SOURCES SOUGHT
A -- POSITIONING, NAVIGATION AND TIMING
- Notice Date
- 3/24/2021 12:12:55 PM
- Notice Type
- Sources Sought
- NAICS
- 5417
— Scientific Research and Development ServicesT
- Contracting Office
- W6QK ACC-APG ABERDEEN PROVING GROU MD 21005-1846 USA
- ZIP Code
- 21005-1846
- Solicitation Number
- W56KGU-18-R-PN22
- Response Due
- 11/30/2022 8:59:00 PM
- Archive Date
- 02/22/2023
- Point of Contact
- Audrey M York-Nicola, Contract Specialst, Phone: 433-861-4642, Nina M Bushnell, Contracting Officer, Phone: 4438614648
- E-Mail Address
-
audrey.m.york6.civ@mail.mil, nina.m.bushnell.civ@mail.mil
(audrey.m.york6.civ@mail.mil, nina.m.bushnell.civ@mail.mil)
- Description
- 24 March 2021 update: added page numbers to PDF document updated Topic 1 by removing the topic content, as this topic is no longer needed by the Army and updated section 5.2.1 Full Proposal Format Page 15 G. If the amount of the proposal exceeds $750,000, and the offeror is other than a small business concern, the offeror must agree to prepare, submit, and negotiate for incorporation into the contract a plan for subcontracting to small and small disadvantaged businesses, for participation in the effort in accordance with FAR 52.219-9. 05Nov2019 update: Requiring Activity name and the scope in Section III. 26June2019 update:� Contract Specialist changed from Jennifer to Audrey M York-Nicola. The U.S. Army Combat Capabilities Development Command (CCDC), Command, Control, Communications, Computers, Combat Systems, intelligence, Surveillance and Reconnaissance (C5ISR) Aberdeen Proving Ground, MD 21005 Broad Agency Announcement W56KGU-18-R-PN22 POSITIONING, NAVIGATION AND TIMING ADVANCED TECHNOLOGIES COMMAND, POWER AND INTEGRATION (CP&I) DIRECTORATE November 2017 ? TABLE OF CONTENTS Part I Introduction Part II General Information Part III Scope - Research Interests Part IV Research Interest Topics Part V Submission Preparation and Format Part VI Topic Response Requirements Part VI I Submissions Part VIII Full Proposal Evaluation ? PART I INTRODUCTION This document is a Broad Agency Announcement (BAA) sponsored by the U.S. Army Combat Capabilities Development Command (CCDC), Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR). This BAA will be valid through 30 November 2022, unless terminated earlier at the government's discretion. This BAA is issued under the provisions of paragraph 6.102(d)(2) and subpart 35.016 of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of research and development proposals submitted in response to this announcement. Accordingly, full proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, titled Competition in Contracting Act of 1984. Solicitation No. W56KGU-18-R-PN22 will be used for this effort. All awards made in accordance with this BAA will be selected via a two-step process. All offerors must submit white papers as detailed in PART V. After the white papers have been evaluated, only those offerors whose white papers are deemed most beneficial to the Government will be asked to provide a formal full proposal for further evaluation and potential contract award in accordance with PART VIII. Prospective offerors should note that this BAA is an expression of interest only and does not commit the Government to make an award or pay proposal or white paper preparation costs generated in response to this announcement. For this solicitation, the costs of response preparation are not considered allowable direct charges to any resultant contract or any other contract. No contract award will be made unless appropriated funds are available. Proposals will be considered from all organizations interested in conducting scientific research. This includes colleges and universities, non-profit research institutions, commercial firms, small business and small disadvantaged business concerns, historically black colleges and universities, and minority business enterprises and institutions. Other prospective offerors include commercial companies, educational institutions, non-profit organizations, and Canadian firms participating in the Defense Sharing Development Program. All submissions, to include white papers and full proposals, should be directed to Audrey M York-Nicola, Contract Specialist, 443-861-4642, email: audrey.m.york6.civ@mail.mil, or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil. No contract award will be made unless appropriated funds are available for research and development. Prospective offerors are reminded that only a duly warranted contracting officer may obligate the Government to an agreement involving the expenditure of Government funds. Questions concerning contractual, cost or pricing, or proposal format matters may be directed to Audrey M York-Nicola, Contract Specialist, 443-861-4642, email: audrey.m.york6.civ@mail.mil or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil. Technical questions shall be directed to the Contract Specialist and/or Contracting Officer. Technical questions will then be forwarded to the technical point of contact (TPOC) responsible for specific research areas of interest under PART IV. Prospective offerors are advised that all communication, prior and after white paper/full proposal submission, shall be routed through either Audrey M York-Nicola, Contract Specialist, 443-861-4642, email: audrey.m.york6.civ@mail.mil or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil. No discussions are to be held with offerors by the technical staff after receipt of white paper/ full proposal submission without permission of the Contracting Officer. There will be no formal Request for Proposals (RFP) or any further solicitation documents issued in regard to this BAA. Interested parties should be alert for any BAA amendments or additional areas of research interests that may be published under this BAA on the Army Single Face to Industry webpage, available at https://acquisition.army.mil/, or on the Federal Business Opportunities (FBO) webpage, available at https://www.fbo.gov/. ? PART II GENERAL INFORMATION The U.S. Army Combat Capabilities Development Command (CCDC), Command, Control, Communications, Computers, Combat Systems, Intelligence, Surveillance and Reconnaissance (C5ISR) is soliciting proposals under this BAA for the performance of research, development, design, and testing that directly supports advancement of battlefield technologies in the area of Positioning, Navigation and Timing (PNT). The aim of this BAA is to discover technical approaches to improve and enhance current and future land warrior capabilities, flexibility, and responsiveness in line with CCDC C5ISR's strategic vision for enhancing Warfighter capabilities to operate in a symmetric and unsymmetrical environment. CCDC C5ISR 's plan is to support multiple and potentially multiphase efforts that pursue the design, development, integration, and demonstration of critical and enabling technology and system attributes pertaining to PNT. Proposed efforts will primarily be of service and material with aims at resolving technical barriers as identified under PART IV. It is anticipated that proposals submitted in response to this BAA would range in scope of effort from study/analysis type work with limited data and hardware/software deliverables to larger efforts for component developments, techniques, and demonstrations with breadboard and/or prototype style deliverables. The Government realizes that varying technical/scientific approaches will be employed by potential offerors. The Government anticipates use of a Cost-Plus-Fixed-Fee (CPFF) type of contract in connection with this BAA. The Government reserves the right to use a different type of contract. Offerors may propose alternate contract types providing that the alternative is supported in the proposal. Use of alternative contract types, if proposed by the offeror, will be negotiated before award. To be eligible for award of a contract, all prospective offerors, with the exception of other governments, including state and local government agencies, must meet certain minimum standards pertaining to financial resources, adequacy of accounting systems, ability to comply with performance schedules, prior record of past performance, integrity, organizational structure, experience, operational controls, technical skills, facilities and equipment. For additional information and guidance concerning qualifications and standards for responsibility of prospective contractors, please refer to Part 9 of the FAR. There are certain post-employment restrictions on former federal officers and employees (Section 207 of Title 18, United States Code). If a prospective offeror believes a potential conflict of interest may exist, the situation must be brought to the attention of the Contracting Officer before expending time and effort in proposal preparation. Offerors shall make their proposals valid for at least 180 days. The Government reserves the right to make an award at any time during the life of this BAA. The Government also reserves the right to fund all, some, one, or none of the full proposals received under this BAA. The Government shall consider Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense Research and Development Pools as set forth in FAR Subpart 9.7. The Government requires that prospective offerors prepare and submit white papers in accordance with instructions in PART VI, prior to preparing a full proposal. This will assist prospective offerors in avoiding the expense of preparing a full proposal that may not be selected for award under this BAA. Format and submission preparation requirements are further explained under PART V. All white papers and full proposals will be reviewed and responded to regardless of its final disposition. Once again, the Government will not be responsible for any costs associated with the preparation and delivery of submissions.? PART III SCOPE - RESEARCH INTERESTS Program Description(s): The U.S. Army CCDC C5ISR, CP&I Directorate has the mission of research, design, development, initial acquisition, integration, demonstration, and testing of a variety of experimental, inventory, commercial-off-the-shelf and other electronic C5ISR systems for a variety of Army missions. The goal is to support CCDC C5ISRs Strategic Thrust for PNT by providing technical and operational capabilities that enables the Soldier to continue their operations in hostile RF and GPS denied environments. Proposed technical approaches may apply to operations both before and after the cessation of hostilities. This announcement emphasizes approaches that address the very different challenges presented by urban fighting and dramatically enhance war fighter capabilities, for example, the ability to interact, maneuver, and operate under a time constrained environment. These changes should generally result in lower casualties, lower collateral damage, and the effective use of combat power. The specific topics of interest revolve around the research and development of technologies may provide revolutionary improvements to the entire spectrum of PNT. In order to achieve the capabilities described above, CP&I Directorate will pursue the design, development, integration, and demonstration of critical and enabling technologies and system attributes pertaining to citied areas of interest. Offerors should emphasize radical concepts that may contain high technical risk, but if enabled, would have commensurate high military payoff. The Government is not interested in extensions to existing CCDC C5ISR programs or minor improvements to operational capability. Rather, CCDC C5ISR is seeking innovative concepts that will provide either an entirely new military capability or will enhance existing capability by orders of magnitude (based on demonstrable relevant metrics). Offerors should be prepared to support the technical feasibility of their concept or idea, and then be prepared to demonstrate and discuss successive phases leading toward technology development. Offerors should also be prepared to propose a base effort supporting the technical feasibility of their concept or idea, and to propose pre-priced options or subsequent phases that further lead toward technology development. Modular Open Systems Approaches (MOSA) are a warfighting imperative. Victory in future conflicts will in part be determined by our ability to rapidly adapt systems, integrate new capabilities, and share information from machine to machine. Modular open systems utilize open interfaces to connect well defined modules. The CCDC C5ISR Center has made substantial investments in developing MOSA for C5ISR applications. These efforts have focused on the following: 1.) Software frameworks that support modular reusable software 2.) RF system interfaces enabling third party access/control of sophisticated RF chains 3.) Embedded computing hardware interfaces 4.) Network interfaces for discovery, management, and data dissemination The results of these MOSA initiatives have resulted in the development of C5ISR/EW Modular Open Suite of Standards (CMOSS) which is aligned with the Sensor Open Systems Architecture (SOSA) Technical Standard. CMOSS leverages open standards such as the Modular Open RF Architecture (MORA), Vehicular Integration for C5ISR/EW Interoperability (VICTORY), OpenVPX, REDHAWK, Software Communications Architecture (SCA), and Future Airborne Capability Environment (FACE). Specifications in active development and use can be found at the following locations: VICTORY (https://www.victory-standards.org/index.php/publicly-available-documents) MORA (https://www.victory-standards.org/index.php/publicly-available-documents) OpenVPX (http://www.vita.com) REDHAWK (https://redhawksdr.github.io/Documentation) SCA (http://www.public.navy.mil/jtnc) FACE (http://www.opengroup.org/face) SOSA (http://www.opengroup.org/sosa) The proposed technical approach for all topics should be designed in accordance with CMOSS and SOSA whenever possible. It is envisioned that the effort will have a base period of 12 months and two (2) option periods of 12 months each. Offerors should not propose total efforts exceeding 36 months.? PART IV RESEARCH INTEREST RESEARCH INTEREST TOPIC ONE (1) Research Interest: Content for this topic has been removed and is no longer required. ? RESEARCH INTEREST TOPIC TWO (2) Research Interest: Vehicle Navigation System (VNS) Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic is to develop, design, and demonstrate ground vehicle mounted PNT systems, for the benefit of mission command and decision enhancing technologies for the battlefield. Description: CCDC C5ISR is interested in a near term solution for non-autonomous and autonomous ground vehicle platforms to include a scalable and upgradeable hardware solution that provides PNT information in GPS challenged and denied environments. The VNS design should be configurable to balance minimization of essential components, and therefore overall cost of the system, commensurate with mission and operational functionality. Considerations for VNS designs should allow upgrading to GPS military code (M-code). The VNS should be packaged such that SWAP-C (size, weight, power, and cost) will be minimized and will include interfaces for encryption keying, user interface or display, and connectors for external power, antenna, and multiple electrical interfaces including Ethernet that can route PNT data. The VNS should be compatible with the network timing protocol (NTP), the precise timing protocol (PTP), and be able to take aiding sensors from the vehicle if available to improve its navigation and timing solution. ? RESEARCH INTEREST TOPIC THREE (3) Research Interest: Inertial Navigation Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, develop, demonstrate and advance inertial navigation technology. The technologies sought will be considered to provide improved situational awareness capabilities and support mission command and decision enhancing technologies for the battlefield and its commanders. Description: Inertial Navigation Systems (INS) are comprised of Inertial Sensors such as accelerometers and gyroscopes which measure specific forces and angular rates. CCDC C5ISR is interested in ideas for inertial sensors and systems targeted for dismounted soldier and vehicle navigation platforms that allow navigation in GPS denied conditions. This includes novel gyroscope and accelerometer sensor designs utilizing the following (but not limited to): Micro-Electro-Mechanical Systems (MEMS), mechanical, optical, and atomic domains that meet the SWaP-C goals for the platforms considered. Also of interest are techniques to improve long term performance, such as the following: calibration sensor self-calibration, velocity updating, and range aiding techniques. ? RESEARCH INTEREST TOPIC FOUR (4) Research Interest: Positioning Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, develop, demonstrate and advance the state of-the-art with respect to location determination and/or orientation technologies, for the benefit of improved mission command and decision enhancing technologies. Description: Location determination involves using sources that are external to the platform to establish position information, such as the following: GPS, Multi-Global Navigation Satellite Systems (Multi-GNSS), radio navigation, celestial navigation, terrain matching, Signals of Opportunity (SOP), and radio atmospheric signals. Particular aspects of interest to CCDC C5ISR are advanced GPS receiver hardware including but not limited to new RF front end designs, non-traditional RF correlator configurations and designs, novel antenna designs, software defined GPS receivers as well as concepts that address integrity monitoring of the GPS signals themselves or of the GPS navigation solution. This could be done in any of a variety of ways including algorithmically or through hardware techniques. Utilization of GNSS signals is also an area of potential interest, including methods to allow standard GPS receivers to track non GPS signals (i.e., GPS receiver software modifications for tracking Galileo satellites). Also of interest are concepts and proposals which leverage emerging and planned future signals, for example, upgradable to M-Code signals as well as new receiver architectures including advanced tracking and acquisition algorithms. These algorithms might, for example, decrease the Time To First Fix (TTFF) or increase resistance to jamming. Lastly, anti-jam GPS or GNSS antennas and related techniques will be considered as well. RESEARCH INTEREST TOPIC FIVE (5) Research Interest: Aiding Sensors for Navigation Systems Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal for this topic is to identify, develop, demonstrate and advance navigation aiding technologies for dismounted soldiers and ground vehicle platforms where GPS performance is degraded or unavailable. Ultimately projects considered and selected for funding under this topic will provide improved situational awareness capabilities and support of mission command and decision enhancing technologies. Description: Primary considerations for aiding sensors include SWAP-C, as well as the ability for the aiding sensors to improve GPS position accuracy or maintain similar performance for extended periods of time in the absence of GPS signals. Systems that do not emit radiation or have minimal and/or controlled radiated emissions are considered more favorable. Physical hardware modularity, ease for embedding, adapting or optimizing to fit onto a range of military platforms (e.g., dismounted soldiers, combat vehicles or possibly aerial vehicles) and the ability for future systems upgrades, including software, are highly desirable characteristics. The ability for proposed systems to function properly, and adhere to architectures anticipated, in the Army Common Operating Environment (COE) is also considered highly advantageous. Examples of technologies of possible interest for aiding sensors for military navigation systems, include, but are not limited to, the following: (1) Vision-based navigation systems and techniques including advanced computer tracking, mapping and feature identification and extraction algorithms, optical-lens technology and miniature solid-state materials, devices and cameras; (2) Systems based upon light-detection and ranging (LIDAR) or laser-detection and ranging (LADAR); (3) Radio-frequency (RF) ranging, especially that which consumes minimal radio bandwidth and power, and which has minimal impact on adjacent radio communications systems; (4) Velocity sensors, speed detectors, magnetometers and other passive sensors for advanced orientation and navigation techniques; and (5) Network-assisted navigation systems and concepts. ? RESEARCH INTEREST TOPIC SIX (6) Research Interest: Navigation Sensor Fusion Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation & Timing Division Objective: The goal of this topic area is to identify, develop, demonstrate and advance the area of navigation sensor fusion for mounted and dismounted soldier applications. Projects selected for consideration will be applicable to mission command and decision enhancing technologies. Description: Navigation Sensor Fusion involves the combining of information from multiple diverse navigation aiding sensors (cameras, magnetometers, laser rangefinders, etc.) to arrive at an optimal PNT Solution. CCDC C5ISR is interested in the following aspects of sensor fusion technologies: (1) Open Architecture Sensor Fusion Designs that are non-proprietary and flexible to facilitate modification and tailoring to mission requirements and ease interfacing and integration of an array of random new and existing sensor types; (2) Plug-and-play architectures to reduce sensor integration and configuration complexity, time and costs while standardizing software, electrical and mechanical interfaces; (3) Compressive sensing algorithms using (but not limited to) modeling and sampling techniques to efficiently acquire and process optimal sensor data to construct and/or contribute to an accurate navigation solution; (4) Over-determined sensors/techniques where sensor data, capabilities and applications are fused and optimized to provide the most robust and accurate navigation solutions; and (5) Artificial Intelligence to enhance sensor fusion by adapting and responding to the changes in the environment and intelligently fusing sensor data. ? RESEARCH INTEREST TOPIC SEVEN (7) Research Interest: Biomimetic for Navigation Purposes Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, develop, demonstrate and advance the state of the art in PNT through biologically inspired technologies, as they relate to mission command and decision enhancing technologies. Description: CCDC C5ISR is interested in the application of biomimetic technologies to any of the other PNT topics of this BAA. Of interest are the following areas: (1) Biomimetic processes, models, systems and techniques used by vertebrate and invertebrate species (e.g., cataglyphis ants, halictid bees, migratory birds, fish) that can be applied to solve complex PNT technical challenges. Specific items of interest include novel sensors based on biomimetic processes which can potentially be exploited for attitude, orientation and/or navigation purposes, and also the use of tailored algorithms for application to PNT technical challenges; (2) Synergistic fusion of biomimetic and traditional PNT technologies and materials; and (3) Optimization of SWaP-C of PNT systems by application of biologically inspired systems. ? RESEARCH INTEREST TOPIC EIGHT (8) Research Interest: Timing for PNT Systems Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, develop, demonstrate and advance the area of accurate timing sources and time transfer technologies for Army applications, as they relate to mission command and decision enhancing technologies. Description: Timing characteristics of interest include: accuracy, long- and short-term stability, and low phase noise under environments commensurate with military specifications. High accuracy clocks are necessary to provide time to a variety of Army systems in GPS denied environments. SWaP-C are concerns for dismounted soldier and ground/aerial manned/unmanned vehicle platforms. Examples include, but are not limited to, the following: miniature atomic clocks, atomic frequency standards, and tightly coupled GPS receivers/clocks. An additional area of interest includes wireless time transfer methods to preserve time accuracy. ? RESEARCH INTEREST TOPIC NINE (9) Research Interest: Modeling and Simulation (M&S) for PNT Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, design, develop, and demonstrate the application of modeling and simulation to each of the other PNT topics identified in Part IV of this BAA. Description: The application of M&S provides benefits across the phases of technology development. CCDC C5ISR is interested in innovative approaches to the design, development, and application of M&S in the following areas: (1) supporting design trade-offs in technology development; (2) conducting performance analysis of components, systems, and systems of systems; (3) analyzing the impact of PNT technology insertion on mission operations in various environments, including the emerging threat (integration of PNT M&S with mission and campaign level simulations); (4) support to mission planning and decision making with an understanding of the importance and implications of PNT availability; and (5) the application of model based system engineering tools and practices to support PNT technology development. ? RESEARCH INTEREST TOPIC TEN (10) Research Interest: Technologies for Navigation Warfare (NAVWAR) Applications Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, design, develop, and demonstrate NAVWAR technologies. Description: NAVWAR technologies will provide US Forces with the ability to deny GPS/ GNSS to adversaries while simultaneously enabling US Forces to survive an Electronic Attack against GPS. The Army is interested in capabilities that can monitor, understand and control the Anti-Access Arial Denial (A2AD) environment on a battlefield. CERDEC is interested in innovative approaches in the following areas: (1) techniques in real-time detection, geo-location and characterization of GPS interference sources, (2) real-time detection of GPS receiver spoofing attacks (supplanting good PNT data with false signals, either by rebroadcast or signal generation of incorrect position or time), (3) situational awareness by leveraging existence of GPS receivers and/or sensors integrated into Army units, (4) technologies that assure unimpeded access to precise navigation information in challenging environments, (5) technologies that selectively deny PNT information to adversaries while protecting PNT information to neutral/friendly forces. ? RESEARCH INTEREST TOPIC ELEVEN (11) Research Interest: Autonomy and Artificial Intelligence (AI) Application for PNT Division: CCDC C5ISR, CP&I Directorate, Positioning, Navigation and Timing Division Objective: The goal of this topic area is to identify, design, develop, and demonstrate the application of autonomy and/or AI technologies and techniques for each of the other PNT topics identified in Part IV of this BAA. Description: Autonomy and artificial intelligence techniques and technologies for PNT will provide the Warfighter with advanced capabilities. CCDC C5ISR is interested in innovative approaches in the following areas: (1) The utilization of artificial intelligence to enhance sensor fusion through adaptive responses to the changes in the environment, (2) Intelligently fusion of sensor data, (3) AI to provide situational awareness to the soldier, (4) The utilization of AI to allow navigation systems to learn about the environment, routes, and actual measurements for GPS and other sensors to improve the accuracy of the navigation systems, (5) Autonomous solutions for navigation, providing advanced obstacle avoidance, (6) Techniques and technologies to improve the speed of autonomous, (7) Techniques and technologies to improve the real time processing of sensor data for autonomous, (8) AI technologies and techniques that can learn about and adapt to PNT threats to overcome them, and (9) AI algorithm development and application to improve PNT capabilities. ? PART V SUBMISSION PREPARATION AND FORMAT 5.1 Information and Guidelines for Preparation and Submission of White Papers The purpose of the white paper is to permit the submitter to present an explanation of the idea/concept, its technical merit, and military relevance in a cost effective and efficient manner. The submitter should articulate the innovative concept and technology development needed with respect to demonstrable metrics. Offerors should explain in the white paper the feasibility of idea/concept transition to the military, other government agencies or organizations, or other interested users, as applicable. Additionally, offerors should clearly specify the intended demonstrable improvements over current systems, explain transition paths, specify tentative schedules, and provide a rough order of magnitude (ROM) estimate of cost. The submission of the white paper should be used by the offeror to avoid unnecessary expenses often incurred in proposal generation for ideas that may not be of interest to the Government. CP&I Directorate will endeavor to respond to white papers in an expeditious and timely manner. If CP&I Directorate is interested in your white paper, you will be notified by a formal letter to submit a full proposal. The Government's full proposal request letter may ask the offeror to focus in on a specific concept proposed, or abandon other proposed concepts deemed less valuable by the Government. Offerors in receipt of a white paper approval letter should then expect to proceed to the second step; submitting a full proposal as stated in section 5.2. 5.1.1 White Paper Format White papers are to be limited to five (5) pages (single-sided, single-spaced, size 12 font, Times New Roman) and should identify the specific research interest area addressed, provide a description of the problem(s) that will be solved, a description of the proposed solution, any existing evidence that the proposed solution(s) will be successful, and the relative impact of such a solution(s), should it or they prove successful. No facsimile submissions will be accepted. The white paper should have a cover sheet (not included in the five-page limit). The white paper should address and answer the following information and questions: 1. BAA number (W56KGU-18-R-PN22) 2. Technical area (see PART IV Research Interest Topics) 3. Lead Organization Submitting Proposal 4. A high level description of the concept, technology or product 5. Expected deliverables 6. Is the proposed technology leveraged from commercial programs? 7. Does the proposed technology or product contain a proprietary solution? 8. Type of business (selected from the following categories): ""LARGE BUSINESS,"" ""SMALL DISADVANTAGED BUSINESS,"" ""OTHER SMALL BUSINESS,"" ""HBCU,"" ""MI,"" ""OTHER EDUCATIONAL,"" or ""OTHER NONPROFIT"" 9. Contractor's taxpayer identification number 10. Other team members (if applicable) and type of business for each 11. White Paper title 12. Technical point of contact to include: salutation, last name, first name, valid organizational mailing address, telephone, fax, electronic mail 13. Administrative point of contact to include: salutation, last name, first name, valid organizational mailing address, telephone, fax, and electronic mail. 14. The R...
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ca52ee8c85024718bd27689743213949/view)
- Record
- SN05952657-F 20210326/210324230119 (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 |