SPECIAL NOTICE
69 -- Request for Solutions Quantum Technologies for Threat Military Applications - Package #1 - RFS Quantum Technologies Security Form
- Notice Date
- 8/6/2018
- Notice Type
- Special Notice
- NAICS
- 541715
— Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - Orlando (W900KK), 12211 Science Drive, Orlando, Florida, 32826-3224, United States
- ZIP Code
- 32826-3224
- Solicitation Number
- Quantum_Technologies
- Point of Contact
- Mark A. Muniz, Phone: 4072085807, Brian D Serra, Phone: 407-208-3357
- E-Mail Address
-
mark.a.muniz6.civ@mail.mil, brian.d.serra.civ@mail.mil
(mark.a.muniz6.civ@mail.mil, brian.d.serra.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DD 254 Quantum Technologies This Request for Solutions is issued to identify and evaluate the current state of quantum technology applications, identify and evaluate peer and near-peer quantum/Electronic Warfare (EW) convergence implementations to ensure the Government remains current with adversarial quantum-based threat systems. The Government desires a prototype for a threat-representative system utilizing quantum technologies that can be developed to support U.S. Army training exercises at the major Combat Training Centers (NTC, JRTC, & JMRC). Request for Solutions: Quantum Technologies for Threat Military Applications 1 Purpose This Request for Solutions is issued to identify and evaluate the current state of quantum technology applications, identify and evaluate peer and near-peer quantum/Electronic Warfare (EW) convergence implementations to ensure the Government remains current with adversarial quantum-based threat systems. The Government desires a prototype for a threat-representative system utilizing quantum technologies that can be developed to support U.S. Army training exercises at the major Combat Training Centers (NTC, JRTC, & JMRC). 2 Summary and Background 2.1 A global race has ensued to exploit and operationalize quantum technologies for the use of military effects. The race to conquer the quantum domain is among the most fiercely competitive in today's world of technology. The U.S. Army's Threat System Management Office (TSMO) desires a comprehensive evaluation of current adversarial, non-adversarial, and commercial capabilities utilizing quantum technologies as a strategic means of delivering or supporting operationalized effects (e.g. Cyber, Electronic Warfare, Anti-Access Area Denial, etc.) against U.S. Military and Coalition forces. 2.2 A comprehensive analyses is needed to show how current and future threat capabilities can be or have been enhanced or finally materialized through quantum physics and technologies. An initial research finding report and analyses will serve as a base effort. Upon acceptance of the findings and a conceptual description of a threat-representative follow-on prototype development, an option will support a follow-on methodology development effort and a proof-of-concept aligned with up-to-date threats utilizing quantum physics/technologies. 2.3 The Government's domains of interest regarding quantum and adversarial Electronic Warfare are:  Radars  (Secure) Communications  Sensing  Navigation (inertial sensors - navigation without GPS)  High Precision Weapons  Unmanned Air Systems (UAS)  Cyber (Testing & Training) Several countries view quantum technologies as a key area for providing new and innovative capabilities to their forces. However, current state of the art technologies across all domains are assumed to be at a low Technology Readiness Level (TRL) 1 to TRL 5. This project is based on the militarization of innovative disruptive technologies for adversarial defense purposes. These technologies are assumed to have a low-to-medium TRL but pose as potentially serious threats to Tri-Service Systems, U.S. Forces, and Coalition Partners. Upon completion of the evaluation period, the lead Government Agency and the selected Vendor will assess the feasibility of initial prototypes in the most mature domain and begin system/sub-system development. 2.4 This effort will be accomplished in two phases. Phase I, as the base award, will consist of extensive global market research; with a final report expected to be classified at the Top Secret level. Phase I closeout will consist of a recommended functional area (domain) for Phase II hardware/software prototyping. Phase II, as an option, will consist of prototype development targeted at TRL 7. Transition partners and the determination of Phase II acceptance testing parameter and locations will be defined after Phase I. 2.5 Phase 1 Technical Efforts:  Intelligence Gathering (Classified)  Market Research (Technology-based)  Draft Report Documentation  Final Report Documentation  Close-out Brief w/Recommendation Documentation 2.6 Phase 1 Milestones:  Kickoff  In Progress Review (IPR) 1  IPR 2  Draft Report Presentation at TSMO  Final Report Presentation at TSMO (Classified)  Close-out Brief w/Recommendation (Decision Point for Phase II) 2.7 Phase 2 Technical Efforts:  Design Review Preparation  Functional Testing and Documentation  Acceptance Testing and Documentation  Validation Report Development  Authority To Operate Approval(s) 2.8 Phase 2 Milestones:  Kickoff  Preliminary Design Review (PDR)  IPR 1  IPR 2  Critical Design Review (CDR)  Test Readiness Review (TRR) 1  Initial Functional Test (IFT)  Final Functional Test (FFT)  Factory Acceptance Test (FAT)  TRR 2  Site Acceptance Test (SAT) 2.9 Phase 2 Tests:  Initial Functional Test (IFT) - Laboratory  Final Functional Test (FFT) - Laboratory  Factory Acceptance Test (FAT) - Laboratory  Site Acceptance Test (SAT) - Operationally Realistic Test goals are as follows:  Engineering design and development process is complete  System capability and military utility proven via demonstration of an actual system prototype in an operational environment, such as in an aircraft, vehicle or space.  Prototype engineering design is determined to be supportable (practical, maintainable, safe, etc.) for operational use at TRL 7.  Performance parameters align with identified threat performance 3.0 RFS Responses: 3.1 The Vendor's proposed solution should describe their approach to delivering a unique solution for this effort, with specific emphasis and focus shown in answering the following focus questions/areas: a. Describe the process for implementing intelligence data on Quantum Technologies for Threat Military Applications and the outlined Electronic Warfare functional areas into an analysis leading to a prototype build. b. Describe the ability of the proposed solution to integrate with fielded US Army Threat Battle Command Force systems from the Army Threat Simulator Program. c. Describe your ability to gain and maintain access to Top Secret/Sensitive Compartmented Information (TS/SCI) in accordance with Attachment 1, DD254. Further, describe you ability to perform work and develop products supporting TS/SCI requirements/systems within vendor facilities. These questions are not listed in any specific order of priority and are provided to help focus Vendor responses. While these focus areas are of significant importance, responses will be considered as a whole. 3.2 Please ensure any assumptions made are clearly stated in your response. 3.3 Intellectual Property Rights and Rights in Technical Data and Computer Software: All IP and data and software rights remain negotiable based on individual Vendor solutions. It is the Government's desire to receive government purpose rights to all development and deliverables of technical data and computer software funded under the transaction agreement, for at least a five-year period. The five-year period, or such other period as may be negotiated, would commence upon execution of the Other Transaction Agreement that required development of the items, components, or processes or creation of the data. Upon expiration of the five-year or other negotiated period, the Government would receive unlimited rights in the technical data and computer software. Government purpose rights means the right to use, modify, reproduce, release, perform, display, or disclose technical data and computer software within the Government without restriction; and release or disclose technical data and computer software outside the Government and authorize persons to whom release or disclosure has been made to use, modify, reproduce, release, perform, display, or disclose technical data and computer software for United States government purposes. Your response should clearly outline the appropriate rights in technical data, computer software and software documentation that will be delivered with your solutions, as well as understanding that the US Army has release authority on any publications related to this prototype project. 3.4 Anticipated Delivery Schedule: Vendor shall include the anticipated delivery schedule to reflect their individual solution. 3.5 Proposed Pricing and Milestone Payments: Vendors will submit a fixed amount price for Phase 1 of their prototype solution, further divided into severable milestone payments as appropriate. Your pricing submission shall be submitted together with the technical response as an appendix. There is no limit to the page length for the pricing appendix, though it should be noted that cost detail is not being requested. 3.5.1 Phase 2 pricing will be submitted during the Final Report Presentation at TSMO. Rough order of magnitude pricing for Phase 2 will be delivered during the Draft Report Presentation at TSMO. 3.6 Provide your nontraditional* business status or your ability to meet the eligibility requirements of 10 U.S. Code § 2371b on the cover page of your response. Within your response, please check the following box which applies - with appropriate justification if applicable. There is at least one nontraditional defense contractor or nonprofit research institution participating to a significant extent in the project. All significant participants in the transaction other than the Federal Government are small businesses or nontraditional defense contractors. At least one third of the total cost of the project is to be provided by sources other than the Federal Government. *Nontraditional - an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the Department of Defense (DoD) for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S. Code § 1502 and the regulations implementing such section. 3.7 In addition to your nontraditional business status, the cover page of the response will also include the company name, Commercial and Government Entity (CAGE) Code (if available), address, and primary point of contact including phone number and email address. 3.8 All questions related to this RFS should be submitted in writing to mark.a.muniz6.civ@mail.mil, with "Quantum Technologies for Threat Military Applications" used in the subject line. Questions must be submitted no later than 12:00 PM EST on August 15th, 2018. Questions received after the deadline may not be answered. Questions shall not include proprietary data as the Government reserves the right to post submitted questions and answers, as necessary (and appropriate) to facilitate Vendor solution responses. 3.9 Responses will be submitted no later than 12:00 PM EST on August 30, 2018. Your response should be submitted electronically to mark.a.muniz6.civ@mail.mil, with "Quantum Technologies for Threat Military Applications" used in the subject line. Any submissions received after this time on this date may be rejected as late and not considered. 3.10 Technical responses shall not exceed 10 pages in length, utilizing standard 12-point font. Charts or figures directly relevant to the solution may be referenced and submitted as appendices and are not bound by the 12-point font requirement or page count. Any pages submitted outside of this page length requirement, outside of standard charts and figures, will not be reviewed. Cover page does not count towards page count. 3.11 Your submissions shall be submitted as a PDF document, with your company name listed as the first part of the file submission. (e.g. "Company X - Quantum OTA Submission" 4.0 Selection Process 4.1 Individual responses will be evaluated with consideration given to the vendor's ability to provide a clear description of the proposed solution, technical merit of the response and total project risk. The proposed project price, schedule, and intellectual property rights assertions will be considered as aspects of the entire response when weighing risk and reward. The Government will evaluate the degree to which the submission provides a thorough, flexible, and sound approach in response to the identified focus questions/areas in Paragraph 3.1 as well as the ability to fulfill the security requirements in Attachment 1, DD254 Security Classification. 4.2 The Government will award this project, via TReX, to the respondent(s) whose solution substantiates to be most advantageous to the Government, cost, schedule, technical risks and other factors considered. The Government reserves the right to award to a respondent that does not meet all of the requirements, but provides attributes or partial solutions of value, of the Request for Solutions. 4.3 If sufficient validation of the claim is not provided, the Government may reject the submission. Assessment of risks is subjective. If the risk is obvious or the schedule seems overly aggressive, the Government will consider that in their total risk assessment. 5.0 Additional Information 5.1 The costs of preparing and submitting a response is not considered an allowable direct charge to any government contract or agreement. 5.2 Export controls: research findings and technology developments arising from the resulting White Paper may constitute a significant enhancement to the national defense and to the economic vitality of the United States. As such, in the conduct of all work related to this effort, the recipient will comply strictly with the International Traffic in Arms Regulation (22 C.F.R. §§ 120-130), the National Industrial Security Program Operating Manual (DoD 5220.22-M) and the Department of Commerce Export Administration Regulation (15 C.F.R. §§ 730-774). 5.3 Interaction and/or Disclosure with Foreign Country/Foreign National Personnel. The Vendor should comply with foreign disclosure processes IAW US Army Regulation (AR) 380‐10, Foreign Disclosure and Contacts with Foreign Representatives; Department of Defense Directive (DoDD) 5230.11, Disclosure of Classified Military Information to Foreign Governments and International Organizations; and DoDD 5230.20, Visits and Assignments of Foreign Nationals. 5.4 All submissions will be unclassified. Submissions containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes will include the following sentences on the cover page: "This submission includes data that will not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and will not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with - the submission of this data, the Government will have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]" 5.5 Each restricted data sheet should be marked as follows: "Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this submission."
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/15d8bb807ce00979242c40708091f235)
- Record
- SN05022100-W 20180808/180806231011-15d8bb807ce00979242c40708091f235 (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 |