Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

A -- Command and Control of Proactive Defense (C2PD)

Notice Date
7/23/2014
 
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-14-12
 
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: Command and Control of Proactive Defense (C2PD) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA-RIK-14-12 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The goal of this program is to provide a Command and Control (C2) capability that orchestrates the dynamic employment of multiple Moving Target Defense (MTD) components, configurations, and services across the enterprise to assure mission success. Cyber agility techniques called moving target defenses offer a capability to assure the network and Air Force missions. By providing mobility to static network and computing resources within the enterprise, we create uncertainty for the attacker and can outmaneuver attacks to critical cyber infrastructure. However, without a command and control structure to plan, assess, and execute a coordinated defense, we may expose a larger attack surface to the network and increase the risk of cyber fratricide. A challenge associated with implementing MTDs on a network is that they manipulate the same resources that are currently supporting critical system functions associated with on-going missions, and depending on how they are implemented, may cause unacceptable resource contention. Another challenge associated with MTDs is that they must be modified or wrapped to integrate into an existing C2 framework. This program aims to understand resource contention associated with the use of MTDs in support of mission objectives and provide the ability to integrate the appropriate MTDs into an existing C2 framework. This will enable us to develop a command and control capability to provide decision-making support to assign, deploy and orchestrate multiple MTD technologies. C2PD has four main technical challenges enabling decision making capability targeted at orchestrating the dynamic employment of multiple moving-target defense components, configurations and services across the enterprise. The four challenges are: (1) Optimize static, dynamic, and MTDs based on mission priority, (2) De-conflict resource contention among competing MTDs and the missions they are protecting, (3) Measure effectiveness of deployed defenses on services and network, and (4) Reconstitute consistent state services. SPECIFIC FOCUS AREAS FOR 2015 MTD Characterization : In a given scenario, a set of MTDs is available to protect a network which is running a number of concurrent missions. It is desired to be able to select the MTD or combination of MTDs that are the best fit for that particular mission set. MTDs may be characterized in terms of resource requirements and quantified security. Selecting the best fit MTDs becomes a problem of matching missions with MTDs that best address the resource and security requirements of the mission. The research being solicited in this focus area concerns the characterization of MTDs in terms of measuring the resources consumed/degraded and the security gains provided by the MTDs. The end goal of this research is to develop a method leading to a capability that can characterize a wide range of existing or proposed MTDs. This capability shall output the resources consumed and degraded by the MTD, as well as the security gains provided. This output should account for localized gains/losses in addition to wide-area gains/losses. The security gains may be quantified in terms of confidentiality, integrity, and availability, or through other metrics. This research does not address mission mapping in terms of resource consumption and security requirements of the active missions. White papers for this topic will be due by: 29 AUG 14. Awards will range 9-24 months with dollar amounts up to $500,000. MTD Wrapping : The research being solicited in this focus area concerns the integration of MTDs into an existing C2 framework. Once integrated, MTDs can be deployed, monitored and controlled in the target environment through the C2 framework. To successfully interface with an existing C2 system, the MTDs must be wrapped to fit the framework's application program interface (API). This research shall produce a capability that can wrap evolving MTD techniques in a common API and integrate them into a software-agent architecture. Potential offerors should have knowledge of and access to existing C2 framework(s) to conduct the work. A survey of Moving Target Defenses can be provided so the offeror has candidate MTDs to consider. White papers for this topic will be due by: 29 AUG 14. Awards will range 9-24 months with dollar amounts up to $500,000. 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 15 - $1.9M; FY 16 - $2.4M; FY 17 - $2.8M; and FY 18 - $2.8M. Individual awards will not normally exceed 24 months with dollar amounts normally ranging from $100K to $1.0M per year. There is also the potential to make awards up to any dollar value. 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. 2. FORM. Awards of efforts as a result of this announcement will be in the form of contracts, grants, cooperative agreements or other transactions (OT); both OTs for prototype and research will be considered depending upon the nature of the work proposed. 3. BAA TYPE: This is a two-step open broad agency announcement. This announcement constitutes the only solicitation. As STEP ONE - We are only soliciting white papers at this time. DO NOT SUBMIT A FORMAL PROPOSAL. 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 regarding the proposal. III. ELIGIBILITY INFORMATION: 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 BAA number RIK-14-12 and BAA title. IV. APPLICATION AND SUBMISSION INFORMATION: All responses to this announcement must be addressed to the technical point of contact (POC) listed in SECTION VII. DO NOT send white papers to the Contracting Officer. 1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY14 - 29 Aug 2014 FY15 - 31 Jul 2015 FY16 - 29 Jul 2016 FY17 - 31 Jul 2017 FY18 -31 Jul 2018 White papers will be accepted until 2 PM Eastern time on 28 Sep 2018, but it is less likely that funding will be available in each respective fiscal year after the dates cited. This BAA will close on 28 Sep 2018. 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. CONTENT AND FORMAT: Offerors are required to submit 3 copies of a 3 to 5 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: a. 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); b. Section B : Task Objective; and c. Section C : Technical Summary and Proposed Deliverables. All white papers/proposals shall be double spaced with a font no smaller than 12 point. 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-# with their submission. 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). 3. HANDLING AND MAILING INSTRUCTIONS: a. CLASSIFICATION GUIDANCE. 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/. 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 b. CLASSIFIED SUBMISSIONS. AFRL/RISB 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. Offerors 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. c. MAILING INSTRUCTIONS. All responses, unclassified/classified, to this announcement must be sent U.S. Postal Service, registered mail and addressed to the technical POC identified in Section VII, and reference BAA-RIK-14-12. Electronic submission to the email address in Section VII for the technical POC will also be accepted. Encrypt or password-protect all proprietary information prior to sending. Offerors are responsible to confirm receipt with the technical POC listed in Section VII. AFRL is not responsible of undelivered documents. A hard copy mailing is required. Soft copy/emailing is optional. Questions can be directed to the technical POC listed in Section VII. 4. OTHER SUBMISSION REQUIREMENTS/CONSIDERATIONS: a. COST SHARING OR MATCHING: Cost sharing is not a requirement. b. 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. The provision at FAR 52.204-7, System for Award Management (Jul 2013) applies. c. EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT/ SUBRECIPIENT 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 which can be viewed at: 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 d. ALLOWABLE CHARGES: 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). 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 approach for the development and/or enhancement of the proposed technology, (2) Openness/Maturity of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, (3) Related Experience - The extent to which the offeror demonstrates relevant technology, domain knowledge and understanding of the problem, 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. ADEQUATE PRICE COMPETITION: 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. STEP TWO INFORMATION - REQUEST FOR PROPOSAL & AWARD: 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. 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. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a SECRET facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA. 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 white paper/proposal. 3. DATA RIGHTS: a. SBIR 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. b. NON-SBIR RIGHTS. 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. 5. SUPPLY CHAIN RISK: The provision at DFARS 252.239-7017, Notice of Supply Chain Risk (Nov 2013) applies. VII. AGENCY CONTACTS: All white paper and proposal submissions and any questions of a technical nature shall be directed to the cognizant technical POC as specified below (unless otherwise specified in the technical area): Terrance Stedman AFRL/RISB 525 Brooks Rd Rome, NY 13441 Telephone: (315) 330-2136 Email: terrance.stedman@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred): Gail Marsh Telephone (315) 330-7518 Email: gail.marsh@us.af.mil Emails 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 2014) 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 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-14-12/listing.html)
 
Record
SN03435995-W 20140725/140724000630-953226a5e02927e5dd39fbf083633083 (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.