Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2013 FBO #4394
SOLICITATION NOTICE

A -- FULL SPECTRUM TARGETING (FST)

Notice Date
12/3/2013
 
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/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
BAA-RIK-14-01
 
Point of Contact
Gail E. Marsh, Phone: 315-330-7518
 
E-Mail Address
Gail.Marsh@us.af.mil
(Gail.Marsh@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NAICS CODE: 541712 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: Full Spectrum Targeting (FST) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA-RIK-14-01 CFDA Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: Air Force Research Laboratory Information Directorate (AFRL/RI) is soliciting white papers pertaining to the research, development, prototyping, integration, test and demonstration of innovative technologies, tools and practices to advance the future of the Air Force's targeting capabilities. The synergetic integration of kinetic and non-kinetic targeting across a distributed targeting enterprise will support a unified and continuous approach to analyzing a full spectrum of targets and spheres of influence (Air, Space Cyber and Social-Economic). Target Development, Analysis, and Assessment is the primary focus area for this BAA The Joint Targeting Cycle is the process that is used consistently across organizations that perform targeting-related tasks. This process consists of six phases: (1) End State/Commander's Objectives; (2) Target Development & Prioritization; (3) Capabilities Analysis; (4) Commander's Decision and Force Assignment; (5) Mission Planning & Force Execution; and (6) Assessment. The targeting enterprise lacks efficient workflow and data hand-offs, causing lost time, redundancy of effort, and lesser quality products and effects across air, space, & cyberspace. The major processes and products relevant to target intelligence production include: Target Systems Analysis (TSA), Intermediate/Advanced Target Development (I/ATD) (Encompassing imagery preparation, target description and significance, Precise Point Mensuration (PPM), and weaponeering), Collateral Damage Estimation (CDE), Electronic Target Folder (ETF), Target Lists (TL) and Battle Damage Assessment (BDA). Development of portions or all of these intelligence products, specifically TSA, I/ATD, CDE, and BDA, are not automated and required considerable resources (time and labor) to produce. Due to the lengthy, disjointed workflow, lack of an automated production process, and limited analytical tools, these processes and accompanying products are also pre-disposed to high error rates and low production capacity. Additionally, a significant deficiency in the current Joint Targeting Cycle is the absence of non-kinetic data in the targeting products throughout. In order to synergize planning and effects across a multi-domain environment, it's essential for FST to include the full range of Cyber, Space, Directed Energy, Electronic Warfare (EW), and influence operations (e.g. Psychological Operation (PSYOPS)/ Military Information Support Operations (MISO)) data into a universal targeting workflow. We seek new technologies and tools that automate and track the targeting process and workflows, improve the targeting workflow timeline, increase production capacity, enhance product quality, and incorporate Non-Kinetic data into the workflow and products. Continuous Targeting Processes : The objective in this area is to research and develop technologies that will automate the targeting workflow processing order to reduce the time and levels of effort required by targeteers to produce targeting products, increase quality and support the globally distributed production of targeting products. Challenges include but not limited to: • Manage targeting resources (people, data, networks, applications, tasking) across the global targeting enterprise • Monitor global workflow status scalable from macro steps/phases of the workflow down to individual tasks and to include metrics data to support continuous process improvement • Allow for high priority tasks to supersede lesser tasks in workflow Target Data Management : The objective of this topic is to explore, identify, and prototype innovative technologies allowing for improved data (to include Kinetic and Non-Kinetic) collection, availability, access, distribution, and quality. The goal is to help targeteers gather, assimilate, and vet relevant targeting information required to build and disseminate targeting products. Challenges include but not limited to: • Global access and distribution of all requisite targeting data/products in formats that are both human and machine readable o Store all relevant targeting data, finished products and raw data and make data available to other users in the workflow process as soon as possible/available • Visualize and produce targeting products amenable for integration into documents or briefings (MS Office, Adobe, etc.) • Automatically search, retrieve, and populate data entry fields in specific targeting products as soon as possible/available • Automatically request and collect pre and post-mission Intelligence Surveillance Reconnaissance (ISR) sensor data (Kinetic and Non-Kinetic) relating to specific targeting products as soon as possible/available • Improved linking of the overall campaign strategy to individual targeting tasks Intelligence Assessment (IA): The objective in this area is to develop new technologies and prototypes that identify, combine, formulate and communicate target-related feedback and intelligence information enabling targeteers, planners and commanders a view of the success of ongoing operations from the tactical to the operational and strategic levels. Challenges include but not limited to: • Cohesive assessments and decision support to measure success or failure to achieve the desired effect against individual targets and to facilitate comprehension of the total damage to entire target sets and systems • Timely determination of the campaign plan success (planned objectives versus actual results) achieved by the overall operation as measured over all friendly action against the adversary • The application of Kinetic and Non-Kinetic weaponeering solutions will require the development of innovative Multi-INT information fusion algorithms to support BDA • Investigate and recommend a Cognitive Workflow Process for the production of BDA products • Automated restrike recommendations based on unsuccessful targeting effects Additional technical information is available and may be obtained by contacting the technical point of contact listed in Section VII. The data contained within the read library is subject to export control restrictions. Prior to mailing read library documentation, respondents must submit a copy of an approved DD Form 2345, Militarily Critical Technical Data Agreement, which may be obtained at http://www.dlis.dla.mil/default.asp, along with a letter from the Data Custodian designated on that form authorizing access to whomever will be reviewing the documentation. This information must be provided to technical point of contact listed in Section VII at the following address: Air Force Research Laboratory/RIEBB, 525 Brooks Road, Rome, New York 13441-4505 or via fax to his attention at (315) 330-3913. II. AWARD INFORMATION: Total funding for this BAA is approximately $9.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 14 - $2.12M; FY 15 - $2.89M; FY 16 - $2.73M; and FY17 - $2.16M. Individual awards will not normally exceed 24 months with dollar amounts normally ranging between $100K to $500K 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. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE APPLICANTS: All qualified offerors who meet the requirements of this BAA may apply. 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, Gail E. Marsh, Contracting Officer, telephone (315) 330-7518 or e-mail gail.marsh@us.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA-RIK-14-01. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. SYSTEM FOR AWARD MANAGEMENT (SAM). Offerors must be registered in the SAM database to receive a contract award, and remain registered during performance and through final payment of any contract or agreement. Processing time for registration in SAM, which normally takes forty-eight hours, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration before submitting a proposal. 4. EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACTOR/SUB-RECIPIENT: 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 "Broad Agency Announcement (BAA): Guide for Industry," May 2012, may be accessed at: https://www.fbo.gov/index? s=opportunity&mode=form&id=e68f832abb3a7341bb7328547c0e19c0&tab =core&_cview=0 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit 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 RIK-14-01 with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in Section VII 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 14 should be submitted by 15 Jan 2014; FY 15 by 1 May 2014; FY 16 by 1 May 2015; and FY 17 by 1 May 2016. White papers will be accepted until the BAA closing date at 2 pm Eastern time on 29 Sept 2017, but it is less likely that funding will be available in each respective fiscal year after the dates cited. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. 4. FUNDING RESTRICTIONS: The cost of preparing white papers/proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY are regulated by the DoD Grant and Agreements Regulations (DODGARS). 5. CLASSIFICATION GUIDANCE FOR WHITE PAPER SUBMISSIONS: AFRL/RIEBB 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 offeror 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. Offerors who intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. 6. All offerors 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. 7. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. All unclassified responses to this announcement will be sent via U.S. Postal Service registered mail and addressed to AFRL/RIEBB 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK #14-01. 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/RIEBB 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-RIK-14-01 AFRL/RIED 525 Brooks Road Rome NY 13441-4505 In the event of a possible or actual compromise of classified information in the submission of your white paper or proposal, immediately but no later than 24 hours, bring this to the attention of your cognizant security authority and AFRL Rome Research Site Information Protection Office (IPO): Bob Kane 315-330-2324 0730-1630 Monday-Friday 315-330-2961 Evenings and Weekends Email: Robert.Kane.7@us.af.mil V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in descending order of importance, will be used to determine whether white papers and proposals submitted are consistent with the intent of this BAA and of interest to the Government: (1) Overall Scientific and Technical Merit - The extent to which the offeror's approach demonstrates overall scientific and technical merit for the development and/or enhancement of the technology; (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. 3. The Government may simultaneously evaluate proposals received under this BAA from multiple offerors. In this case, the Government may make award based on adequate price competition, and offerors must be aware that there is a possibility of non-selection due to a proposal of similar but higher-priced technical approach as compared to another offeror. VI. AWARD ADMINISTRATION INFORMATION: 1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: CLASSIFIED SUBMISSIONS: AFRL/RIEBB 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 offeror 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. Offerors 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 facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. 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, 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. Data Rights: The potential for inclusion of Small Business Innovation Research (SBIR) or data rights other than unlimited on awards is recognized. In accordance with (IAW) the Small Business Administration (SBA) SBIR Policy Directive, Section 8(b), SBIR data rights clauses are non-negotiable and must not be the subject of negotiations pertaining to an award, or diminished or removed during award administration. Issuance of an award will not be made conditional based on forfeit of data rights. If the SBIR awardee wishes to transfer its SBIR data rights to the Air Force or to a third party, it must do so in writing under a separate agreement. A decision by the awardee to relinquish, transfer, or modify in any way its SBIR data rights must be made without pressure or coercion by the agency or any other party. Non-SBIR data rights less than unlimited will be evaluated and negotiated on a case-by-case basis. Government Purpose Rights are anticipated for data developed with DoD-reimbursed Independent Research and Development (IR&D) funding. 4. REPORTING: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process for the reports. VII. AGENCY CONTACTS: Questions of a technical nature shall be directed to the cognizant technical point of contact, as specified below: Capt. Michael Heiner Telephone: (315) 330-2520 Email: michael.heiner.1@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Gail E. Marsh Telephone (315) 330-7518 Email: gail.marsh@us.af.mil The email must reference the solicitation (BAA) number and title of the acquisition. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Apr 2010) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: 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 Email: barbara.gehrs@us.af.mil 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-14-01/listing.html)
 
Record
SN03244543-W 20131205/131203234209-d26c1974f995805f437a2197998e9bfe (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.