Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 06, 2012 FBO #3816
SOLICITATION NOTICE

A -- Multi-INT Exploitation and Correlation

Notice Date
5/4/2012
 
Notice Type
Presolicitation
 
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-RIK-12-04
 
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
ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA-RIK-12-04 CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The overall technical objectives of this BAA are to develop innovative, disruptive technologies and methods for the automatic and dynamic cueing and collection of intelligence for situational awareness and assessment, with an emphasis on Machine-to- Machine (M2M) capabilities. Technologies, such as artificial intelligence, ontological reasoning, and knowledge-based processing will be used to: (1) Automate the exploitation of collected, processed, and stored information in support of Intelligence, Surveillance and Reconnaissance (ISR) within air, space and cyberspace for on-going US missions; (2) Enhance the US exploitation system efficiency, to include multi-platform collections, multi-intelligence correlation, and resource optimization and management; (3) Dynamically characterize and correlate raw sensor data from existing multi-source, multi-platform, real-time collection systems; and (4) Automate knowledge-based exploitation for Effects-Based Operations (EBO) through assessment, cueing, electronic attack, and battle damage assessment, as a means to achieve mission objectives. These capabilities will enable both automated and "man-on-the-loop" (MoTL) concepts to address the increased volume of data and the increased time criticality of analysis - both of which are necessary to support dynamic exploitation and real-time EBO. The general focus areas of this BAA are to: (1) Dynamically characterize and correlate data sources on existing multi-source, multi-platform, real-time collection systems; (2) Enhance collection system efficiency to include multi-platform collection for dynamic exploitation; (3) Automate knowledge-based assessments to cue sensors and recommend opportunities to achieve mission objectives; and (4) Automate exploitation of collected, processed, and stored information in support of ISR and Information Operations for current and future US missions. Some of the particular issues related to these specific focus areas include, but are not limited to, the following: (a) Target specific characteristics for identification/correlation. Battlefield management depends heavily on multi-intelligence assets to provide current threat analysis for successful deployment of war-fighting resources. One area that supports this analysis is target specific operating characterization and equipment/unit correlation, which is normally a "brute-force/labor intensive" effort; (b) Automated collection, signal ID, and first/second/third order level processing. Dense, hard-to-get, advanced modulated, and Low Probability of Intercept (LPI) signals, as well as movements and hidden assets, dictate the need for automated, dynamic collection using both on-board and off-board assets. Multi-Intelligence (Multi-INT) ‘fingerprinting' techniques should continue to be investigated as a means of supporting identification and automated tracking efforts; (c) Related enabling engineering constructs and architectures to enable advanced exploitation. For example, the Semantic Service Oriented Architecture (SSOA) construct contextualizes the dynamic knowledge available, thereby enabling dynamic discovery of new services as they become available and providing resources for enabling semantic descriptions of those services. SSOAs enable knowledge acquisition and management over disparate architectures without a priori schema information. Semantic SOA development will provide a flexible way to quickly integrate novel services using an intelligent matching process. Approaches are sought which will allow heterogeneous services to seamlessly interoperate and which may include the use of data mediation/intermediary translation services such as data transformation, aggregation, service orchestration and adaptation. A standards based design approach will be used, and as appropriate, will be compliant with all International Standards and with the Net-Centric; (d) Management software aboard platforms and systems which specifically address exploitation mission objectives. Given current levels of activity, operational requirements, hostile environments, and resources being heavily tasked, collection systems will need to be developed for embedding on advanced collection platforms, such as Unmanned Aerial Vehicles (UAVs). Resident management software processing systems will need to accomplish the automated, dynamic collection of intelligence information as well as auto-collaborating with other sensors in order to share information and to derive knowledge; (e) Advanced knowledge-based processing for exploitation. Timely and accurate decision support to the warfighter requires innovative knowledge-based processing for sensor management, emitter and entity identification, and multi-intelligence cross-cueing, to include, but not limited to, techniques for automated knowledge acquisition and knowledge modeling, real-time inferencing, and real-time operating system; (f) Network-centric collection management, data/information exchange and correlation. Networked Signals Intelligence (SIGINT) sensors extend the sensor virtual collection space, thus significantly enhancing the potential to collect difficult and hard-to-collect intelligence. Therefore, network centric collection management should be investigated to include, but not be limited to, multi-platform signal correlation and Multi-INT sensor cueing; (g) Technologies and capabilities to more fully leverage Motion Imagery (MI) information, to include, but not limited to: object tracking of both stationary and moving targets (robust enough to handle objects being obscured or leaving and returning into the sensors field of view), cross cueing capabilities across heterogeneous collections of sensors and platforms, visualization capabilities to display multiple intelligence data sources in a common geospatial reference, deriving accurate geo-positioning information, automated event cueing to alert on specified activities or configurations, and integration of automated MI or Full Motion Video (FMV) analysis with automated analysis of other intelligence inputs; (h) Technologies and capabilities for the acquisition and storage of Human Intelligence (HUMINT) information. HUMINT provides for up-close human based observation, and is often the first and last data source for evidence collection related to an event. Although this source can be very subjective, it can also be very productive and often times the only method by which the true effects of an action can be evaluated. It is critical to examine methods of representing and storing HUMINT data without compromising the sources; (i) Advanced Digital Signal Processing (DSP) techniques for use in a network-centric exploitation environment. This will include new algorithms, techniques and methods for meeting the future needs in the areas of Electronic Intelligence (ELINT), Communications Intelligence (COMINT), Audio Processing, Special Signals, Measurement and Signature Intelligence (MASINT), Steganographic Intelligence (STEGINT) and Imagery Intelligence (IMINT), as well as any combination of these. Consideration should be given to "surgical" exploitation techniques for reducing data and processing requirements through intelligent collection; (j) Execution of field testing for innovative MASINT technologies. The development of advanced algorithms which reduce the overall sensor intake, more intelligently process the data among the available resources/nodes, and addresses security, bandwidth, and load-balancing throughout the overall system will be given consideration. FY12 SPECIFIC FOCUS AREA: ELINT The scope of the ELINT focus areas should include, but are not limited to the following: (1) Target characteristic identification/correlation; (2) Automated collection, signal ID sorting and first level processing; (3) Enhanced digital ELINT processing/analysis technology at both the Operational/Tactical and Scientific and Technical Intelligence (S&TI) levels; (4) Software aboard UAV platforms which specifically address SIGINT objectives; (5) Advanced knowledge-based processing; and (6) Multi-sensor/multi-processor collection management. FY12 SPECIFIC FOCUS AREA: MASINT The scope of the MASINT focus areas should include, but are not limited to the following: (1) Execute field testing of innovative MASINT technologies which includes planning, preparation, and conducting tests; (2) Prepare test plans, coordinate with test site personnel, analyze and document test results; (3) Acquire, transport, deploy, and operate all equipment required for the field demonstrations, including measurement equipment and ground truth sources; (4) Assist in obtaining any necessary frequency authorization for the field demonstration and measure any necessary ground truth and environment data. Testing can include collection and exploitation technologies across the broad spectrum of MASINT disciplines including electro-optical, laser, infrared, spectroscopy, radar, materials identification, radio frequency (ultra wideband, electromagnetic pulse, high power microwave, unintended RF emissions), seismic, magnetic, acoustic, and hydroacoustic. FOR THE ABOVE TWO FY12 FOCUS AREAS ONLY, THE FOLLOWING DUE DATES APPLY: First Step : WHITE PAPER DUE DATE AND TIME : White Papers will be accepted on or before 4:00 PM Eastern Standard Time, 05 Jun 2012. Late white paper submissions will not be accepted after this due date. See Section IV for additional information. Only white papers are due at this time. Full proposals will be requested by the Government from those Offerors selected in the white paper evaluation process. Second Step : PROPOSAL DUE DATE AND TIME : Proposals will be accepted on or before 4:00 PM Eastern Standard Time, 09 Jul 2012. NOTE: White Papers/Proposals received after the due date and time stated in the FY12 Focus Areas of this BAA shall be governed by the provisions of FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and white papers/proposals received after the above stated date and time as a result of security delays will be considered "late." Furthermore, note that if Offerors utilize commercial carriers for delivery of white papers/proposals, they may not honor time-of-day delivery guarantees on military installations. Early white paper submission is encouraged. II. AWARD INFORMATION: Total funding for this BAA is approximately $49.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 12 - $4.0M; FY 13 - $9.3M; FY14 - $12.9M; FY15 - $11.6M; and FY16 - $12.1M. Individual awards will not normally exceed 36 months with dollar amounts ranging from between $100K to $5M per fiscal 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, and 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-RIK-12-04. 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 and Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, and an e-mail address and reference BAA-RIK-12-04 with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph seven 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 12 should be submitted by 05 Jun 2012; FY 13 by 01 Nov 2012; FY 14 by 01 Nov 2013; FY 15 by 01 Nov 2014; and FY 16 by 01 Nov 2015. White papers will be accepted until 2:00 p.m. Eastern time on 30 Sep 2016, 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. The closing date for this BAA is 30 Sep 2016. 4. FUNDING RESTRICTIONS: The cost of preparing white papers/proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY are regulated by the DoD Grant and Agreements Regulations (DODGARS). 5. CLASSIFICATION GUIDANCE FOR WHITE PAPER SUBMISSIONS: AFRL/RIGC 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. Awards may be classified up to and including Top Secret/SCI. Proposers that intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. 6. All proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105. Defense Security Service (DSS) Site for the NISPOM is: http://www.dss.mil/isp/odaa/documents/nispom2006-5220.pdf 7. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All responses, unclassified/classified, to this announcement must be sent U.S. Postal Service, registered mail and addressed to AFRL/RIEG, 525 Brooks Road, Rome, NY 13441-4505, and reference BAA-RIK-12-04. Electronic submission is NOT authorized. Questions can be directed to the cognizant technical POC, Dr. Daniel Stevens, Daniel.Stevens@rl.af.mil, 315-330-2416. V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: White papers and proposals will be evaluated through a peer or scientific review process using the following criteria, which are listed in descending order of importance, and 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 demonstrates the detailed approach, development, and testing of the proposed new technology to achieve relevant new capabilities and enhancements, (2) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, (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, and (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 proposal submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a Confidential, SECRET, TOP SECRET or TS/SCI facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET, TOP SECRET or TS/SCI information at the time of award. The offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. This acquisition may involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Information Service (DLIS) at http://www.dlis.dla.mil/jcp/ and have a legitimate business purpose may participate in this solicitation. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at the DLA Logistics Information Service, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084, and telephone number 1-800-352-3572. You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your Proposal. 3. REPORTING: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Technical POC: Dr. Daniel Stevens Telephone: (315) 330-2416 Email: Daniel.Stevens@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 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) 656-7321; 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-RIK-12-04/listing.html)
 
Record
SN02739885-W 20120506/120504235550-2e772c58b5324a5885f8f0e4106b4086 (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.