Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 04, 2016 FBO #5490
MODIFICATION

A -- MULTI-SOURCE ANALYSIS (MSA)

Notice Date
12/2/2016
 
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/RIK - Rome, 26 Electronic Parkway, Rome, New York, 13441-4514, United States
 
ZIP Code
13441-4514
 
Solicitation Number
BAA-RIK-13-04
 
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
_________________________________________ AMENDMENT 4 to BAA RIK-13-04 The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) Section III.2: Eligibility Requirements have been updated to reflect new access restrictions for foreign nationals; (b) Section V.4: Added Paragraph 4 regarding FAPIIS review and access (c) Section VI.4: Revised Reporting requirements (d) Section VI.5: Added Paragraph 6 to highlight some of the new or revised contractual provisions (e) Section VII: Updated AFFARS Clause 5352.201-9101 Ombudsman to current version - Jun 2016 No other changes have been made. _________________________________________ NAICS CODE: 541712 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 TITLE: Multi-Source Analysis (MSA) ANNOUNCEMENT TYPE: Initial announcement FUNDING OPPORTUNITY NUMBER: BAA-RIK-13-04 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Air Force Research Laboratory is soliciting white p963369pers for various scientific studies, analytical tools, algorithm developments, projects, and experiments focused on developing Multi-Source, Activity-Based Analysis capabilities to provide the Air Force the means to better conduct Intelligence, Surveillance, and Reconnaissance (ISR). BACKGROUND: The Processing and Exploitation Core Technical Competencies (CTC) mission is to lead the discovery, development, and application of technology to enable the processing and exploitation of multi-source ISR data for commanders, decision makers, and intelligence analysts. The volume of sensor data produced is enormous and still growing rapidly; however the ability to process and exploit this data has not been able to keep pace with the sheer volume of data produced. The Multi-Source Analysis (MSA) sub-CTC, which is the intended target of this Funding Opportunity, focuses on the creation of force multipliers for the ISR operators/analysts by developing automated processes to identify, extract, analyze, correlate, and sort multi-source data in order to classify and identify activities, entities and entity-relation networks in the battlespace. It also supports analysts in developing/maintaining more comprehensive situational awareness on an area of responsibility, as well as expertise on a topic in which they specialize. Multi-source exploitation and analysis capabilities are needed to turn data into information for the analyst. The key aspect is to provide automated capabilities to help the analyst more efficiently develop target sets, answer time-sensitive requests for information and produce intelligence analysis reports. The Air Force Research Laboratory's Information Directorate (AFRL/RI) has an established test-bed facility that provides evaluation, assessment and demonstration of intelligence tools. The Automated Processing and Exploitation (APEX) Center provides a facility for algorithm development and evaluation, analytical studies, on-site and network distributed simulation exercises and demonstration of fusion technologies with real and simulated multiple source intelligence (multi-INT) data. Capabilities include scenario generation, and platform and sensor modeling. Simulators have been developed for various intelligence data types such as Ground Moving Target Indicator (GMTI) information, electronic signals intelligence (ELINT) and measurement and signature intelligence (MASINT). Highly developed multi-INT data fusion systems are available for application to the problem of ground target tracking against a variety of operational scenarios. Analytical tools that quantify established measures of performance (MOPs) are available for target tracking and other applications. In total the APEX Center helps to facilitate a broad range of intelligence capabilities, and fusion technology development. OBJECTIVE: The Information Directorate, Activity Based Analysis Branch, is soliciting white papers under this announcement for unique and innovative technologies to explore and develop network-centric, collaborative intelligence analysis capabilities that allows the fusion of multi-INT and data sources to enable accurate, shared, real-time intelligence products that locate and characterize entities, and tracks events, activities, and adversary networks. The key aspect is to provide automation capabilities for the analyst in the development of target sets and intelligence analysis reports. The three focus areas within MSA include: (1) Integrated Tracking, Analysis and Discovery (ITAD), (2) Multi-Source Information Extraction & Analysis, and (3) Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) Enterprise to the Edge (CETE). AFRL/RI intends to utilize the APEX Center capabilities to assist analytical studies, on-site and network distributed simulation exercises, and the processing of real-world, multi-INT data. The availability or use of Government Furnished Property/Government Furnished Equipment (GFP/GFE) will be determined on a contract-by-contract basis, but no GFP/GFE is anticipated at this time. Any GFP/GFE required by the offerors must be clearly identified in the submitted white paper. Descriptions of Key Focus Areas: 1. ITAD intends to enable the analyst's ability to collect, characterize and locate activities and transactions. This includes identifying and locating actors conducting the activities and transactions, the networks of these actors, the relationships between networks, and the development of patterns of life (spatial and temporal motion statistics). ITAD seeks to develop automated processing and exploitation capabilities for activity based detection, normalcy and wide-area motion statistics. There are two major areas under ITAD: Motion Exploitation (ME) and Activity-Based Intelligence (ABI). ME includes automatic tracking and activity detection. ABI includes patterns of life, motion-augmented link and network discovery, and activity characterization. The specific technology areas of interest under these areas include but are not limited to: Automatic Tracking is developing technology to perform continuous tracking of objects through the use of multi-intelligence feature and contextual data from similar and dissimilar domains. Performance must be optimized across sensor variations, target densities, real time/forensic operations, automatic/operator in the loop control, and operational scenarios. Activity Detection is developing automated techniques and tools to discover activity within the motion data (events, sequences, changes) to provide clues to analysts and for automated analysis. This spans individual activities (e.g. check point avoidance) through aggregate Area of Interest (AOI) -wide motion activities (e.g. traffic volume or full retreat). Wide Area Motion Statistics, characterizes and develops patterns of life in researching automated tools to exploit motion data including anomaly detection to characterize normalcy, finds origins and destinations, and relates statistical features to events. The Motion-Augmented Link and Network Discovery area develops algorithms to define and exploit multi-source networks representing adversary organizational structure and behavior. Activity Characterization is researching techniques to dynamically update the assessment of insurgent activity with the probable intent, phase of operation, location, timing and participants associated with observed or detected activities and events. This will characterize and assess detected activity by combining kinematic analysis with behavior analysis and social network analysis for enhanced and timely situational awareness (SA). AFRL/RI is soliciting innovative research white papers of interest to the Activity Based Analysis Branch for the specific technology areas listed above. Advancements are required to optimize performance, algorithm development, researching techniques and develop automatic techniques and tools. 2. Multi-Source Information Extraction & Analysis capabilities allow for the efficient and effective exploitation of information that is contained within large volumes of structured, unstructured and semi-structured textual data. These data sets are very challenging to exploit as they can include material from many different sources, languages, genres and domains of interest and can be so vast that the application of automated analysis and visualization tools is necessary to have a chance at achieving a comprehensive understanding of the content. Employing Multi-Source Information Extraction & Analysis capabilities greatly reduces the time it takes analysts to exploit these ever increasing volumes of textual data to produce reliable decision-making information. Addressing this textual data overload is a foundational component of the Secretary of Defense's "Data to Decisions" science and technology priority. The major areas within Multi-Source Information Extraction & Analysis include: (1) Entity, Event & Relationship (EER) Extraction; (2) Association & Resolution (A&R); and (3) Analysis & Visualization (A&V). EER addresses the extraction of entities, events and relationships from open source text, messages, reports, social media and structured databases such as transactions, communications, social relationships, sightings, and organizational structures. A&R deals with multi-source/document data association and resolution as well as consolidation and association of data across disparate information sources using techniques such as standardization, normalization and probabilistic reasoning techniques. A&V is developing algorithms for analysis and visualization of entities, events and relationships as they change over time. Parallelizable batch and real time graph analytic algorithms and heuristics to derive and maintain graph measures, graph matching and graph bundling to identify semantic and structural equivalences, and graph mining to discover new patterns of interest. The specific technology areas of interest under these areas include but are not limited to: EER Extraction: Data preparation (e.g. document zoning), smart filtering (e.g. document and corpus summarization), extraction of explicit and non-explicit entities, events, relationships and their attributes, within document entity and event co-reference, exploitation of idiosyncratic text types (e.g. micro text), sentiment analysis, domain customization and native foreign language exploitation. A&R: Cross source entity and event resolution, data source alignment, hard/soft fusion, and deception detection. A&V: Social network analysis, network analytics, pattern discovery, scalable algorithms, and novelty detection. AFRL/RI is soliciting innovative research white papers of interest to the Activity Based Analysis Branch for the technology areas listed above, and their effective application to meet operator/analyst needs. Advancements are required to increase the speed, scalability and accuracy of textual analysis; to provide a greater depth of understanding of textual content, effectively map and link multiple concepts and relationships to increase comprehension and coordinate the derived knowledge across multiple intelligence media. 3. The C4ISR Enterprise to the Edge (CETE) program seeks innovative revolutionary solutions for processing closer to the sensors to minimize the latency of exploitation products associated with very high density and high throughput airborne sensors offsetting severe communication constraints by significant onboard computing capabilities. A strategic approach should take advantage of mission context and location specific exploitation, semi-automated and assistive methods to multiply analyst effectiveness and/or autonomous and dynamically steerable decision making algorithms. Fast and efficient summarization, indexing, storage, management, and delivery methods based on high performance computing are critical to this vision. Distributed computing models applicable to concurrent coordinated sensing, summarization of dynamic events, through multiple independently moving sensor platforms is critical to develop the next generation of persistent surveillance across large hostile areas. Evasive presence and opportunistic reach-back communication, and associated onboard processing are among the options. Future platforms will combine multiple independently moving passive and coordinated risk-managed active sensing including: video, hyperspectral, passive-radar, and quasi-passive multistatic synthetic aperture imaging, and must robustly address operations within a denied environment (Anti-Access/Area Denial (A2/AD)) through stand-off surveillance and autonomous operations, taking advantage of dynamic awareness derived from other sources (SIGINT). A combined advantage of sensor-persistence, on-board storage, on-board computing, and intelligent exploitation algorithms will offer a wide range of solutions to effectively meet the mission requirements. Major areas under CETE include Context-Based Exploitation Architecture Designs (CBEAD), Information Management (IM), adaptive methods of latency minimization, Content-Based Image Retrieval (CBIR), Mapping of Key Algorithms on versatile architecture (MoKA) to deliver "code-once and run anywhere" capabilities. The CBEAD area will focus on context specific exploitation algorithms including intelligent ways of estimating resource requirements impacting onboard realization of such exploitation algorithms. MoKA area will focus on developing approaches to map algorithms to on board processors of varied computational resources. The objective is to ensure that the algorithms can be effectively implemented on-board a platform within size, weight, and power (SWaP) restrictions. Furthermore, the developed solutions are required to meet the data storage requirements, and utilize computing methods to exploit both long-duration persistent data, and short-duration tactical data, while smartly adapting the computational effort to the required throughput. The IM area is to ensure that the algorithms utilize big data solutions (e.g. Multidimensional Integrated Ontology (MDIO) and Managed Information Object (MIO)) that balance expressiveness with resource limitations. The IM effort will insure that the information produced by CETE can be effectively distributed across multisensory and multimodal assets, intelligently leverage database solutions and quickly disseminate products to a broad user community. The CBIR area is focused on developing exploitation algorithms that can detect, track, and identify targets of interest, monitor regions of interest, measure patterns of life, etc. from standoff-sensors. The intent is for the algorithm to be agnostic to the platform and sensor specifics and to produce low-bandwidth products that can be efficiently disseminated in real time to a broad user community. Method designs should push processing closer to the sensor to eliminate communication latency constraints, improve salient content, and enable robust mission solutions. AFRL/RI is soliciting innovative research white papers of interest to the Activity Based Analysis Branch for the specific technology areas listed above and will span various maturity levels. Advancements are required to increase the speed of image-based analysis, provide a greater depth of understanding of image-based content, effectively map and link multiple concepts and relationships to increase comprehension and coordinate the derived knowledge across multiple intelligence media. Solutions proposed for the above three areas will undergo testing, evaluation, integration, and verification in the APEX Center. The facility may be used to perform analysis for all efforts proposed under this BAA. The overall mission is to understand, measure, and advance the state of technology in the fusion of information. Offerors should consider any potential advancements that may be required for the APEX Center to support this BAA's 3 focus areas. If specialized modeling and simulation, scenarios for testing, analytical tools, algorithm developments, or new evolving metrics and evaluation standards are required in order for the Government to perform tasks within the APEX Center, include that information within the white paper. 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 14 - $10M FY 15 - $10M FY 16 - $10M FY17 - $10M FY18 - $9.9M Individual awards will not normally exceed 42 months with dollar amounts normally ranging between $150K and $1.5M 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. ELIGIBILITY: All qualified offerors who meet the requirements of this BAA may apply. 2. FOREIGN PARTICIPATION/ACCESS: a. This BAA is closed to foreign participation at the Prime Contractor level. b. Foreign Ownership, Control or Influence (FOCI) companies who have mitigated FOCI may inquire as to eligibility by contacting the contracting office focal point, Gail E. Marsh, Contracting Officer, telephone (315) 330-7518 or e-mail Gail.Marsh@us.af.mil for verification prior to submitting a white paper. Please reference BAA RIK-13-04. c. Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on this contract must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card ("Green Card") does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). If an IT network/system does not require AFRL to endorse a contractor's application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires a U.S. Government sponsor to endorse the application in order for access to the IT network/system, AFRL will only endorse the following types of applications, consistent with the requirements above: 1. Contractor employees who are U.S. citizens performing work under this contract. 2. Contractor employees who are non-U.S. citizens and who have been granted a waiver. Any additional access restrictions established by the IT network/system owner apply. 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 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 5. GOVERNMENT APPROVED ACCOUNTING SYSTEM: An offeror must have an government approved accounting system prior to award of a cost-reimbursement contract per limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining costs applicable to the contract. The acceptability of an accounting system is determined based upon an audit performed by the Defense Contract Audit Agency (DCAA). IMPORTANT: If you do not have a DCAA approved accounting system access the following link for instructions: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab= core&_cview=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," Mar 2015, and Proposal Preparation Instructions, Dec 2014, may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab= core&_cview=1 2. CONTENT AND FORM OF SUBMISSION: Offerors are required to submit three copies of a 3 to 10 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-13-04 with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph seven of this section. The offeror must identify which focus area their white paper addresses upfront. 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 by 15 Dec 2013 FY 15 by 1 Mar 2015 FY 16 by 1 Mar 2016 FY 17 by 1 Mar 2017 FY 18 by 1 Mar 2018 White papers will be accepted until 2pm Eastern Time on 28 Sept 2018 but it is less likely that funding will be available in each respective fiscal year after the dates cited. FORMAL PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. This BAA will close on 28 Sept 2018 at 2pm Eastern 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/RIEA will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the proposer believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. After reviewing incoming proposals, if a determination is made that contract award may result in access to classified information; a DD Form 254 will be issued upon contract award. Proposers 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 Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 and incorporating Change I, dated March 28, 2013, 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 must be sent via U.S. Postal Service, registered mail and addressed to AFRL/RIEA, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK-13-04. Electronic submission is NOT authorized. Questions can be directed to the cognizant technical POC: Adnan Bubalo 315-330-2991 Email: adnan.bubalo@us.af.mil CLASSIFIED SUBMISSIONS MUST BE SENT TO AFRL/RIEA 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 and addressed to AFRL/RIEA, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK-13-04. For proposals of higher classification levels or for alternate submission mechanisms please contact the cognizant technical POC listed above. When mailing, ensure the response is appropriately marked, sealed, and mailed in accordance with the classified material handling procedures. 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): Vincent Guza 315-330-4048 0730-1630 Monday-Friday 315-330-2961 Evenings and Weekends Email: vincent.guza@us.af.mil DO NOT contact the IPO with technical questions, his role is to handle only security breaches. V. APPLICATION REVIEW INFORMATION : 1. CRITERIA: Proposals will be evaluated through a peer or scientific review process using the following criteria, in which criteria (1) through (3) are of equal importance and criteria (4) is of lesser importance than criteria (1) through (3), 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 including technical feasibility, degree of innovation, understanding of the technical and operational approach for evaluation 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, the ability to share and change software, and the appropriate technology relative maturity (e.g., accuracy, timeliness, confidence, throughput, reliability, and robustness); The potential for AFRL to transition the research and development deliverables to future Government needs. Any proposed restriction on technical data or computer software will be considered. (4) Reasonableness and realism of proposed costs and fees (if any). No further evaluation criteria will be used in selecting white papers/proposals. 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, 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: (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 with a common cutoff date for 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. 4. FEDERAL AWARDEE PERFORMANCE AND INTEGRITY INFORMATION SYSTEM (FAPIIS) PUBLIC ACCESS: The Government is required to review and consider any information about the applicant that is in the FAPIIS before making any award in excess of the simplified acquisition threshold (currently $150,000) over the period of performance. An applicant may review and comment on any information about itself that a federal awarding agency previously entered. The Government will consider any comments by the applicant, in addition to other information in FAPIIS in making a judgment about the applicant's integrity, business ethics, and record of performance under federal awards when completing the review of risk posed by applicants as described in 2 CFR § 200.205 Federal Awarding Agency Review of Risk Posed by Applicants and per FAR 9.104-6 FAPIIS. 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 white paper/proposal submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a Top Secret facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to Top Secret information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility such as the AFRL Rome Research Site APEX Center located in the Corporate Collateral 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. 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: a. Contract Applicable: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process for the reports. b. FAPIIS Applicable: As required by 2 CFR 200 Appendix XII of the Uniform Guidance and FAR 9.104-6, non-federal entities (NFEs) are required to disclose in FAPIIS any information about criminal, civil, and administrative proceedings, and/or affirm that there is no new information to provide. This applies to NFEs that receive federal awards (currently active grants, cooperative agreements, and procurement contracts) greater than $10,000,000 for any period of time during the period of performance of an award/project. 5. NOTICE: The following provisions* apply: (a) FAR 52.209-07, Information Regarding Responsibility Matters (b) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law (c) DFARS 252.203-7996, Prohibition on Contracting with Entities that Requirement Certain Internal Confidentiality Agreements-Representation (d) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls (e) DFARS 252.239-7017, Notice of Supply Chain Risk * Please note that the current versions or deviations of the related clauses will be included in any resulting contract. 6. GRANT AWARDS ONLY : For efforts proposed as grant awards, offerors must provide an abstract in their proposal (not to exceed one page) that is publicly releasable and that describes - in terms the public may understand - the project or program supported by the grant. If the proposal is selected for award, the DoD will publically post the abstract to comply with Section 8123 of the Department of Defense Appropriations Act, 2015 (Pub. L. 113-235). VII. AGENCY CONTACTS : Questions of a technical nature shall be directed to the cognizant technical points of contact, as specified below: ITAD focus area & APEX Center : Adnan Bubalo Brian O'Hern Telephone: 315-330-2991 Telephone: 315-330-3995 Email: adnan.bubalo@us.af.mil Email: brian.ohern@us.af.mil Multi-Source Information Extraction & Analysis focus area : Edward DePalma Telephone: 315-330-3069 Email: edward.depalma@us.af.mil CETE focus area: David Ferris Telephone: 315-330-4408 Email: david.ferris.3@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (emails are preferred): Gail 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 (Jun 2016) 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-13-04/listing.html)
 
Record
SN04342035-W 20161204/161202234425-4b40a1c61babfe281a599932bbd7f766 (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.