SOLICITATION NOTICE
A -- ENTERPRISE OPERATIONS & FRAMEWORKS
- Notice Date
- 9/25/2012
- 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 - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, New York, 13441-4514
- ZIP Code
- 13441-4514
- Solicitation Number
- BAA-RIK-12-07
- Point of Contact
- Lynn G. White, Phone: (315) 330-4996
- E-Mail Address
-
Lynn.White@rl.af.mil
(Lynn.White@rl.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 BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: ENTERPRISE OPERATIONS & FRAMEWORKS BAA ANNOUNCEMENT TYPE: Initial announcement BAA NUMBER: BAA-RIK-12-07 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800 THIS WILL BE A TWO-STEP SOLICITATION : First Step : WHITE PAPER DUE DATE AND TIME : White Papers will be accepted on or before 4:00 PM Eastern Standard Time, 26 October 2012. Late white paper submissions will not be accepted after this due date. See Section IV for additional information. Only white papers are due at this time. Full proposals will be requested by the Government from those Offerors selected in the white paper evaluation process. Second Step : PROPOSAL DUE DATE AND TIME : Proposals will be accepted on or before 4:00 PM Eastern Standard Time, 15 January 2013. This BAA will be closed at 4 PM Eastern Standard Time on 15 January 2013. PROPOSALS ARE NOT BEING REQUESTED AT THIS TIME. NOTE: White Papers/Proposals received after the due date and time stated in this BAA shall be governed by the provisions of FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and white papers/proposals received after the above stated date and time as a result of security delays will be considered "late." Furthermore, note that if Offerors utilize commercial carriers for delivery of white papers/proposals, they may not honor time-of-day delivery guarantees on military installations. Early white paper submission is encouraged. I. FUNDING OPPORTUNITY DESCRIPTION: 1. The Air Force Research Laboratory, Information Directorate, is soliciting white papers for innovative research and development to advance enterprise operations technologies and deliver capabilities to enable the United States (US) to attain and maintain cyberspace superiority. White papers are invited in the following focus areas: A) The Tool Technology and Architectures focus area seeks to advance technologies to deliver interoperable, adaptable, affordable, resilient, and agile enterprise operations tools with flexible autonomy. This includes the development of common frameworks and architectures which can be utilized to build interoperable/interchangeable tools. B) The Effects & Techniques focus area seeks to deliver assured, flexible, adaptable, and composable options for enterprise operations. C) The Cyber Experimentation focus area seeks to advance capabilities for realistic, large-scale cyber experimentation to effectively assure cyber missions. This includes the establishment of meaningful cyber metrics and measures. Deliverables will be technical reports, software, demonstrations, and concept prototypes. Additional technical information and specific areas of interest relevant to potential submitters is contained in an addendum to this BAA which is classified at the SECRET level. To be truly responsive, submitters will require the classified addendum. Resulting awards will most likely require cleared personnel and classified facilities. All submissions must be appropriately classified and handled accordingly. To obtain the classified addendum, please follow the guidance below. To obtain a copy of the classified addendum and the appropriate Security Classification Guide, which provides instructions and guidelines for the classification/declassification of information and submission materials, offerors must send a request to the BAA cognizant technical point of contact listed in Section VII, and provide the following information: Full Company Name Classified mailing address CAGE Code Facility Security Officer (FSO) name and phone number Technical Point of Contact (POC) name and phone number 2. Data Rights Desired: a. Technical Data: Unlimited Rights b. Non-Commercial Software (NCS): Unlimited Rights c. NCS Documentation: Unlimited Rights d. Commercial Computer Software Rights: Customary License e. The Air Force Research Laboratory is engaged in the discovery, development, and integration of warfighting technologies for our air, space, and cyberspace forces. As such, rights in technical data and NCS developed or delivered under this contract are of significant concern to the Government. The Government will therefore carefully consider any restrictions on the use of technical data, NCS, and NCS documentation which could result in transition difficulty or less-than full and open competition for subsequent development of this technology. f. In exchange for paying for development of the data, the Government expects technical data, NCS, and NCS documentation developed entirely at Government expense to be delivered with Unlimited Rights. g. Technical data, NCS, and NCS documentation developed with mixed funding are expected to be delivered with at least Government Purpose Rights. Offers that propose delivery of technical data, NCS, or NCS documentation subject to Government Purpose Rights should fully explain what technical data, NCS, or NCS documentation developed with costs charged to indirect cost pools and/or costs not allocated to a Government contract will be incorporated, how the incorporation will benefit the program, and address whether those portions or processes are segregable. The Government expects that delivery of technical data, NCS, and NCS documentation subject to Government Purpose Rights will fully meet program needs. h. Offers that propose delivery of technical data, NCS, or NCS documentation subject to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will be considered. Proposals should fully explain what technical data, NCS, or NCS documentation developed with costs charged to indirect cost pools and/or costs not allocated to a Government contract will be incorporated and how the incorporation will benefit the program. i. 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. j. Offerors are reminded that the Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Technical Data or Computer Software (the assertions list), required under DFARS 252.227-7013 and DFARS 252.227-7014, is included in Section K and due at time of proposals. Assertions must be completed with specificity with regard to each item, component, or process listed. Nonconforming assertions lists will be rejected. k. Note that DFARS 252.227-7014(d) describes requirements for incorporation of third party computer software (commercial and noncommercial). Any commercial software to be incorporated into a deliverable must be clearly identified in the proposal. Because many commercial software licenses are not transferrable or may not be acceptable to the Government, commercial software licenses proposed for delivery to the Government must be approved by the contracting officer prior to award. l. As used in this subparagraph, the terms Unlimited Rights, Government Purpose Rights, Specifically Negotiated License Rights, and Limited Rights in technical data are as defined in DFARS 252.227-7013. The terms Unlimited Rights, Government Purpose Rights, Specifically Negotiated License Rights, and Restricted Rights in noncommercial computer software and noncommercial software documentation are as defined in DFARS 252.227-7014. The term Commercial Computer Software is as defined in DFARS 252.227-7014. The term SBIR Data Rights is defined in DFARS 252.227-7018. II. AWARD INFORMATION: 1. Total funding for this BAA is approximately $7.5M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY13 - $3.5M, FY14 - $4M. This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. Individual awards are expected to range from 6 to 18 months in duration, with dollar amounts ranging from $250K to $1.5M per award. There is also the potential to make awards up to any dollar value. Awards of efforts as a result of this announcement will be in the form of contracts, grants, or cooperative agreements depending upon the nature of the work proposed. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. III. ELIGIBILITY INFORMATION: 1. ELIGIBLE OFFERORS/APPLICANTS: a. This solicitation is unrestricted. Small businesses are encouraged to propose on all or any part of this solicitation. The applicable NAICS code is 541712, and the small business size standard is 500 employees. b. All potential applicants are eligible. 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, Lynn G. White, Contracting Officer, telephone (315) 330-4996 or e-mail Lynn.White@rl.af.mil for information if they contemplate responding. The e-mail must reference the title and BAA-RIK-12-07. 2. COST SHARING OR MATCHING: Cost sharing is not a requirement. 3. CCR Registration: Unless exempted by 2 CFR 25.110 all offerors must: a. Be registered in the Central Contractor Registration (CCR) prior to submitting a white paper or proposal; b. Maintain an active CCR registration with current information at all times during which it has an active Federal award or a white paper or proposal under consideration by an agency; and c. Provide its DUNS number in each white paper or proposal it submits to the agency. 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. NOTE: All awardees must have a Defense Contract Audit Agency (DCAA) approved accounting system for award of a cost-reimbursement type contract. It is strongly urged that an approved accounting system be in place prior to submitting a white paper/proposal. If you do not have a DCAA approved accounting system, this will delay / prevent contract award. If you have questions regarding this matter, please discuss with the Contracting Officer identified in paragraph VII below. 6. 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. 7. There are no limits to the number of proposals an offeror may submit. 8. You may be ineligible for award if all requirements of this solicitation are not met on the proposal due date as identified above. 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. Offerors should be alert for any BAA amendments that may permit extensions to the white paper/proposal submission dates. The FedBizOpps offers a registration service that will send an e-mail notification when a change is made to this announcement. To register, click on the "Watch This Opportunity" button at the top of this announcement in FedBizOpps. This service is provided for convenience only and does not serve as a guarantee of notification. All prospective offerors are responsible for monitoring this site for the release of amendments (if any) or other information pertaining to this solicitation. For additional information, a copy of the AFRL "Broad Agency Announcement (BAA): Guide for Industry," May 2012, may be accessed at: http://www.wpafb.af.mil/shared/media/document/AFD-120614-075.pdf. 2. CONTENT AND FORM OF SUBMISSION FOR WHITE PAPERS: Offerors are required to submit 2 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: Section A: Title, Period of Performance, Rough Order of Magnitude (ROM) Cost Estimate, 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 52.215-1(e). 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-12-07 with their submission. All responses to this announcement must be addressed to the technical POC, as discussed in paragraph 7 of this section. Instructions regarding the content and form of submission for full proposals will be provided by the Government to Offerors after white paper evaluation is complete, and successful white papers are selected. The page limitation for full proposals will be 25 pages for the Technical Proposal. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. 3. 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 is regulated by the DoD Grant and Agreements Regulations (DODGARS). 4. CLASSIFICATION GUIDANCE FOR WHITE PAPER SUBMISSIONS: AFRL/RIGB 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. Proposers 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. 5. 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. 6. OTHER SUBMISSION REQUIREMENTS: DO NOT send white papers to the Contracting Officer. 7. Unclassified and classified (up to SECRET collateral only) responses to this announcement can be sent via U.S. Postal Service registered mail and addressed to AFRL/RIGB, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK-12-07. Electronic submission is also authorized only for classified submissions (via SIPRNET or JWICS). Contact AFRL for designated classified mailing addresses or to arrange alternate delivery of responses classified higher than SECRET collateral. Questions can be directed to the cognizant technical POC: Scott F. Adams, Scott.Adams@rl.af.mil, 315-330-4894. V. APPLICATION REVIEW INFORMATION: 1. EVALUATION 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, whether they are of interest to the Government, whether full proposals will be invited based on the white paper submitted, and whether one or more sources will be selected for award. a. Technical: (listed in descending order of importance): (1) Overall Scientific and Technical Merit - The approach for the development and/or enhancement of the proposed technology, the degree of innovation, and the technical and operational approach for evaluation of the technology. (2) Relevance to AF needs, and the importance of any contributions to solutions in the stated focus areas. (3) Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, and the ability to successfully execute the proposed work. (4) 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. b. Cost: Reasonableness and realism of proposed costs and fees (if any), and consideration of proposed budgets and funding profiles. Cost/price is a substantial factor, but ranked as the second order of priority after the Technical factor. (If an Offeror proposes the use of GFP other than any GFP identified in this BAA, and that proposed GFP provides the offeror an unfair competitive advantage, then FAR 45.202 requires rental equivalent be applied to the Cost Factor for evaluation purposes only). Adequate price competition (APC) is anticipated as defined in FAR 15.403-1(c). If it is later determined that APC does not exist, and the threshold for a negotiated contract is expected to exceed $700,000, submission of certified cost or pricing data may be required. c. Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be assessed as part of the evaluation of the above evaluation criteria. Proposal risk relates to the identification and assessment of the risks associated with an Offeror's proposed approach as it relates to accomplishing the proposed effort. Tradeoffs of the assessed risk will be weighed against the potential payoff. d. 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. 2. REVIEW AND SELECTION PROCESS: a. The technical and cost proposals will be evaluated at the same time and categorized as follows: (1) Category I: Proposal is well conceived, scientifically and technically sound, pertinent to the program goals and objectives, and offered by a responsible contractor with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance (subject to availability of funds) and normally are displaced only by other Category I proposals. (2) Category II: Proposal is scientifically or technically sound, requiring further development and is recommended for acceptance, but at a lower priority than Category I. (3) Category III: Proposal is not technically sound or does not meet agency needs. b. 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: (1) Assembling and organizing information for R&D case files; (2) Accessing library files for use by government personnel; and (3) 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. VI. AWARD ADMINISTRATION INFORMATION: 1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after submission. 2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS: Depending on the work to be performed, the offeror may require a classified facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to classified information at the appropriate level 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 Proposal. 3. REPORTING: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process. VII. AGENCY CONTACTS: 1. Questions of a technical nature shall be directed to the cognizant technical point of contact (TPOC), as specified below: TPOC Name: Scott F. Adams Telephone: (315) 330-4894 Email: Scott.Adams@rl.af.mil Mailing Address: AFRL/RIGB, 525 Brooks Road, Rome NY 13441-4505 2. Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: Contracting Officer Name: Lynn White Telephone: (315) 330-4996 Email: Lynn.White@rl.af.mil 3. Any correspondence/email must reference the solicitation (BAA) title and number. 4. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Apr 2010), will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows: Ms. Barbara Gehrs AFRL/PK 1864 4th Street Building 15, Room 225 Wright-Patterson AFB OH 45433-7130 FAX: (937) 656-7321; Comm: (937) 904-4407 5. All responsible organizations may submit a white paper which shall be considered. VIII. OTHER INFORMATION: 1. ACQUISITION OF COMMERCIAL ITEMS: Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. 2. COMMUNICATION: Dialogue between prospective Offerors and Government representatives is encouraged until submission of proposals. 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. 3. PROPOSAL CONTENT CHECKLIST: a. You may be ineligible for award if all requirements of this solicitation, and the instructions regarding the content and form of submission for full proposals provided by the Government to Offerors after white paper evaluation, are not met on the proposal due date. b. Proposals are due to the specified point of contact. c. Proposal page limits are strictly enforced. See Section IV.2. of the solicitation for page limits.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AFRLRRS/BAA-RIK-12-07/listing.html)
- Record
- SN02897843-W 20120927/120926002116-d7dcd4dc6335849781bbf744c444a814 (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 |