Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 24, 2016 FBO #5510
MODIFICATION

A -- Information Management-Enabled Sensor Tasking and Ad Hoc Control (ISTAC)

Notice Date
12/22/2016
 
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-2014-0013
 
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
The purpose of this modification is to republish the original announcement, incorporating any previous modifications, pursuant to FAR 35.016(c). This republishing also includes the following changes: (a) Section I: Removed/revised/added technical requirements. Note a new focus area has been added; (b) Section II.1: Revised potential funding for FY17 & FY18, added potential funding for FY19 and revise dollar amount ranges; (c) Section III: Revised to add requirements applicable to foreign nationals working on USAF bases, AFRL facilities and with U.S. Government Information Technology networks; (d) Section IV.1: Revised end date of the BAA; extended the suggested submission date for FY17; revised the suggested submission dates for FY18 and added a suggested submission date for FY19 (e) Section V.4: Added Paragraph 4 regarding FAPIIS review and access (f) Section VI.4: Revised Reporting requirements (g) Section VI.5: Revised Paragraph 5 to highlight some of the new or revised contractual provisions (h) 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 BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Information Management-enabled Sensor Tasking and Ad Hoc Control (ISTAC) BAA ANNOUNCEMENT TYPE: Initial announcement BAA NUMBER: BAA RIK-2014-0013 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800 I. FUNDING OPPORTUNITY DESCRIPTION: The Information Directorate of the Air Force Research Laboratory (AFRL/RI), Rome Research Site, is soliciting white papers under this announcement for innovative technologies to enable the effective management of information for military operations in the tactical domain. AFRL/RI has been conducting research in the areas of tactical information dissemination and management. Resultant approaches have focused on the creation of services-based information management techniques. This research has led to the development of a series of information dissemination and management technologies focused on improved radio-based communications for resource constrained air/ground vehicle-based and dismounted tactical users. The continued development of innovative concepts and enhanced services that maximize the value of information to support the objectives of military theater operations is the primary focus of this BAA. Background: The AFRL/RISA Tactical Information Management group has been a leading innovator in in-mission information dissemination over tactical networks, advancing the state of the art from inefficient video broadcast (e.g., ROVER) to information products tailored to consumer predicates and resource availability. In a similar manner, ISTAC is using the AFRL/RI core competencies of information management, connectivity, and advanced computing to expand the near-real-time utility of tactical airborne sensors from traditional stove-piped, single operator control to shared access by multiple third party users in a disadvantaged network. The combined proficiency in these areas allows AFRL/RI to enhance the capability of advanced targeting pods (ATPs) not just for the pilot, but for multiple warfighters in the networked battlespace. The current tactical sensor control and tasking process is a highly synchronous air-ground activity that requires the pilot to coordinate with an off-board user and manually control the sensor. The lack of automation increases pilot burden and slows target prosecution due to the steps required to slew the sensor onto a requested coordinate. The result is suboptimal allocation of tactical sensors that have the opportunity to provide value to more than a single user at time. Requirement : A new consolidated program called Information Management (IM)-enabled Sensor Tasking and Ad hoc Control (ISTAC) is being started under this BAA. The goal of ISTAC is to provide third parties the ability to influence the tasking of airborne tactical sensors in order to satisfy their information needs without impacting the pilot operating the sensor or the primary mission of the airborne asset. ISTAC will develop and demonstrate a set of embedded information management software services and adaptable user interfaces that will automate ATP sensor tasking based on sensor availability and multiple consumer information needs, including aircrew mission objectives, navigation requirements, and off-board requests. Achieving the above stated goal of the ISTAC program requires addressing several significant technical challenges in the areas of deriving and prioritizing sensor tasking from mission information needs, and scheduling those tasks without ownership of the sensor. Providing this third party tasking capability also has operational challenges associated with sensor availability and ensuring non-interference with the primary mission. ISTAC is addressing these challenges through the following approach: - Conduct a capability analysis study where pilot ATP sensor utilization will be analyzed and on-board and off-board user requirements will be thoroughly reviewed. - Develop technologies to enable opportunistic task generation for an EO sensor. - Develop a mission-driven sensor task prioritization prototype using the results of the capability analysis and opportunistic task generation task. - Develop technologies that allow the synchronous tasking of sensors as well as closed-loop control, and integrate them into the task prioritization capability. Precise Position, Navigation and Timing (PNT) are critical to all air operations for reliable navigation and accurate weapons delivery. Today's military aircraft are dependent on GPS to provide PNT, and when GPS is denied or degraded, alternative methods are necessary. One such method is vision-aided navigation which uses imagery collected by an on-board sensor to localize and orient the platform. Advanced targeting pods provide a rapid and affordable means of integrating this capability onto existing platforms, and also as a test and demonstration platform for future aircraft. AFRL/RI has developed and demonstrated an open architecture for targeting pods that allows capability upgrades without modification to the Operation Flight Program (OFP) of the aircraft. Key to this technology is embedded information management services that decouple applications for the purposes of data exchange and security. Of interest to AFRL/RI is an extension of this technology to the application of vision-aided navigation and localization on targeting pods. The desired outcome is an architecture for vision-aided navigation algorithms on a pod that enables multiple algorithms to be hosted on the pod as "apps," supporting a variety of PNT needs and operating environments. The architecture will provide pod sensor tasking capabilities, access to other PNT data (e.g. GPS, Inertial Measurement Unit [IMU]), and pre-mission loading and in-mission management of reference data. The result is reduced time and cost for integrating vision-aided navigation algorithms into airborne platforms and improved PNT accuracy in GPS-denied or degraded environments. Offerors are encouraged to: • Investigate existing and emerging vision-aided navigation and localization algorithms and the infrastructure requirements to support information delivery (e.g. real-time imaging sensor streaming, efficient storage and query of reference information, system state data) to these algorithms. • Develop or extend vision-aided navigation and localization algorithms to incorporate active tasking of an imaging sensor. • Design an open standards-based architecture to support the multiple vision-aided navigation algorithms, and the necessary pilot vehicle interfaces to enable the selection and tuning of applications based on mission and environment constraints. • Implement the specified architecture by extending existing open standards-based application framework technologies and developing new technologies where gaps exist. • Integrate additional platform/pod data sources such as GPS/Inertial Navigation Systems (INS), Inertial Measurement Unit (IMU), and laser range finder. • Design and develop a simulation environment to evaluate the architecture and selected vision-aided navigation algorithms with relevant sensor data. • Design and develop mechanisms for efficiently representing, storing, and loading reference information pre-mission that are compatible with existing mission planning tools. The technical approach will be realized through several projects including two currently underway: Mission-driven Tasking of Information Producers (MTIP) and Vision-Aided Localization and navigation In Denied environments (VALID). 1) MTIP is an FY14-FY16 6.2 project that is using the approach detailed above to develop, integrate and evaluate the technologies necessary for ISTAC and demonstrate the resulting capability at TRL (4/5) with a hardware­in­the-loop simulation. 2) The VALID project is AFRL/RI's contribution to the AFRL Position, Navigation and Timing (PNT) Initiative. VALID is an FY15-FY17 project with a mixture of 6.2 and 6.3 funding that is building upon the MTIP project to design, develop and demonstrate an architecture for airborne platforms that enables vision­aided navigation in GPS-denied or degraded environments. The goal of VALID is to enhance vision­aided navigation by providing an open framework for a variety of vision­aided navigation and localization algorithms tailored to mission constraints. VALID will also provide sensor monitoring and tasking capabilities, and pre­mission loading and in­mission management of reference data. AFRL/RI Rome will work closely with AFRL/RY Wright-Patterson AFB, OH and other PNT Initiative participants to integrate existing vision­aided navigation capabilities. ISTAC Operation Evaluation (IOE) is a FY17-FY19 project that will integrate and demonstrate MTIP and VALID capabilities on an advanced targeting pod or surrogate platform. Details on this project are shown in the FY17 focus area below. FY17 Focus Area: ISTAC Operational Evaluation The goal of the ISTAC Operational Evaluation (IOE) effort is demonstrate opportunistic sensor tasking and vision-aided navigation capabilities on an airborne platform in a relevant environment. Three main areas are of interest to the government are (1) non-interference-based opportunistic multi-user sensor tasking, (2) interaction with ISR collection management tools, and (3) an airborne test environment for experimentation and evaluation. Offerors are encouraged to submit a white paper on any one area of interest, or on a combination of interest areas. Opportunistic Multi-User Sensor Tasking Multiple technical challenges are anticipated for opportunistic sensor tasking on an airborne platform. The dynamics of the aircraft and sensor must be accounted for, and an accurate sensor model must be developed for the airborne platform under test. Inaccuracies in the model or in computed look angles will reduce the performance of the sensor allocation algorithm. The desired solution will address these inaccuracies and evaluate tradeoffs between selected approaches through performance measurements. Another challenge is the quality of the imagery collected based on weather and atmospherics conditions. An operator in the loop can often adjust for these conditions, but at the cost of increased workload. Solutions are desired that automate all or part of this process to decrease aircrew workload. Quality assessment mechanisms are desired at either or both the aircrew and customer level. Also, as multiple platforms operate in the same space, distributed resource management solutions are desired to make the most effective use of the available sensors. ISR Enterprise Tasking Solutions to enable interoperability with enterprise ISR systems and Collection Management tools is also desired. Challenges associated with this capability are interoperability with existing systems and the data links between these enterprise systems and the tactical edge. It is desirable to handle explicit ISR tasking in addition to implicit goals derived from user interaction with Situation Awareness tools. The ability to track the status of collection requests and measure effectiveness of those requests is also desired. The dissemination of collection products to existing ISR tools and product repositories should also be addressed, including the collection and dissemination of segments of full motion video. Airborne Test Environment Of interest to the government is the creation of an open hardware/software-based platform that will provide the relevant environment necessary to conduct experimentation and capture metrics for evaluation of the system. The desired platform/environment will allow rapid integration of ISTAC capabilities and upgrades that are made during the course of experimentation and evaluation. Inclusion of DoD standards and interfaces (e.g. Open Mission Systems (OMS), Future Airborne Capability Environment (FACE)), as a means to support component integration and interoperability is desirable. Maturing and demonstrating opportunistic multi-user sensor tasking and vision-aided navigation capabilities requires an airborne test platform with an advanced gimballed EO/IR sensor, air-to-ground data link, on-board computing, and an interface to the aircrew. ISTAC has focused on pods for both testing and eventual transition, however alternative platforms will also be considered for risk reduction prior to integration on a DoD fielded platform. Evaluation of proposals in this area will include the openness of the platform, the costs for integrating new software and hardware, and its ability to emulate the performance of other (e.g. fielded) systems. The sub-components to be emulated include processing, data links, and sensors. The platform's airworthiness status, flight envelope, and degree of compatibility with multiple aircraft will also be considered to increase the number of potential host platforms. The interface of the platform to the host aircraft (if applicable) will be considered as well. Using existing interfaces, both mechanical and electrical, will increase the amount of potential host aircraft, and also allow aircrews to evaluate the capabilities using fielded systems in flight rather than on a simulator. The airborne test environment must provide an architecture that enables integration of new capabilities provided by the government and ISTAC collaborators. Key to application portability is the abstraction of the platforms resources (sensor, data link, computing, aircrew displays) so that apps are transferable to different platforms, where the underlying resources may change. The desired solution will also address isolation and security when running multiple applications on a single platform, as well as portability of applications across platforms. Demonstration of ISTAC capabilities should be accomplished through a series of milestones consisting of System Integration Lab (SIL) tests followed by flight tests using the proposed test environment. The cost and schedule for flight tests of the airborne test environment will be considered. This includes preparing test plans and participating in the AFRL technical and safety review process (if applicable); acquiring, transporting, deploying, and operating all equipment; operating and measuring ground truth sources; evaluating and monitoring test execution; and documenting all test results. It is desired that Key Performance Parameters (KPPs) be established prior to and continuously measured throughout the experimentation process. Emulation capabilities could also be explored to capture metrics that would be difficult or costly to measure through flight experimentation, such as interaction with other platforms and enterprise systems, and large scale multi-platform collection. Participation in future exercise as well as collaboration with other ISTAC performers is highly encouraged. Security Classification : Software development will largely be UNCLASSIFIED but the domain specific activities may be up to TS/SCI. II. AWARD INFORMATION: 1. FUNDING: Total funding for this BAA is approximately $9.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY 15 - $1.0M FY 16 - $2.0M FY 17 - $2.0M FY 18 - $2.5M FY 19 - $2.4M Individual awards will not normally exceed 30 months with dollar amounts normally ranging from $250K to $1M per year. There is also the potential to make awards up to any dollar value. The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. 2. FORM. Awards of efforts as a result of this announcement will be in the form of contracts. 3. BAA TYPE: This is a two-step open broad agency announcement. This announcement constitutes the only solicitation. As STEP ONE - We are only soliciting white papers at this time. DO NOT SUBMIT A FORMAL PROPOSAL. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal, see Section VI of this announcement for further details regarding the proposal. III. ELIGIBILITY INFORMATION: 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-2014-0013. 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. IV. APPLICATION AND SUBMISSION INFORMATION: All responses to this announcement must be addressed to the Technical point of contact (POC) listed in SECTION VII. DO NOT send white papers to the Contracting Officer. 1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award: FY15 by 31 Oct 2014 FY16 by 01 Jun 2015 FY17 by 31 Jan 2017 FY18 by 30 Jun 2017 FY19 by 29 Jun 2018 White papers will be accepted until 2 PM Eastern Time on 30 Sep 2019, but it is less likely that funding will be available in each respective fiscal year after the dates cited. This BAA will close on 30 Sep 2019. All offerors submitting white papers will be contacted by the technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after submission. 2. CONTENT AND FORMAT: Offerors are required to submit 2 copies of a 5-7 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: a. Section A: Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax and email)(this section is NOT included in the page count); b. Section B: Task Objective; and c. Section C: Technical Summary and Proposed Deliverables. All white papers shall be double spaced with a font no smaller than 12 point. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA RIK-2014-0013 with their submission. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). 3. HANDLING AND MAILING INSTRUCTIONS: a. CLASSIFICATION GUIDANCE. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 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/. 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 J. Guza 315-330-4048 0730-1630 Monday-Friday 315-330-2961 Evenings and Weekends Email: Vincent.Guza@us.af.mil b. CLASSIFIED SUBMISSIONS. AFRL/RISA will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the offeror believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. Offerors that intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the technical point of contact listed in Section VII for guidance and direction in advance of preparation. c. MAILING INSTRUCTIONS. All mailed responses, unclassified/classified, to this announcement must be sent U.S. Postal Service, registered mail and addressed to AFRL/RISA, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-RIK-2014-0013. Electronic submission of classified white paper information is NOT authorized. Questions can be directed to the cognizant technical point of contact listed in Section VII. Electronic submission of unclassified white papers to James Metzler ( James.Metzler@us.af.mil ) will also be accepted. Encrypt or password-protect all proprietary information prior to sending. Offerors are responsible to confirm receipt with the technical POC listed in Section VII. AFRL is not responsible for undelivered documents. If the white paper is sent via electronic transmission, one copy only is required. Any questions can be directed to the technical POC listed in Section VII. 4. OTHER SUBMISSION REQUIREMENTS/CONSIDERATIONS: a. COST SHARING OR MATCHING: Cost sharing is not a requirement. b. SYSTEM FOR AWARD MANAGEMENT (SAM). Offerors must be registered in the SAM database to receive a contract award, and remain registered during performance and through final payment of any contract or agreement. Processing time for registration in SAM, which normally takes forty-eight hours, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration before submitting a proposal. The provision at FAR 52.204-7, System for Award Management (Jul 2013) applies. c. EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT/ SUBRECIPIENT AWARDS: Any contract award resulting from this announcement may contain the clause at FAR 52.204-10 - Reporting Executive Compensation and First-Tier Subcontract Awards. d. ALLOWABLE CHARGES: The cost of preparing white papers/proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. e. 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 V. APPLICATION REVIEW INFORMATION: 1. CRITERIA: The following criteria, which are listed in descending order of importance, will be used to determine whether white papers and proposals submitted are consistent with the intent of this BAA and of interest to the Government: a. Overall Scientific and Technical Merit - The soundness of approach for the development and/or enhancement of the proposed technology, b. Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge, c. Openness, Maturity and Assurance of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology, and d. 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, and comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. Handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. 3. ADEQUATE PRICE COMPETITION: The Government may simultaneously evaluate proposals received under this BAA 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. STEP TWO INFORMATION - REQUEST FOR PROPOSAL & AWARD: 1. AWARD NOTICES: Those white papers found to be consistent with the intentof this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the technical POC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government. For additional information, a copy of the AFRL "Broad Agency Announcement (BAA): Guide for Industry," 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. 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 to support work under this BAA. This acquisition may involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Information Service (DLIS) at http://www.dlis.dla.mil/jcp/ and have a legitimate business purpose may participate in this solicitation. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at the DLA Logistics Information Service, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084, and telephone number 1-800-352-3572. You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your white paper/proposal. 3. DATA RIGHTS: a. SBIR RIGHTS. The potential for inclusion of Small Business Innovation Research (SBIR) or data rights other than unlimited on awards is recognized. In accordance with (IAW) the Small Business Administration (SBA) SBIR Policy Directive, Section 8(b), SBIR data rights clauses are non-negotiable and must not be the subject of negotiations pertaining to an award, or diminished or removed during award administration. Issuance of an award will not be made conditional based on forfeit of data rights. If the SBIR awardee wishes to transfer its SBIR data rights to the Air Force or to a third party, it must do so in writing under a separate agreement. A decision by the awardee to relinquish, transfer, or modify in any way its SBIR data rights must be made without pressure or coercion by the agency or any other party. b. NON-SBIR RIGHTS. Non-SBIR data rights less than unlimited will be evaluated and negotiated on a case-by-case basis. Government Purpose Rights are anticipated for data developed with DoD-reimbursed Independent Research and Development (IR&D) funding. 4. REPORTING: 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. FAPISS 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 publically 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: All white paper and proposal submissions and any questions of a technical nature shall be directed to the cognizant technical point of contact as specified below (unless otherwise specified in the technical area): TPOC Name: James Metzler Mailing Address: AFRL/RISA, 525 Brooks Road, Rome, NY 13441-4505 Telephone: (315) 330-4033 Email: James.Metzler@us.af.mil Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred): Gail Marsh Telephone (315) 330-7518 Email: Gail.Marsh@us.af.mil Emails must reference the solicitation (BAA) number and title of the acquisition. In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (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: B arbara.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-2014-0013/listing.html)
 
Record
SN04359549-W 20161224/161222235400-50a58958911b95077da1f9976e031ad5 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.