Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 16, 2023 SAM #7963
SOLICITATION NOTICE

A -- GEOSPATIAL INTELLIGENCE PROCESSING AND EXPLOITATION (GeoPEX)

Notice Date
9/14/2023 5:46:52 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8750 AFRL RIK ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875021S7006
 
Archive Date
09/30/2026
 
Point of Contact
Bernard J. Clarke, Phone: (315)330-2106, Amber Buckley, Phone: 315-330-3605
 
E-Mail Address
bernard.clarke@us.af.mil, amber.buckley@us.af.mil
(bernard.clarke@us.af.mil, amber.buckley@us.af.mil)
 
Description
NAICS CODE:� 541715 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 BAA ANNOUNCEMENT TYPE: Initial announcement�������������������������� BROAD AGENCY ANNOUNCEMENT (BAA) TITLE:�� Geospatial Intelligence Processing and Exploitation (GeoPEX)����������������������������������������������������������������������������������������������������������������������� BAA NUMBER: BAA FA8750-21-S-7006 PART I � OVERVIEW INFORMATION This announcement is for an Open, 2 Step BAA which is open and effective until 30 SEP 2026.� Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only.� While white papers will be considered if received prior to 3 PM Eastern Standard Time (EST) on 30 SEP 2026, the following submission dates are suggested to best align with projected funding: FY22 � 30 Sep 2021 FY23 � 30 Sep 2022 FY24 � 30 Sep 2023 FY25 � 30 Sep 2024 FY26 � 30 Sep 2025 Offerors should monitor the Contract Opportunities on the Beta SAM website at https://beta.SAM.gov in the event this announcement is amended. ������������������������������� �� CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT: Seeking white papers for research, development, integration, test and evaluation of technologies/techniques to provide geospatial intelligence (GEOINT) in all its forms and from whatever source - imagery, imagery intelligence, or geospatial data and information - to ensure a solid foundation of knowledge for planning, decision, and action while creating tailored, customer-specific geospatial intelligence, analytic services, and solutions. This BAA is a follow-on to BAA FA8750-17-S-7004 Knowledge Aided GEOINT Latency Reduction (KAGLR) BAA ESTIMATED FUNDING:� Total funding for this BAA is approximately $99.9M.� Individual awards will not normally exceed 24 months with dollar amounts normally ranging from $250K to $10M.� There is also the potential to make awards up to any dollar value as long as the value does not exceed the available BAA ceiling amount. ANTICIPATED INDIVIDUAL AWARDS:� Multiple Awards are anticipated. TYPE OF INSTRUMENTS THAT MAY BE AWARDED: Procurement contracts, grants, cooperative agreements or other transactions (OT) depending upon the nature of the work proposed. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive BAA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement. AGENCY CONTACT INFORMATION:� All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Point of Contact (TPOC) as specified below (unless otherwise specified in the technical area): BAA PROGRAM MANAGER:������������������������������������������������������������������������ Bernard J. Clarke������������������������������������������������������������� ��������������� AFRL/RIGD������������������������������������������������������������������������� 525 Brooks Rd Rome, NY 13441-4505�������������������������������������������������������������������� Telephone: (315)330-2106������������������������������������������� Email:��� Bernard.Clarke@us.af.mil����������� Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: ��� Amber Buckley ��� ����Email:� Amber.Buckley@us.af.mil Emails must reference the solicitation (BAA) number and title of the acquisition. Pre-Proposal Communication between Prospective Offerors and Government Representatives:� Dialogue between prospective offerors and Government representatives is encouraged.� Technical and contracting questions can be resolved in writing or through open discussions. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed. PLEASE SEE THE ATTACHED GEOPEX SYNOPSIS v12.doc � � � � � � � � � � � � � � � � � � � AMENDMENT 1 to BAA FA8750-21-S-7006 The purpose of this amendment to BAA FA8750-21-S-7006 is to update the mailing instructions in Section IV.3.c to remove the requirement for a hard copy to be mailed. The updated mailing instructions are below: Part II, Section IV.3.c. is updated as follows: ��������������� c. MAILING INSTRUCTIONS.� Email Unclassified electronic submission to the TPOC identified in Section VII. Encrypt or password-protect all proprietary information prior to sending.�� Offerors are responsible to confirm receipt with the TPOC.� AFRL is not responsible for undelivered documents.� If electronic submission is used, only one copy of the documentation is required. Questions can be directed to the TPOC listed in Section VII. No other changes are made. � � � � � � � � � � � � � � � � � � � � � � Amendment No. 2 to BAA FA8750-21-S-7006 The purpose of this amendment is to: Section III, Eligibility Information, adds the following paragraph 5 for S&T Protection: 5. In accordance with AFRLI 61-113, S&T Protection, Contractors/Recipients are required to submit with their proposal a Standard Form 424, ""Research and Related and Senior and Key Person Profile (Expanded), as well as a Security Program Questionnaire, which are included in the RI-Specific Proposal Preparation Instructions and can be accessed at: https://sam.gov/opp/e628c811fafe041accdddf55fb8539bf/view?keywords=AFRL-BAA-GUIDE&sort=-relevance&index=&is_active=true&page=1. Always reference the newest versions of these documents.� Complete and submit the required forms with your proposal to the technical point of contact (TPOC) listed in Section VII-Agency Contacts AND AFRL.RIOF@us.af.mil. Contractors will be required to provide documentation of their Security Program Plan for initial Institution S&T Protection Program Review. The purpose of requesting the plan is to evaluate the offeror�s capacity for protecting the Government�s S&T and failure to demonstrate a plan adequate to meet the needs of the requirement may be grounds for considering the proposal unawardable. In the event a security risk is identified and the Government has determined the security risk exceeds the acceptable threshold, the Contractor/Recipient will be notified and informed of the termination/decline of award. The Government will be only required to provide a general statement of the reasoning due to Government OPSEC measures. After award, the Contractor/Recipient will be required to re-submit the Standard Form 424 as an annual requirement to the points of contact listed above. No other changes are made. � � � � � � � � � � � � � � � � � � � �AMENDMENT 3 to BAA FA8750-21-S-7006 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: 1.����������� Part I, Overview Information: a.����������� Updated references of Beta SAM to SAM throughout; 2.����������� Part II, Full Text Announcement: a.����������� Section III, adds paragraph 4; b.����������� Section IV.f.5, removes the last sentence regarding options; c.������������ Section V.2.a, updates Review and Selection Process language; d.����������� Section VI.1, updates the Proposal Formatting language; e.����������� Section VI.4.d, adds new language; f.������������ Section VII, updates the provisions; g.����������� Section VII, updates the OMBUDSMAN. No other changes are made. SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS. � � � � � � � � � � � � � � � � � � � � � � � �AMENDMENT 4 TO BAA FA8750-21-S-7006 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: Part II, Full Text Announcement: Section III.2.b.2, updates the DCSA website; Section IV, adds a statement about responsible sources; Section V.2.b.2, adds paragraph c. regarding the S&T process during evaluation; Section V.3, is updated from FAPIIS to Responsibility/Qualification (R/Q) Public Access; Section V.4, adds language regarding the certified cost and pricing data threshold for small businesses and non-traditional defense contractors; Section VI.1, updates the Proposal Formatting language; Section VI.7, updates the applicable provisions; Section VII, updates AFFARS to DAFFARS and the OMBUDSMAN date. No other changes are made. SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7361f91cc6604fcca810d3c855415cdc/view)
 
Record
SN06831325-F 20230916/230914230119 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.