Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

18 -- CALL 007 BAA-RVKV-2014-0001 FY 19 NEM - Solicitation 2

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFRL/RVKV - Kirtland AFB, 3550 Aberdeen Ave SE, Kirtland AFB, New Mexico, 87117, United States
 
ZIP Code
87117
 
Solicitation Number
BAA-RVKV-2014-0001
 
Point of Contact
Francis M. Eggert, Phone: 5058467603, Travis K. Sartele, Phone: 505-846-0938
 
E-Mail Address
Francis.Eggert@us.af.mil, Travis.Sartele.1@us.af.mil
(Francis.Eggert@us.af.mil, Travis.Sartele.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
CALL 007 Atch 9 - Proposal Adequacy Checklist dtd 11 July 18 CALL 007 Atch 8 - FULL TEXT BAA-RVKV-2014-0001 dated 14 June 18 CALL 007 Atch 7 - AFRL Supplemental SOW dtd 2 July 18 CALL 007 Atch 6 AMRDEC Instructions for NEM Prgm CALL 007 Atch 5 Reps and Certs NEM Prgam CALL 007 Atch 4 - CDRLs NEM Prgm dtd 13 June 18 CALL 007 Atch 3 - Cost Proposal Instructions dtd 19 Oct 16 CALL 007 Atch 2 - Data Assertions Provision dtd 11 July 18 CALL 007 Atch 1 - Cover Document Items NEM Prgm CALL 007 Announcement NEM Prgm dtd 11 July 18 CALL 007 Announcement for NEM Program FY19 - Proposals due: 29 Aug 18 BROAD AGENCY ANNOUNCEMENT BAA-RVKV-2014-0001 Air Force Research Laboratory/Space Vehicles Directorate PROPOSAL CALL 007 ANNOUNCEMENT TO BAA-RVKV-2014-0001 BROAD AGENCY ANNOUNCEMENT TITLE: AFRL Space Vehicles Directorate, Battlespace Environment Surveillance Innovation Branch Research Interests - Kirtland (NAICS: 541715) BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-RVKV-2014-0001 PROPOSAL CALL ANNOUNCEMENT (CALL) TITLE: Topic area 4, Nuclear Explosion Monitoring PROPOSAL CALL ANNOUNCEMENT (CALL) NUMBER: 007 (See Full Text Announcement BAA-RVKV-2014-0001 posted 13 May 2014 and updated 14 June 18) TECHNICAL POINT OF CONTACT: The technical point of contact for this CALL is Dr. Raymond Willemann, AFRL/RVBYE, Kirtland AFB, NM, Phone: 505-853-4333, Email: raymond.willemann@us.af.mil. CONTRACTING POINTS OF CONTACT FOR THIS CALL: The contracting points of contact for this CALL are: Contract Specialist: Travis K. Sartele, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone 505-846-0938, Email: travis.sartele.1@us.af.mil or Contracting Officer: Mr. Frank Eggert, Det 8 AFRL/RVKVB, Kirtland AFB, NM, Phone 505-846-7603, Email: francis.eggert@us.af.mil. Export Control: Research areas may or may not involve technology that is subject to U.S. Export Control Laws. If export-controlled technical data is generated or is required for the performance of the contract, only offerors that are certified by the Defense Logistics Information Service (DLIS) will be permitted to submit proposals. For questions regarding DLIS certification requirements, contact the DLA Customer Interaction Center (DLA CIC), Toll Free: 1-877-DLA-CALL (1-877-352-2255), DSN CONUS/OCONUS: 877-352-2255. U.S./Canada Joint Certification Office DLA Logistics Information Services, Hart, Dole, Inouye Federal Center, 74 Washington Ave., North Battle Creek, MI. USA 49037-3084. This CALL is specifically requesting potential Offeror(s) to provide proposals on below subtopics. Subtopics 4A, B, C and F are of a higher programmatic priority, but we expect to fund efforts in most or all subtopics dependent on the technical quality of the proposals submitted. Subtopic 4 A: Seismic Source Physics: Proposals are sought to improve predictions of source generation of seismic signals, from all shallow source types, that may be used for discrimination and/or yield estimation. Physical understanding of the dependence of seismic source generation on explosion emplacement conditions (depth, scaled depth, decoupling, material properties, pre-stress, and local structure/topography), is of particular interest, especially for small shallow seismic events. Hypothesis tests of proposed mechanisms for anomalous waveform characteristics, e.g. larger surface waves than predicted for explosions, are of interest. Investigations intended to distinguish between feasible source mechanisms are strongly preferred over efforts to assess the feasibility of a single mechanism. Methods of determining depth to within tens of meters for shallow and very shallow events are of particular interest. Partitioning of energy into P, S, and surface waves, and understanding of the higher frequencies that may be critical for local discrimination are of interest, as are methods that can discriminate chemical from nuclear explosions. Proposals may include one or multiple approaches, and may include analysis of existing nuclear and chemical explosion records, theoretical investigations, laboratory and/or field experiments, and numerical simulations. Topic 4 B: Discrimination and Yield Estimation: Proposals are sought to develop new local (200 km or less) discriminants that take advantage of the characteristics of small shallow events or of local propagation effects. Assessment of extensions of successful regional discriminants to local distances are of particular interest, including investigations of what conditions affect the performance at local distances. Of interest are rigorous assessments of local discriminant performance and uncertainty, and of the physical bases for their success or failure. New understanding of the properties of small seismic events and their seismic waveforms at local and regional (2,000 km or less) distances is of interest, as are improvements in the accuracy of existing discriminants and estimates of their uncertainty and development of new discriminants that have a firm physical and statistical basis. Of particular interest are methods for estimating yield of seismic events recorded at local distances with low uncertainty. At regional distances, there is an interest in improved event characterization of smaller events as well as improved understanding of uncertainties. Methods to improve the accuracy of source characterization by moment tensors and their uncertainties, and new understanding of their limitations are also of interest, especially for smaller events recorded at higher frequencies. Topic 4 C: Attenuation and Full Waveform Earth Models: Proposals are sought to improve the prediction of waveforms and amplitudes at local and regional distances. Of particular interest are: local/regional attenuation and scattering models, with emphasis on their ability to match observed amplitudes of Pn, Pg, Sn, and Lg phases, their codas, and surface waves; assessment of the extent and effects of censoring and application of appropriate methods to address censoring; new methods to parameterize models of signal loss and estimate their uncertainties; models that fit multiple datasets (e.g. body wave and surface wave amplitudes), if the potential to improve predictions that affect discrimination can be shown; proposals that utilize full waveforms and finite-frequency methods; methods that account for 3D structural effects on amplitudes. In all cases, the important considerations include robust estimates of confidence, resolution, and variance in the final product that fully account for measurement uncertainties. Topic 4 D: Velocity Earth Models: Proposals are sought to develop advanced models of the Earth's velocity structure that will improve location capability. Of particular interest are: (1) P-wave velocity structure studies and studies of poorly calibrated regions within Eurasia; (2) new techniques for determining 3-D, spatially variable velocity models; (3) new techniques for building models by fitting multiple datasets, especially of different types of data, if the potential to improve predictions that affect location can be shown; (4) new techniques for determining velocity structure in aseismic regions; (5) studies that compare different methods to show their strengths and weaknesses; and (6) models that can better predict structural effects on seismic amplitudes at 1 Hz and higher as well as travel times. Techniques to estimate the actual uncertainty, bias, and tradeoffs among model parameters and predicted observables are especially important for each of these six particular interests. Proposals that utilize full waveforms and finite-frequency methods are of interest. Techniques for accurately predicting P-wave travel times from surface wave based models are of interest. Topic 4 E: Location and Discrimination Ground Truth: There is interest in the collection of calibration events at a GT5 level (absolute location and depth errors less than 5 kilometers) or better in uncalibrated or very poorly calibrated areas. Studies that generate new discrimination calibration events, along with source geometry, centroids, moment tensors, and broadband source spectra. Calibration events are especially valuable when they include accurate estimates and uncertainties of depth, origin time and other parameters based on different types of seismic data and independent information. Improved techniques for event location using models and/or ground truth at local, regional or near-teleseismic distances, particularly methods that use more than a single type of data jointly are of interest. For multiple data type methods, the potential for improvement in location capability should be demonstrated. Robust estimation of uncertainty is an important consideration. Topic 4 F: Automated Data Processing and Interactive Analysis: We seek new and innovative signal processing methods for data from local (less than 200 km) and regional (less than 2,000 km) distances that significantly lower the thresholds at which detection, location and identification functions can be performed at an acceptable false alarm rate. Extension of existing state-of-the art single station and array methods to networks to reduce detection, location and identification thresholds is of interest. Ways to increase the efficiency of the real-time automated process of constructing thousands of unique seismic events to low thresholds from millions of detections on hundreds of seismic sensors, combining local, regional, and teleseismic seismic signals are sought, as are ways to enable the incorporation of orders of magnitude larger seismic networks and seismic data streams, including rapidly changing networks. In particular, ways to reduce the computational burdens of global signal association for event construction for such systems are sought. Tuning studies, either of specific arrays or of techniques in general, are not sought. Approaches to expediting and automating analyst decisions on QC and parameter measurements are of interest. We seek more efficient modes of reviewing and making constrained corrections to measurements based on waveform algorithms such as cross-correlation and comparison with templates, combined with recalculating event parameters, but not computer programs intended for operational use or conventional interactive analysis. ANTICIPATED FUNDING: Anticipated funding for this CALL (not per contract or award) is: FY 19: $2.66M; FY 20: $2.68M; FY 21: $2.70M; FY 22: $2.23M; FY23: $2.25M; FY24: $1.27M; FY25: $1.29M. TOTAL = $15.09M. This funding profile is an estimate only and will not be a contractual obligation for funding. Offerors should note that funding for this effort is uncertain at this time and will be largely dependent on the next Government fiscal year budget that has yet to be established. The Government reserves the right to select for award to responsible offerors/Contractors any, all, part, or none of the proposals that are received in response to this CALL, subject to the availability of funds. All funding is subject to change due to government discretion and availability of funds. PERIOD OF PERFORMANCE: The anticipated period of performance for individual contract CLINs resulting from this CALL is between 15 and 87 total months. The period of performance is to be proposed in the format "includes XX months for technical effort and 3 months for a Guaranteed Final Report preparation." Given the inherent uncertainties in research and development and, in particular, the type of integrated effort described here, the Government fully expects that various approaches and efforts will advance at different rates, or fail to advance in the manner originally envisioned. It is further recognized that by the nature of any research and development effort, work attempted to include this requirement, could change and or advance through new discoveries or by the use of differing methodologies to arrive at an acceptable and usable solution. Additionally, be advised that through the advancement and new directions of the work encountered, additional work, time and funding may be utilized to continue and mature the research and development of this requirement to a level where it is acceptable and functional to the Air Force Research Laboratory and the Government. It is anticipated that substantial Government-contractor communication and flexibility will be needed to fully achieve the goals of this effort, and that specific objectives or tasks may require alteration, extension or elimination as the state of the art advances PROPOSAL DUE DATE AND TIME: The due date for proposals submitted in response to this CALL is no later than 15:00 MDT 29 August 2018, (1) electronically by means of the US Army's Space and Missile Center's AMRDEC Secure Access File Exchange, (SAFE), followed thereafter with two (2) hard copies after submitting via AMRDEC by Fed Ex, UPS, or other means including the United States Postal Service. The receipt will be based upon the AMRDEC date received OR the United States Postal Service, whichever is received first. Proposals for any other technology area identified in the baseline Broad Agency Announcement (BAA) will not be accepted at this time unless a CALL for proposals in that specific area is open. Proposals received after the due dates and times shall be governed by the provisions of FAR 52.215-1(c)(3). CALL AMENDMENTS: Offerors should monitor FedBizOps/EPS https://www.fbo.gov for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. ANTICIPATED TYPE OF CONTRACTS: The Air Force anticipates awarding either a Cost, Cost Plus Fixed Fee, or Firm Fixed Price contract as a result of this CALL, but also reserves the right to award the instrument best suited to the nature of research proposed. A model contract will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding one or more contracts. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this CALL. ANTICIPATED AWARD DATE: Depending upon the AFRL Program Office's and the Contracting Office's workload, training, and leave scheduled by the program and contracting personnel, and the number of anticipated awards from this CALL, the expected award dates are around the 2nd Quarter of Fiscal Year 2019. INTENT TO PROPOSE: Potential offerors are requested to advise the contracting point of contact if they intend to submit a proposal in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. DELIVERABLES ITEMS: 1. Quarterly Status Report (A001 CDRL) 2. Annual Technical Reports (A002 CDRL) 3. Final Report (A003 CDRL) OTHER RELEVANT INFORMATION: 1. Reference BAA-RVKV-2014-0001, Section IV, Eligibility Information, paragraph 3, concerning Federally Funded Research and Development Centers. 2. Program security classification for this CALL is UNCLASSIFIED. 3. Information is NOT expected to be international Traffic in Arms Regulations (ITAR) and the Export Administration Regulations (EAR) restricted. There is no anticipated overlap because there is no manufacturing, sales or distribution of technology. 4. Government Furnished Property and Government Furnished Information are NOT expected to be provided. 5. Base Support: The Government does NOT expect to provide any base support for this effort. 6. Administrative Access to Proprietary Information: Administrative access to proprietary information may be necessary throughout completion of this effort. Service contracts contain a non-disclosure agreement that requires the service contractors to protect the data and prohibits them from using the data for any purpose other than for which the data was presented. Offerors will be required to sign and submit the Representations and Certifications associated with this CALL; The Air Force Research Laboratory's Directed Energy (RD) and Space Vehicles (RV) Directorates have 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 this contract or order, 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". 7. Cost Proposal Instructions: see attached instructions. Please note, that any reference to request for proposal (RFP) within the attached standard instructions should be understood as CALL 8...FAR Representations and Certifications must be completed and submitted with the proposal per attached guidance. 9...Organizational Conflict of Interest (OCI): OCI may apply to this action but cannot be determined prior to issuance of this announcement. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. 10...Employment Eligibility Verification: As prescribed by FAR 22.1803, FAR Clause 52.222-54, "Employment Eligibility Verification (Oct 2015)," is hereby incorporated by reference in this CALL. Any contract awarded as a result of this BAA that is above the Simplified Acquisition Threshold, and contains a period of performance greater than 120 days, shall include this clause. This clause requires contractors to enroll as a Federal Contractor in the E-Verify program within 30 days after contract award. APPLICABILITY OF BASELINE BAA: All requirements of BAA-RVKV-2014-0001 apply unless specifically amended and addressed in this CALL. Any discrepancies claimed by offeror shall be brought to the contracting officer's attention immediately in writing. For complete information regarding BAA-RVKV-2014-0001, refer to the initial BAA (posted to FedBizOpps on 13 May 14 and updated 14 June 18 ) and any amendments. It contains information applicable to all CALLS issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the "Contracting Points of Contact" identified on page 1. PROPOSAL/APPLICATION AND SUBMISSION INFORMATION: (1) Proposal Instructions: Please submit a Management (Business), Technical, and Cost Proposals in accordance with (IAW) instructions provided in paragraph VI, Proposal & Application and Submission Information of the Baseline BAA-RVKV-2014-0001 on FedBizOpps. Please prepare your cost proposal in accordance with (IAW) attached instructions. Proposals may be submitted by No Later Than 15:00 MDT 19 September 2018 by: a. Electronically by means of the US Army's Space and Missile Center's AMRDEC Secure Access File Exchange, (SAFE) utility at https://safe.amrdec.army.mil/safe/. It is the proposer's responsibility to upload the complete proposal via this site with sufficient time to verify the safe arrival. Acknowledgement will be made by an email receipt from the contracting office or their representative. NOTE! See the attached instructions for submitting your proposals electronically. Also, note, that these proposals stay inside of the SAFE utility for a limited time. AND, FOLLOWED BY HARD COPIES, PER PARAGRAPH b BELOW: b. By sending two (2) hardcopies of the proposal with an Electronic copy of the proposal on either a compact disk (CD-R) or a DVD which shall be in a standard format such as PDF, Microsoft Word, Microsoft Excel or other Microsoft Office compatible documents. Send the cost proposal to the following address: AFRL/RVKVB (General Mail Room) Attn: Contracting Officer or Specialist 3550 Aberdeen Ave., SE (Bldg 570) Kirtland AFB, NM 87117-5776 Proposal will be accepted up to 15:00 MDT on the 29 August 2018. Please note, allow enough time for mail handler's to get through security and receive documents by the required due date and time. Currently the United States Postal Service has been delayed 1-3 days due to staffing, we highly recommend using FedEx, UPS or other expeditious means. Also, it is the Offeror's responsibility to ensure that their proposals arrive by the due date and time. (2) Proposal Preparation Requirements: Each proposal must be submitted against at least one subtopic. It is understood that some proposals may partially address additional subtopics not listed in the proposal. Other Proposal Preparation Considerations The following Other Proposal Preparation is offered as a recommended format for evaluation needs. This section addresses other considerations and requirements or further explains proposal requirements. (1) Eligibility Requirements: Proposals must be: 1) signed by an individual who is authorized to commit the Proposing Organization; and 2) must commit the offeror Organization to comply with the terms and conditions of the award, if awarded, (Principal Investigators are not generally authorized to act for their institutions), in addition to the Eligibility Information found in the Full Text BAA-RVKV-2014-0001, Section IV, items 1 through 6. (2) Proprietary Proposal Information: Note! The data bearing restrictions may be subject to release under the provisions of the Freedom of Information Act (FOIA), if the funding agencies or a court determines that the material so marked is not exempt under the FOIA. The Government assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. The offeror may request that proprietary information not be disclosed to non-Government reviewers. Such information should be clearly marked and separable, so that the information may be removed prior to submitting the proposal for review. 9 ATTACHMENTS: Attachment # 1: Cover Document (complete & return) Attachment # 2: Data Assertions Call 007 (complete & return) Attachment # 3: Cost Proposal Instructions Call 007 Attachment # 4: CDRLs Call 007 Attachment # 5: Representations and Certifications (Section K) (complete & return) Attachment # 6: AMRDEC Instructions for Call 007 Attachment # 7: AFRL Supplemental SOW (Administrative) Attachment # 8: BAA-RVKV-2014-0001 Full Text (Original 27 Mar 14 & Rev 14 June 18) Attachment # 9: Proposal Adequacy Checklist (PAC) (complete & return)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLPLSVD/BAA-RVKV-2014-0001/listing.html)
 
Place of Performance
Address: AFRL/RVKVB (General Mail Room); Attn: Mr. Francis M. Eggert & Mr. Travis SARTELE; Bldg 570; Suite: 1160; 3550 Aberdeen Ave SE; Kirtland AFB NM 87117, Kirtland AFB, New Mexico, 87117-5776, United States
Zip Code: 87117-5776
 
Record
SN04987713-W 20180713/180711231319-d52ab5729355a7ec8d45c7925f0be7b7 (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.