office reflected in paragraph D of this section. C. 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). D. Other Submission Requirements: Documents should reference BAA-RWK-10-0003, a technical topic, and the name listed as a Technical POC for that Research Area. V. WHITE PAPER/ PROPOSAL REVIEW INFORMATION: A. Criteria: The following five criteria, listed in descending order of importance, and an assessment of risk, will be used to determine whether full proposals will be invited based on the white paper submitted. The Government reserves the right to select all, part, or none of the proposals received in response to this announcement, subject to the availability of funds. These criteria will also be used to evaluate formal proposals, should they be requested. 1. Evaluation Criteria: a. An integrated assessment of the proposed approach to include scientific and/or technical merits, associated risks, and the potential contributions of the effort to meet/fulfill Battlefield Air Operations Kit (Battlefield Airmen and Security Forces) mission requirements. Potential value to the government (technical promise) will be assessed, based on innovation (originality and feasibility), transitionability, and desirability to the warfighter. b. The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these that are integral factors for achieving the proposed objectives. c. The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposal objectives. d. The reasonableness and realism of proposed costs and fees, if any, the proposed cost share by the offeror, if any, and the availability of funds (i.e., considering budgets and funding). e. The extent to which the proposal supports government field testing when applicable. 2. Proposal Risk Assessment: Proposal risk for technical, cost, schedule, and other will be assessed as part of the evaluation of the above evaluation criteria. Proposal risk relates to the identification and assessment of the risks associated with an offeror's proposed approach as it relates to accomplishing the proposed effort. Tradeoffs of the assessed risk will be weighed against the potential payoff. No further evaluation criteria will be used. Individual white papers/proposals 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. It is the policy of AFRL/RW to treat all white papers and proposals as privileged information, and to disclose the contents only for the purposes of evaluation. Those selected as a result of initial review will be subject to an extensive evaluation by highly qualified Government scientists. The offeror must appropriately indicate any limitation to be placed on disclosure of information contained in the white paper or proposal (see also paragraph IV.B. above). Should portions of a proposal be incorporated into a resulting contract, that portion may be subject to release under the Freedom of Information Act unlessexempt from release. B. Review and Selection Process: The evaluation described above will generally result in white papers being placed in one of the three Categories below: 1. Category I: Proposal is well conceived, scientifically and technically sound, pertinent to the program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance (subject to availability of funds) and normally are displaced only by other Category I proposals. 2. Category II: Proposal is scientifically or technically sound, requiring further development and is recommended for acceptance, but at a lower priority than Category I. 3. Category III: Proposal is not technically sound or does not meet agency needs. VI. AWARD ADMINISTRATION INFORMATION: A. Award Notices (White Papers): Offerors of 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 Contracting Office. Such invitation does not assure that the submitting offeror will be awarded a contract. Offerors of those white papers not selected for further consideration will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. Offerors may request status of their white paper no earlier than 45 days after submission. B. Award Notices (full proposals): Offerors will be notified whether their proposal is recommended for award after evaluation of the proposal. The notification is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award. C. Administrative and National Policy Requirements: Depending on the work to be performed, the offeror may require a classified facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to information at the equivalent level of security 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), which may be accessed at the www.dlis.dla.mil/jcp website, are allowed access to such data. D. Reporting: Contractors should expect any contract or assistance instrument resulting from this BAA would contain the requirement to provide various types of periodic and final technical reports, and possibly cost and other reports. E. Data Rights Assertions: It is anticipated that all data delivered under any resulting award will be delivered with unlimited rights; however different rights may be negotiated as appropriate. The contractor shall identify data rights assertions, licenses, patents, etc. that apply to any proprietary materials, technical data, products, software, or processes to be used by the prime or subcontractor(s) in the performance of this program; and shall address acquisition of data rights or licenses, or expected recoupment of development costs for those proprietary items that will be integral toa resulting contract. Any data delivered or anticipated to be delivered with less than unlimited rights must be reported in a separate, appropriately marked appendix to the final report of any awarded contract resulting from this BAA. F. Occupational Safety and health (OSHA) and Voluntary Protection Program (VPP): Eglin AFB is in the process of pursuing recognition under the OSHA VPP. If required as a part of a resulting contract from this BAA, AFFARS Clause 5352.223-9001 mandates that adequate health and safety requirements be identified in the contract. Contractors can gain more information regarding the OSHA VPP Program at http://www.osha.gov/dcsp/vpp/index.html website. VII. AGENCY CONTACTS A. Questions of a technical nature shall be directed to the technical point of contact listed in Section II Research Areas. B. Questions of a contractual/business nature shall be directed to the contract specialist: Primary : Kendall Wagner 101 W. Eglin Blvd Ste. 337 Eglin AFB, FL 32542-6810 Phone: (850) 883-2681 Email: kendall.wagner@eglin.af.mil Fax: (850) 882-9599 Alternate: Judie Jacobson 101 W. Eglin Blvd Ste. 337 Eglin AFB, FL 32542-6810 Phone: (850)883-2157 Email: judie.jacobson@eglin.af.mil Fax: (850)882-9599 Note: Any correspondence should reference the BAA title and number in the Subject Line. C. In accordance with AFFARS 5301.9102, 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 Ombudsman is as follows: Karen Sue Hunter Director of Contracting (AFRL/PK) Phone: (937) 904-4407 Email: karen.hunter@wpafb.af.mil VIII. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR ASSISTANCE INSTRUMENTS A. Support Contractors: Only Government employees will evaluate the white papers/proposals for selection. The AFRL Munitions Directorate has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: 1. Assembling and organizing information for R&D case files; 2. Accessing library files for use by government personnel; and 3. 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. B. Communication: Dialogue between prospective offerors and Government representatives is encouraged until submission of proposals. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. C. Debriefings: When requested, a debriefing will be provided. The debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content may vary to be consistent with the procedures that govern BAAs (FAR 35.016). D. Wide Area Work Flow Notice: Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests and Receiving Reports, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Effective 01 October 2006, the Department of Defense adopted Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), as the electronic format for submission of electronic payment requests. Any contract resulting from this announcement will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/. Note: WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCAA. E. Item Identification and Valuation: Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Aug 2008) which requires unique item identification and valuation of any deliverable item for which the government's unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the government's unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 policy for valuation, it is DoD policy that contractors shall be required to identify the government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. Therefore, your proposal must clearly break out the unit acquisition cost for any deliverable items. Per DFARS 211.274-3 policy for valuation, "the government's unit acquisition cost is the contractor's estimated fully burdened unit cost at time of delivery to the government for cost type or undefinitized line, subline, or exhibit line items" (per DoD, "fully burdened unit costs" to the government would include all direct, indirect, G&A costs, and an appropriate portion of fee). If you have questions regarding the unique item identification requirements, please contact the contracting point of contact listed above. For more information, see the following website: http://www.acq.osd.mil/dpap/sitemap.html. F. Forward Pricing Rate Agreements: If formal proposals are requested, offerors who have Forward Pricing Rate Agreements (FPRAs) should submit them with their proposals. G. Pre-Award Clearance : Pursuant to FAR 22.805, a pre-award clearance must be obtained from the U.S. Department Of Labor, Employment Standards Administration, Office Of Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National Preaward Registry http://www.dol-esa.gov/preaward. This registry indicates that the contractor has been found to be "in compliance" within the past 2 years with The Equal Employment Opportunity (EEO) regulations that the OFCCP is mandated to enforce. The registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added. Award may be delayed if you are not currently listed in the registry and the contracting officer must request a preaward clearance from the OFCCP. H. Excessive Pass-Through Charges: Any contract award resulting from this announcement may contain the clause at DFARS 252.215-7004, Excessive Pass-Through Charges, (May 2008) which requires the contractor to identify in its proposal the percentage of effort to be performed by the prime contractor and the percentage expected to be performed by each subcontractor. If the contractor intends to subcontract more than 70% of the total cost of work under the contract or task order, then it shall identify the amount of the contractor's indirect costs and profit applicable to the subcontract work, and a description of the value added by the contractor. If any subcontractor intends to subcontract to a lower tier subcontractor more than 70% of the total cost of its work, then it shall identify the amount of the subcontractor's indirect costs and profit applicable to the lower tier subcontract work, and a description of the value added by the subcontractor. I. Associate Contractor Agreements : Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for them to share information, data, technical knowledge, expertise, or resources. The contracting officer may require ACAs when contractors working on separate government contracts must cooperate, share resources or otherwise jointly participate in working on contracts or projects. Prime contractor to subcontractor relationships do not constitute ACAs. For each award, the contracting officer will identify associate contractors with whom agreements are required. J. Post-Award Small Business Program Rerepresentation : As prescribed in FAR 19.308, FAR Clause 52.219-28, Post-Award Small Business Program Rerepresentation (Apr 2009), is incorporated by reference in this solicitation. This clause will be contained in any contracts resulting from this solicitation. This clause requires a contractor to rerepresent its size status when certain conditions apply. The clause provides detail on when the rerepresentation must be complete and what the contractor must do when a rerepresentation is required. K. Enabling Clause : Any contract award resulting from this announcement may contain a special clause entitled "Enabling Clause between Prime Contractors and Service Contractors", in Section I when a prime contractor must agree to cooperate with a support contractor during the performance of this contract. L. Provisions of the Federal Acquisition Regulation may be accessed electronically at this address: http://farsite.hill.af.mil M. CCR Registration: Unless exempted by 2 CFR 25.110 all offerors must: (1) Be registered in the Central Contractor Registration (CCR) prior to submitting an application or proposal; (2) 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 (3) Provide its DUNS number in each application or proposal it submits to the agency. N. 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=2:1.1.1.4.1&idno=2#2:1.1.1.4.1.2.1.1 O. A Sample Evaluation Template is Provided Below. SAMPLE TECHNICAL EVALUATION FOR COMPETITIVE ACQUISITIONS BAA No: PROPOSAL CONTROL No: Type of Instrument Proposed: Category Ranking: Name of Offeror: Proposal Title: Name of Evaluator: Date of Evaluation: Office Symbol: Phone No: EVALUATION CRITERIA (AS DETAILED IN THE SYNOPSIS) 1. An integrated assessment of the proposed approach to include scientific and/or technical merits, and associated risks, the potential contributions of the effort to meet/fulfill Battlefield Air Operations Kit (Battlefield Airmen and Security Forces) mission requirements. Assess potential value to the government (technical promise) based on innovation (originality and feasibility), transitionability, and desirability to the warfighter. Exceeds the criteria (Address key technical aspects of the proposal which demonstrate why the proposal exceeds the criteria.) Meets the criteria (Address key technical aspects of the proposal which demonstrate why the proposal meets the criteria.) Does not meet the criteria (Address key technical aspects of the proposal which demonstrate why the proposal does not meet the criteria.) Strengths Weaknesses Assessed Risk: High _____ Moderate _____ Low _____ High: Likely to cause significant disruption of schedule, increase cost, or degradation of performance. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Can potentially cause some disruption of schedule, increase cost, or degradation of performance. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Has little potential to cause disruption of schedule, increase cost, or degradation of performance. Normal contractor effort and normal Government monitoring will probably be able to overcome difficulties. 2. The offeror's capabilities, related experience, facilities, techniques, or unique combinations of these that are integral factors for achieving the proposed objectives. Exceeds the criteria because (Address key technical aspects of the proposal which demonstrate why the proposal exceeds the criteria.) Meets the criteria (Address key technical aspects of the proposal which demonstrate why the proposal meets the criteria.) Does not meet the criteria because (Address key technical aspects of the proposal which demonstrate why the proposal does not meet the criteria.) Strengths Weaknesses Assessed Risk: High _____ Moderate _____ Low _____ High: No significant related experience. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Some related experience, but no experience directly associated with this technology. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Significant relevant experience directly associated with this technology. 3. The qualifications, capabilities, and experience of the proposed principal investigator, team leader, and other key personnel who are critical to achieving the proposed objectives. Exceeds the criteria because (Address key technical aspects of the proposal which demonstrate why the proposal exceeds the criteria.) Meets the criteria (Address key technical aspects of the proposal which demonstrate why the proposal meets the criteria.) Does not meet the criteria because (Address key technical aspects of the proposal which demonstrate why the proposal does not meet the criteria.) Strengths Weaknesses Assessed Risk: High _____ Moderate _____ Low _____ High: No significant qualifications, capabilities, and experience of key personnel. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Breadth of qualifications, capabilities, and experience of key personnel is lacking in technologies. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Key personnel possess qualifications and experience required and exhibit critical capabilities to perform this effort. 4. The reasonableness and realism of proposed costs and fees, if any, the proposed cost share by the offeror, if any, and the availability of funds (i.e., considering budgets and funding). (Check all that apply) The offeror's proposed: ___(1) quantity and mix of labor hours, ___(2) material, ___(3) subcontracting, ___(4) travel, and ___(5) any other direct costs, are appropriate and realistic for their proposed technical approach with the following exceptions, if any: Assessed Risk: High _____ Moderate _____ Low _____ High: Cost proposed, labor mix and number of hours does not reflect that the Contractor has a clear understanding of the effort required to achieve technical objectives. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Indicators exists that additional labor categories or hours may be required to complete the technical effort. Low: Cost proposed, labor mix and number of hours reflect that the Contractor has a clear understanding of the effort required to achieve technical objectives. 5. The extent to which the proposal supports government field testing when applicable. Assessed Risk: High _____ Moderate _____ Low _____ High: No significant demonstrated capability in providing support to government field testing. Risk may be unacceptable even with special contractor emphasis and close Government monitoring. Moderate: Some demonstrated capability in providing support to government field testing. Special contractor emphasis and close Government monitoring will probably be able to overcome difficulties. Low: Significant demonstrated capability in providing support to government field testing.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLERS/BAA-RWK-10-0003/listing.html)
 
Record
SN02730864-W 20120427/120425235439-35579f89a8c658201560bb346442b9c2 (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.