The RFP Database
New business relationships start here

Very Low Frequency (VLF)/Low Frequency (LF) Communications Technologies Research Broad Agency Announcment


Massachusetts, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 This is a three (3) year Broad Agency Announcment (BAA) with Calls. This announcement contains both the basic BAA (BAA-HNAK-2017-0001) and first Call (Call 0001).

 

Broad Agency Announcement (BAA)  

Air Force Life Cycle Management Center

Hanscom AFB, MA

BAA No: BAA-HNAK-2017-0001

 

NAICS CODE: 541712

 

Federal Agency Name:  Air Force Life Cycle Management Center (AFLCMC)

 

Broad Agency Announcement Title:   Very Low Frequency (VLF)/ Low Frequency (LF) Communications Technologies Research

 

Broad Agency Announcement Type:  This is a Two-step Broad Agency Announcement with Calls. This BAA will be open for three (3) years. Individual Calls will specify due dates and times for white papers. Follow on government correspondence will specify due dates for proposals.

 

Brief Summary of Need: The focus of this BAA is to solicit industry and academia assistance in assessing whether there have been advances in science and technology that could be potential solutions to urgent problems in VLF/LF Communications Technologies. The goal is to discover and evaluate potential advancements for their viability in addressing problems in four major Focus Areas: A) VLF Receivers, B) VLF Antennas, C) VLF Propagation & Waveform Modes, and D) Legacy Software Modification Initiatives.  The desired outcome is to determine if these advancements might lend themselves to potential solutions which would help address current performance requirements pertaining to new VLF receiver systems.

 

Industry Day Announcement: In an effort to facilitate responses, AFLCMC Nuclear C3 Terminals Branch may host an Industry Day on a date to be determined at MITRE in Burlington, MA.  Interested parties can contact Daira Rodriguez at (781)271-2006, e-mail daira.rodriguez@us.af.mil or Filomena Gomez at (781)271-5067, e-mail filomena.gomez@us.af.mil for information regarding visitor pass requirements, security clearances for access to classified data, and to submit potential topics for discussion.

 

Brief Summary of Process: The Two-step process consists of a Call where potential Offerors are invited to submit brief descriptive white papers in lieu of a full proposal. White papers are evaluated in accordance with evaluation criteria established in this BAA, any future amendments to this BAA or in the specific Call. Full proposals may be requested from those Offerors selected in the white paper evaluation process. Prior to issuance of any request for full proposals, the Government may conduct one-on-one sessions with those offerors with favorable white paper evaluations. The BAA will remain "open" for three (3) years; however, white papers will only be solicited and accepted during Calls - made by amendments to this BAA.  Each Call will identify focus areas or topics and contain a common cut-off date for white paper submission. 

 

Definitions

 

Call: A Call is a requirement posting, issued through FedBizOpps at http://fbo.gov soliciting a specific/targeted response and/or proposal for a specific research effort. A Call will contain a specific description of the research effort to be addressed, the anticipated period of performance, and any other information peculiar to the specific requested effort. Calls are published independently at various times during the open period of the basic BAA.

 

White Paper: White papers are brief descriptive summaries that can be submitted by the Offeror's consideration in response to this BAA when a Call is issued. Instructions on white papers are described in a separate section.

 

Proposal: Proposals include a Technical/ Management Section with a Statement of Work suitable to be incorporated in to a contract, a Cost/Business Section, a Subcontracting Plan (if applicable) and a completed Model Contract as described in section titled Proposal and Submission Information. No unsolicited proposals will be accepted. The Contracting Officer will contact and request proposals from Offerors whose white papers have been selected.

 

I. General Information

 

•a.       The over-arching strategy of this two-step BAA is to efficiently execute research and development during the three (3) year open period to assist in delivering practical solutions to urgent problems.

 

•b.      There will be no other announcement issued for this requirement. Offeror must monitor FedBizOps for amendments to this BAA, Industry Day Announcements, and/or Calls issued.

 

•c.       Specific interests and objectives covered by this BAA are detailed in the "Focus Areas" which leverage existing air, space, cyber, national and global ISR and Non-Traditional ISR (NTISR) systems capabilities and lead to or enable revolutionary and evolutionary improvements in capability, performance, and cost savings.

 

•d.      All unclassified communications pursuant to this BAA, including any technical and contractual questions, shall be forwarded to the Contracting Officer, Filomena Gomez at filomena.gomez@us.af.mil and the Contract Specialist, Daira Rodriguez at daira.rodriguez@us.af.mil. All classified communications pursuant to this BAA shall be forwarded to Herbert Grover at herbert.j.grover.civ@mail.smil.mil.

 

•i.        Note: The technical POC(s) for all requirements advertised under this open BAA will be specified with each individual Call for proposals.

•ii.      Note: The contracting POC(s) for all requirements advertised under this open BAA will be specified with each individual Call for proposals.

 

II. Program Description

 

•a.       The primary focus of this three (3)-year BAA is to solicit business and academia for assistance in assessing whether there have been advances in science and technology that might assist in developing solutions that address current performance requirements pertaining to new very low frequency (VLF) receiver systems. The Air Force is looking for modern receiver, antenna, and waveform capabilities and technical solutions.  These systems are intended to be common amongst multiple airborne and ground platforms; including B-52, E-4B, Navy E-6B, B-2, Long Range Strike Bombers, tankers, WCPs, and ICMB Control Centers. The United States Air Force has different fielded VLF/LF receiver variants for its bombers, wing command posts, strategic mobile command posts and the intercontinental ballistic missile systems.  ALFCMC/HNAN wants to assess potential performance improvement options for the next generation of VLF receivers.  Industry and academic assistance in this assessment is important to understand potential approaches in developing a survivable, endurable, and secure-only VLF/LF terminal that offers near-worldwide coverage for nuclear C2.  As such solutions are identified and reviewed, the Nuclear C3 Terminals Branch will work in partnership with industry and academia to conduct research and development, and possibly request technology demonstrations of viable solutions.  This science and technology assessment will fall into four major Focus Areas:

 

FOCUS AREA A: VLF Receivers

FOCUS AREA B: VLF Antennas

FOCUS AREA C: VLF Propagation & Waveform Modes

FOCUS AREA D: Legacy Software Modification Initiatives

 

•b.      Areas of interest within the focus areas include, but are not limited to: capacity, feasibility, and technology readiness levels of receiver, antenna, and waveform - to include expanded modernized advanced capabilities. Performance improvement objectives at this time target range, time of receipt, interoperability, and cost reductions via platform commonality as well as other classified performance attributes.

 

III. White Paper Instructions/Submission

 

•a.       Individual Calls will contain specific information pertaining to content and form of submission for white papers. White papers are to be submitted only when Calls to this BAA request them. Late submittals will be considered untimely and will not be accepted.. Each Call will specify the required time period for completion of the technical effort.

 

•b.      All white papers submitted under this BAA must be unclassified and contain a title, name and address of the company, CAGE Code, Technical and Contracting points of contact, Telephone Number, and E-mail address.

 

•c.       Funding Restrictions: The cost of preparing White Papers or Proposals in response to this BAA is not considered an allowable direct charge to any resulting or other contract.

 

IV. White Paper Evaluation

 

•a.       Individual Calls will contain specific information pertaining to evaluation teams, assessment areas, evaluation criteria, risk assessment, and review and selection process for white papers and proposals. Evaluation criteria will address technical merit, importance to agency programs, and Cost/Price.

 

•b.      The selection of one or more sources for award will be based on Agency need, funding availability, and an evaluation of the white paper against the criterion listed in the individual Call to determine the overall merit of the white paper. This evaluation will be documented by the evaluation team and serve as a basis for recommendation to the Contracting Officer. An unfavorable white paper evaluation may restrict the offeror from further consideration.

 

V. Award Information

 

•a.       Anticipated funding for the program (not per Call, contract, or award) is $4.4M, with the following anticipated budgets: $1M in FY 17 and $3.4M in FY 18. This funding profile is an estimate only and is not to be construed as a contractual obligation for funding. Each Call will contain funding profiles specific to that effort. All funding is subject to change due to government discretion and availability of funds. Due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice.

 

•b.      White papers found to be consistent with the requirements of the BAA and the evaluation criteria established in individual Calls may be invited to submit a full technical/cost proposal. Notification will be submitted by the Contracting Officer via a Procurement Contracting Officer (PCO) letter. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a full technical/cost proposal will be notified in the same manner. Prospective offerors are hereby notified that only Contracting Officers are legally authorized to commit the Government.

 

•c.       Offerors will be notified via e-mail whether or not their proposal is recommended for award on or about the date specified in each Call. An award recommendation is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award.

 

•d.      The Government reserves the right to issue or not issue Calls pursuant to this BAA. The Government further reserves the right to make one, multiple, or no awards pursuant to Calls against this BAA. The total number of awards under this BAA is unknown at this time.

 

VI. Eligibility Information

 

•a.       In Accordance With requirements of FAR clause 52.204-7, by submission of an Offer, the Offeror acknowledges the requirement that a prospective awardee shall be registered in the System for Awards Management (SAM) database at www.sam.gov  prior to award, during performance, and through final payment of any contract, basic agreement, basic ordering agreement, or blanket purchasing agreement resulting from this announcement.

 

•1.      All perspective contractors must be current in the System for Award Maintenance (SAM)

 

•2.      Be registered in SAM prior to submitting a proposal.

 

•3.      Maintain an active SAM registration with current information at all times during which it has an active Federal award or an application or proposal under consideration by an agency

 

•4.      Provide  its  Commercial and Government Entity (CAGE) code and DUNS  number  in  each  application  or  proposal  it  submits  to  the  agency.  On-line registration instructions can be accessed from the internet at https://www.sam.gov.

 

•b.      All responsible sources capable of satisfying the Government's needs may submit a proposal.  Small Businesses, Historically Black Colleges (HBCU), Minority Institutions (MI), Small Disadvantaged Business (SDB), Woman-Owned Businesses, and Service-Disabled Veteran-Owned Businesses are encouraged to submit proposals; however, no part of this announcement will be a set-aside.  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 point of contact identified in the Call for information if they contemplate responding.  All correspondence must reference the BAA number, the BAA title, and the Call number. 

 

•c.       The following guidance is provided for Federally Funded Research and Development Centers (FFRDCs) contemplating submitting a proposal, as either a prime or subcontractor, against this BAA.  FAR 35.017-1(c) (4) prohibits an FFRDC from competing with any non-FFRDC concern in response to a Federal agency request for proposal for other than the operation of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)).  This prohibition is not required to be applied to any parent organization or other subsidiary of the parent organization in its non-FFRDC operations. Requests for information, qualifications or capabilities can be answered unless otherwise restricted by the sponsor. There is no regulation prohibiting either DoD or non-DoD sponsored FFRDC from responding to a Call as either a prime or subcontractor; however, the FFRDC's sponsoring agency must first make a determination that the effort being proposed falls within the purpose, mission, general scope of effort, or special competency of the FFRDC. The determination must be included in the proposal. In addition, AFLCMC/HNAK must make a determination that the work proposed would not place the FFRDC in direct competition with domestic private industry.  Only after these determinations are made would a determination be made concerning the FFRDC's eligibility to receive an award.

 

•d.      If a Government agency is interested in performing work, it should contact the Program Office identified in the Call. If those discussions result in a mutual interest to pursue the agency's participation, the effort will be pursued independent of this BAA.

 

•e.       Offerors may be required to access militarily critical data in support of a program.  If applicable, it will be stated in the Call for each solicitation topic.  Only contractors who are registered and certified with the Defense Logistics Agency (DLA) and have a legitimate business purpose may participate in this solicitation. Contact the Defense Logistics Agency, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process.  You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your proposal.

 

•f.       IAW FAR 4.403, if access to classified information may be required by offerors or contractors during performance it will identified in the Call. A DD Form 254 will be included in the Calls along with FAR clause 52.204-2, Security Requirements and DFARS clauses 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, and 252.204-7000, Disclosure of Information (Oct 2016).

 

•g.      Some research efforts may involve data that are subject to ITAR export control laws and regulations.  These efforts will be identified at the time of Call issuance. When applicable, the Contractor shall comply with all applicable regulations at DFARS Clause 252.225-7048.

 

•h.      Respondents must comply with requirements of DFARS Clause 252.209-7002, Disclosure of Ownership or Control by a Foreign Government.

 

•i.        To be eligible for award, all requirements of this BAA and subsequent Calls must be met.

 

VII. Proposal Submission and Review Information

 

No proposals should be submitted against this baseline BAA. Proposal/white paper due dates and times will be specified in each Call. Proposals received after the due date and time specified in the Call will be considered untimely and will not be accepted.

•a.       Do not submit classified information in the proposal.

 

•b.      This BAA and associated Calls are expressions of interest only and do not commit the Government to pay for proposal preparation cost.  The cost of preparing proposals in response to Calls placed pursuant to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. 

 

•c.       There are no limits to the number of proposals an offeror may submit for any given call unless otherwise specified in the call.

 

VIII. Award Administration/Contact Information

 

•a.       It is anticipated that solicitations issued under this BAA will be unrestricted. Small businesses are encouraged to propose on all of the solicitations. The NAICS code, unless otherwise stated in the BAA amendments, shall be 541712 (Research and Development in the Physical, Engineering, and Life Sciences except Biotechnology), and the size standard for small business is 1000 employees.

 

•b.      This is a BAA from the AFLCMC program office representing the interests of the AFLCMC program.  This acquisition is unrestricted to any business size.  The Government reserves the right to amend this BAA at any time. It is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d) (2) that provides for the competitive selection of research proposals. Proposals submitted in response to Calls on this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of  PL 98-369, the Competition  In  Contracting  Act  of  1984.  Funding will be provided by Air Force. Responders must monitor FedBizOpps (http://www.fbo.gov) to be aware of any future changes to this BAA. Each submission will be evaluated independently.

 

•c.       Any contract award resulting from this announcement will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests.  All contracts will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract.    Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA and/or DCAA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/  Note: WAWF-RA requirement does not apply to Universities that are audited by an agency other than DCMA and/or DCAA.

 

•d.      Type of Contract/Instrument: The Government reserves the right to award a contract that best suits the nature of the work proposed.  The Government may award any type of contract authorized under the Federal Acquisition Regulation (FAR).  It is anticipated that a mix of contract types will be used throughout the life of this BAA, including Fixed Price and/or cost-reimbursement as appropriate.  FAR clause 52.230-1, Cost Accounting Standards apply to all Cost, or Cost Reimbursement contracts.

 

•e.       Any Legal Restrictions or national policy will be identified in the Call along with the terms and conditions on intellectual property, data rights, data sharing, and security requirements.

 

•f.       Reporting requirements will be defined in each Call and annotated in the Contract Data Requirements List (CDRL).

 

•g.      All communications shall be initiated through the Contracting Office point of contact identified on each Call.  Dialogue with prospective Offerors and Government is encouraged until proposal due date.  Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort.    

 

IX. Other

 

•a.       Based upon market research, the Government is not using the policies contained in FAR 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 a published Call.

 

•b.      When requested a debriefing may be provided.

 

•c.       Any contract award resulting from this solicitation may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (MAR 2016) which requires unique item identification and valuation of any deliverable item for which the Government unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item; when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory.  Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part.  Per DFARS 211.274-3 Policy for Valuation, it is DoD policy that contractors shall be required to identify the Government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. If you have any questions regarding the unique item identification requirements, please contact the Contracting point of contact identified in the CALL.

 

•d.      Forward Pricing Rate Agreements: Offerors who have forward pricing rate agreements (FPRAs) and forward pricing rate recommendations (FPRRs) should submit them with their proposals.

 

•e.       Pre-Award Clearance: Pursuant to FAR 22.805, a preaward clearance must be obtained from the U.S. Department of Labor, Employment Standards Administration, Office of Federal Contract Compliance Program (OFCCP) prior to award a contract (or subcontract) of $10,000,000 or more unless the Contractor is listed in the OFCCP's National Preaward Registry http://www.dol-esa.gov/preaward.  This registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added.  Award may be delayed if you are not currently listed in the registry and the Contracting Officer must request a preaward clearance from OFCCP.

 

•f.       Any contract award resulting from this announcement may contain the clause at FAR 52.215-22, Limitations on Pass-Through Charges - Identification of Subcontract Effort, and FAR 52.215-23 Alt I, Limitations on Pass-Through Charges.  The offeror shall identify in its proposal the total cost of the work to be performed by the offeror and the total cost of the work to be performed by each subcontractor under the contract, task order, or delivery order. If the offeror intends to subcontract more than 70 percent of the total cost of work to be performed under the contract, task order, or delivery order, the offeror shall identify in its proposal:  (i) The amount of the offeror's indirect costs and profit/fee applicable to the work to be performed by the subcontractor(s); and (ii) A description of the added value provided by the offeror as related to the work to be performed by the subcontractor(s). If any subcontractor proposed under the contract, task order, or delivery order intends to subcontract to a lower-tier subcontractor more than 70 percent of the total cost of work to be performed under its subcontract, the offeror shall identify in its proposal:  (i) The amount of the subcontractor's indirect costs and profit/fee applicable to the work to be performed by the lower-tier subcontractor(s); and (ii) A description of the added value provided by the subcontractor as related to the work to be performed by the lower-tier subcontractor(s).

 

•g.      As prescribed in FAR 19.309(c), FAR Clause 52.219-28, "Post-Award Small Business Program Representation (Jul 2013) is incorporated by reference. This clause will be contained in any contracts resulting from this BAA. This clause requires a contractor to represent its size status when certain conditions apply.  The clause provides detail on when the representation must be complete and what the contractor must do when a representation is required.

 

•h.      Small Business Subcontracting Plans are required under FAR 19.702 for efforts anticipated to exceed $700,000. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704, DFARS 219.704 and AFFARS 5319.704. Small business is exempt from this requirement.  If a company has a master subcontracting plan, as described in FAR 19.701 or a comprehensive subcontracting plan, as described in DFARS 219.702, a copy of the plan shall be submitted with the proposal.  The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count.

 

For proposed Subcontracting Plans that are below the DOD goals at the Office Of Small Business (SB) Programs Web Site at:   http://www.acq.osd.mil/osbp/ the offeror shall provide additional information which demonstrates how it intends to provide meaningful subcontracting opportunities and rationale as to why the goals were not attainable.  Finally, in accordance with FAR 19.702, statutory requirements, if the apparent successful offeror fails to negotiate a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the offeror will be ineligible for award.

 

•i.        Employment Eligibility Verification: As prescribed by FAR 22.1803, FAR clause 52.222-54, Employment Eligibility Verification (Jan 2009), is hereby incorporated by reference.  Any contract awarded as a result of this BAA that is above the Simplified Acquisition Threshold and contains a period of performance greater than 120 days, shall include this clause.  This clause provides requirement of Contractors to enroll as a Federal Contractor in the E-Verify program within 30 days after contract award.

 

•j.        Sub-Recipient Awards: As prescribed by FAR 4.1403(a), FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) is hereby incorporated by reference.  Any contract valued at $30,000 or more which does not fall under exceptions at FAR 4.606(c) must contain this clause.

 

•k.      Updates of Publicly Available Information Regarding Responsibility Matters: Any contract award that exceeds $550,000; and when an Offeror checked "has" in paragraph (b) of the provision at FAR 52.209-7 shall contain the clause at FAR 52.209-9 Updates of Publicly Available Information Regarding Responsibility Matters (Jan 2011). All CALLs and Awards resulting from this BAA shall contain the clause at FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under a Federal Law.

 

•l.        Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (May 2011) is hereby incorporated by reference.

 

•1.      AFLCMC has appointed an Ombudsman to consider and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. Concerned parties should address their concerns, issues, disagreements, and/or recommendations to the Contracting Officer for resolution prior to consulting the Ombudsman. Additionally, Air Force Federal Acquisition Regulation (AFFARS) 5352.201-9101 - Ombudsman, will be included in any potential solicitation and contract for this acquisition. The AFLCMC Ombudsman contact information is as follows:

 

LtCol Kenneth L. Decker, Jr., AFLCMC/AQP

1790 10th Street

Wright Patterson AFB, OH 45433-7630

Telephone (937)255-5512

Email: kenneth.decker.1@us.af.mil

  

 

 

 

Broad Agency Announcement (BAA)

 

AFLCMC/HNAN Nuclear C3 Terminals Branch

 

Hanscom AFB, MA 01731

 

Call 0001Announcement to BAA No: BAA-HNAK-2017-0001

 

NAICS CODE: 541712

 

Federal Agency Name:  Air Force Life Cycle Management Center (AFLCMC/HNAN)

 

Broad Agency Announcement Title:  Very Low Frequency/Low Frequency (VLF/LF) Communications Solutions

 

Broad Agency Announcement Number:  BAA-HNAK-2017-0001

 

White Papers Call Announcement (Call) Title: Focus Area # - VLF/LF Antennas/Receivers

 

Call Announcement (Call) Number:  0001

 

Technical Point of Contact (POC):

Mr. Herb Grover

Phone: (781) 271-1186

Unclassified: herb.grover.1@us.af.mil

Classified: Herbert.j.grover.civ@mail.smil.mil

 

Contracting POCs for this Call:

Ms. Filomena Gomez

Contracting Officer (CO)

Phone: (781) 271-5067

Unclassified: filomena.gomez@us.af.mil  

 

Ms. Daira Rodriguez

Contract Specialist

Phone: (781)271-2006

Unclassified: daira.rodriguez@us.af.mil

 

Brief Summary of Need: The Air Force is seeking unclassified research white papers that do not contain proprietary information. If proprietary information is submitted, it is the offerors' responsibility to mark the relevant portions of their white paper appropriately. The focus of this BAA Call is to solicit industry and academia assistance in assessing whether there have been advances in science and technology that could be potential solutions to urgent problems in VLF/LF Communications Technologies.  Specifically, the Air Force is looking for technology updates to modern receiver, antenna, and waveform capabilities and technical solutions As such solutions are identified and reviewed, the Nuclear C3 Terminals Branch will work in partnership with industry and academia to conduct research and development, and possibly demonstrate viable solutions.  Specific research areas of interest include the following two major Focus Areas: A) VLF Receivers, B) VLF Antennas. Areas of interest within the two focus areas include, but are not limited to: capacity, feasibility, and other technological advancements in the areas of receiver, antenna, and waveform - to include expanded modernized advanced capabilities. Performance improvement objectives at this time include target range, time of receipt, interoperability, and cost reductions via platform commonality as well as other classified performance attributes.  Proposed advancements should address their relevance as solutions to current performance requirements.

 

This CALL is specifically requesting potential Offeror(s) to provide white papers on the below topics.

 

Focus Area A:  VLF Receivers

 

RECEIVER:  Presented advancements and/or solutions to the current VLF receiver shall meet critical Nuclear Command, Control and Communications technical performance criteria requirements.  Ideally, presented advancements and/or solutions shall also be compatible with current receiver capability and sustainment objectives as the possibility exists to consolidate current receiver variants into one common system in order to reduce total life cycle costs for the Air Force VLF/LF enterprise. The new targeted system shall be interoperable with all legacy waveforms in addition to the two new VLF modes (Unified MEECN Mode and Special Flexible Modes) and shall leverage all attributes and lessons learned from the CVR Inc 1 program.  The CVR Inc 2 program shall modernize the receiver hardware and software and shall have the capability for future growth in case all modes/functions/modernization enhancements are not immediately implemented.

 

Descriptions pertaining to advancements that may inform viable technical solutions should include a sufficient description of the advancement, its relevance to meeting performance improvements (e.g. target range, time of receipt, interoperability, and cost reductions via platform commonality as well as other classified performance attributes), and (if applicable) current technology readiness levels (TRLs).

 

Focus Area B:  VLF Antennas

 

ANTENNA:  Areas of interest are recent technological advances in anti-jam techniques, signal processing techniques, error correction/detection techniques, long haul communication techniques, software, hardware and associated expected performance, as a minimum, that may be viable/feasible as an addition or possible replacement for some portion of the multiple hardware antenna approach of legacy VLF systems.

Use of smart VLF antennas and their expected performance may be viable/feasible and are invited to be part of the BAA study effort also. Any other techniques for increasing VLF receiver performance and capabilities associated with modernization, are invited as part of this effort.

 

VLF Cryptographic modernization occurred 2000-2010 and the responses to this area of interest shall address cryptography and its associated expansion capabilities to include new modes/functions.

 

Descriptions pertaining to advancements that may inform viable technical solutions should include a sufficient description of the advancement, its relevance to meeting performance improvements (e.g. target range, time of receipt, interoperability, and cost reductions via platform commonality as well as other classified performance attributes), and (if applicable) current technology readiness levels (TRLs).

 

REQUIREMENT DESCRIPTION: The Air Force is soliciting white papers for research under Section II of the Broad Agency Announcement HNAK-BAA-2017-0001 specifically for Focus Area A: VLF Receivers and Focus Area B: VLF Antennas.

 

I. Two-Step Call Announcement

 

First Step: White Papers

 

•1.      White papers submitted in response to this Call shall conform to the requirements found in BAA-HNAK-2017-0001, Section III and the requirements found in Section II of this Call.

 

•2.      Content and Form of Submission for White Papers: Each white paper submitted under this BAA must be unclassified and contain a title, name and address of the company, CAGE Code, Technical and Contracting points of contact, Telephone Number, and E-mail Address, proposed project and a brief description Also, provide your DoD Technology Readiness Level, if available.  An optional expanded description may be provided by the offeror with the statement that all information is non-proprietary.  This information may be made available to Government personnel within the Department of Defense to determine if this concept may be appropriate for their mission.  Responder white paper and proposals shall use no smaller than 12 point Times New Roman font and no longer than 25 pages total.

 

•3.      The Air Force is soliciting a request for white paper(s). These will be evaluated by a government team to determine which of the abstracts/white papers have the potential to fulfill Air Force needs before full proposals are requested. Offerors will be notified of the disposition of their abstract/white paper. 

 

•4.      White papers should address any or all of the objectives found in this Call. White papers may be submitted for one or more topics or for a specific portion of one topic. A proposer may submit separate white papers on different topics or different proposals on the same topic. The U.S. Government does not guarantee an award in each topic area. Further be advised, as funds are limited, otherwise meritorious white papers may not be funded. Therefore, it is important that white papers show strength in as many of the evaluation areas as practicable for maximum appeal.

 

•5.      White Paper Evaluation: Full proposals may be requested from those white papers receiving the highest evaluations.

 

White Paper Due Date and Time:  The due date for white papers submitted in response to this Call is no later than 1700 EST, Monday 21 August 2017. White papers received after the due dates and times will be considered untimely and will not be accepted.

 

Funding Restrictions: The cost of preparing white papers in response to this Call is not considered an allowable direct charge to any resulting or other contract.

 

Second Step: Proposals

 

•1.      Government One-on-ones: Those offerors with favorable white paper evaluations may be requested to participate in one-on-one dialogues with the Government prior to issuance of an RFP.

 

•2.      Those offerors submitting abstracts/white papers assessed as meeting Air Force needs may be asked to submit a technical and cost proposal via an RFP letter. The letter will contain thoroughly detailed instruction information and proposal due date(s).  

 

•3.      After receipt, proposals will be evaluated in accordance with the award criteria in Section II below, as otherwise adjusted in amendments to the basic BAA and/or this Call, and/or in the RFP letter.  Proposals will be categorized and subsequently may be selected for negotiation. 

 

Intent to Submit: Should potential offerors receive a formal request for proposal (RFP), they are requested to advise the CO by email if they intend to submit a proposal. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal.

 

Proposal Instructions: Offerors are requested to follow the instructions within the baseline BAA, BAA-HNAK-2017-0001 and the RFP letter (if issued). All proposals must be submitted per the instructions contained in the RFP letter.

 

Anticipated Funding for this Call: $1M

 

•1.      Current FY17 funding is approximately $1M.  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 of funds.

 

Note:  Changes in availability may occur as a result of Government discretion.

 

Period of Performance: The period of performance for awards resulting from this Call will be determined as viable solutions are evaluated and identified for further investigation.

 

Call Amendments: Offerors should monitor FedBizOps at http://www.fbo.gov for any additional notices to this Call that may permit extensions to the proposal submission date or otherwise modify this announcement.

 

Anticipated Number of Awards: The Government reserves the right to make multiple awards or no award at all pursuant to this Call. Award of a contract to universities or nonprofit institutions will be subject to the mutual agreement of the parties.

 

Anticipated Award Date: The expected award date of this Call will be during the 4th Quarter of FY2017.

 

NOTE! Offerors may be ineligible for award if all requirements of this announcement are not met by the white paper due date and time.

 

II. White Paper Review Information

 

1. General Instructions for White Papers:

 

•a.       Offerors should consider proposal instructions contained in the BAA guide for industry. This guide is specifically designed to assist the offeror in understanding the BAA proposal process.  It can be accessed at http://www.wpafb.af.mil/Portals/60/documents/afrl/AFRL-broad-agency-announcement-guide.pdf?ver=2016-07-08-141724-390

 

•b.      Submittals should include the following:

 

•                                            i.      Focus Areas and Application name and number for which that white paper might apply

 

•                                          ii.      Tracking Number for reference (if the company uses tracking identifications)

 

•                                        iii.      Identify if this effort has been or is currently being worked for another federal entity, to include a POC and the stage.

 

•                                        iv.      Has this idea been submitted for any previous BAA? If so, what are the relevant changes and include a POC for the previous BAA effort(s)?

 

•c.       White Papers are intended to provide a brief overview of the concept being presented.  White Papers will be initially evaluated based upon very limited criteria based on the Technology Focus area identified in this Call for papers.  In addition to the criteria discussed in the Brief Summary of Need, additional evaluation areas include solution viability, technical value, and risk.  White Papers may not exceed 25 pages, excluding title page and shall provide:

 

•                                            i.      Its connection to a specific Focus Area and identification of a TRL

 

•                                          ii.      A description of the technical effort

 

•                                        iii.      The lineage of the white paper or relevant background

 

•                                        iv.      ROM-level cost and schedule estimates

 

•d.      Lineage and background is of particular interest and importance.  The Air Force is interested in the leveraging of existing capabilities and technologies as well as new, undeveloped approaches.  Evaluations will consider whether the concept represents a new effort or the continuation or innovative use of an existing effort.

 

•e.       Must be prepared in MS Word Format. Character spacing must be "normal," -- not condensed in any manner. Pages shall be double-spaced, single-sided, 8.5 by 11 inches, with at least one-inch margins on sides, top and bottom.  Lines between text lines must also be 12-point. All text, including text in tables and charts, must adhere to all font size and line spacing requirements listed herein.  Font and line spacing requirements do not have to be followed for illustrations, flowcharts, drawings, and diagrams.  These exceptions shall not be used to circumvent formatting requirements and page count limitations by including lengthy narratives in such items. Pages shall be numbered starting with the cover page being Page 1, and the last page being Page 25. The page limitation covers all information including indices, photographs, foldouts (counted as 1 page for each 8.5 by 11 portion) tables, charts, appendices, attachments, resumes, etc.

 

Please Note: The Government will check for conformance to the stated requirements.  Any pages in excess of the stated page limitation after the format check will not be considered.  In addition, if the white paper does not conform to the above requirements, a notification will be sent to the offeror's company management to advise of the nonconformance.

 

III. White Paper and Proposal Evaluation Assessments

 

1.  Evaluation Team

 

•a.       Responders are hereby notified that the Government intends to utilize an Evaluation Team in the white paper evaluation process and in determining which initiatives should proceed to step two.  The Evaluation Team may consist of Government personnel, Federally Funded Research & Development Centers (FFRDC) personnel, Technical Services and Engineering Support personnel, Systems Engineering and Technical Assistance (SETA) personnel, Professional Acquisition and Support Services (PASS II) personnel and Engineering and Technology Acquisition Support Services (ETAS II) personnel. Evaluation Team members will be required to sign nondisclosure forms or OGE Form 450s prior to their participation. 

 

2.  Assessment Areas

 

•a.       The objective of the evaluation is to identify Responders who will provide the greatest satisfaction of requirements/objectives within funding limitations.  The applicability and potential impact of the proposed effort to the Air Force mission will be evaluated.  Concepts will be evaluated based on the merit and relevance of the specific effort proposed as it relates to the Air Force focus area objectives and other criteria identified in this section, rather than against other concepts covering the same general area or other areas.  The evaluation also includes problem comprehension, and the degree to which the proposed solution(s), if successful, will address a viable technical solution.  Each submission will be prioritized within the scope of the entire ALFCMC program execution mission.  White Papers will typically be reviewed by the appropriate requiring activity within 30 days after submission by the Responder. 

 

3. Evaluation Criteria 

 

•a.       Per FAR 35.016, Proposals received as a result of the BAA shall be evaluated through a peer or scientific review process.

 

•b.      The selection of one or more sources for award will be based on an evaluation of each offeror's white paper (both technical and cost/price aspects) to determine the overall merit of the white paper in response to the announcement, as well as on Agency need and funding availability.

 

•c.       This assessment will address or establish the technical worthiness of the proposed effort.  Items to be considered include technical approach toward achieving the stated objective(s), and the existence of sufficient technical payoff to warrant risk. Efforts should focus on truly new and unique approaches and techniques to existing systems that lead to, or enable revolutionary and evolutionary improvements in capability, performance, and/or cost.

 

•d.      The degree to which the proposed effort presents a new and innovative approach will be evaluated. The Air Force is interested in projects that are investigating previously unexplored approaches, methods, sources, etc. Of most interest are those ideas that represent a creative use of existing capabilities.  This could cover an innovative method of exploiting existing information, or a means to combine existing technologies in a creative manner. Where possible, identify the Technology Readiness Level (TRL), preferably TRL numbers 6, 7 and 8 as these are significant and most desired by the Government; however, other TRL numbers will be considered.  Refer to the following TRL definitions to assist with your identification in the white paper (source: Technology Readiness Assessment Deskbook - Appendix C)

 

TRL 1: Basic principles observed and reported

TRL 2: Technology concept and/or application formulated

TRL 3: Analytical and experimental critical function and/or characteristic proof of concept

TRL 4: Component and/or breadboard validation in a laboratory environment

TRL 5: Component and/or breadboard validation in a relevant environment

TRL 6: System/subsystem model or prototype demonstration in a relevant environment

TRL 7: System prototype demonstration in an operational environment

TRL 8: Actual system completed and qualified through test and demonstration

 

4. Risk Assessment. 

 

•a.       This assessment will evaluate the proposed approach/white paper's likelihood of success to include cost, schedule, performance and transition.  ROM-level cost and schedule estimates should be included. 

 

•b.      The assessment will evaluate the reasonableness and accuracy of the ROM cost/schedule estimate. 

 

•c.       Transition risk assessment consists of an evaluation of potential risk to the project in consideration of the technical performance and TRL level. 

 

5.  Review and Selection Process for White Papers and Proposals

 

•a.       Categories:  The white papers, technical, and cost proposals will be evaluated similarly and categorized as follows:

 

•                                            i.      Category I:  Submission 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 determined to be technically acceptable, but will be recommended for award based on availability of funds.  They are normally displaced only by other Category I proposals.

 

•                                          ii.      Category II:  Submission is scientifically or technically sound requiring further development and are recommended for acceptance, but are at a lower priority than Category I.

 

•                                        iii.      Category III:  Submission is well conceived, but questions remain as to the viability of the proposed solution and the inherent risk involved in pursuing a funding action.

 

•                                        iv.      Category IV:  Submission is not technically sound or does not meet BAA needs/goals.

 

IV. Award Administration Information

 

1.  Award Notices: White Papers found to be consistent with the intent of this Call may be invited to submit a full proposal via an RFP letter. 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 COs are legally authorized to commit or obligate the Government.

 

•a.       Offerors will be notified via e-mail whether or not their proposal is recommended for award on or about the date specified in the RFP. An award recommendation is not to be construed to mean the award of a contract is assured, as availability of funds and successful negotiations are prerequisites to any award.

 

•b.      Offerors can request status of their white paper/proposal no earlier than 45 days after white paper or proposal submission.

 

V. Other Information

 

•1.      Support Contractors: Offerors are advised that employees of commercial firms under contract to the Government may be used to administratively process proposals, monitor contract performance, or perform other administrative duties requiring access to other contractors' proprietary information.  These support contracts include nondisclosure agreements prohibiting their contractor employees from disclosing any information submitted by other contractors or using such information for any purpose other than that for which it was furnished.

 

•2.      Dialogue: Dialogue between prospective Offerors and Government is encouraged until proposal due date. Dialogue with any of the POCs shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. All dialogue shall be initiated through the Contract Office POC identified in this Call.

 

•3.      Forward Pricing Rate Agreements: Offerors who have forward pricing rate agreements (FPRAs) and forward pricing rate recommendations (FPRRs) shall submit them with their proposals.

 

 

•4.      International Traffic in Arms Regulations (ITAR): Include dual use items; items identified in export administration regulations, international traffic in arms regulations, and munitions list; license applications; and sensitive nuclear technology information. Compliance with Export Control Requirements.  The Contractor shall be solely responsible for compliance with U.S. State Department Export License requirements. Contractor and all Subcontractors must be registered with U.S. State Department Directorate of Defense Trade Controls (DDTC). The Contractor may be required to inform the Government of their DDTC Registrant Code.

 

White Paper/Proposal Content Checklist 

 

•1.      You may be ineligible for award if all requirements of this solicitation are not met on the white paper/proposal due date.

 

•2.      White papers/proposals are due to the Contracting POC specified in this Call.

 

•3.      White papers/proposals are due no later than the due date and time specified in this Call.

 

•4.      White papers/proposal page limits are strictly enforced. 

 

•5.      White Papers must be submitted in the format specified in Section I and II.

 

•6.      If a DD254 is applicable, offerors must verify their Cognizant Security Office information is current with Defense Security Service (DSS) at www.dss.mil.

 

•7.      If effort is subject to export control, offerors must submit a Certified DD Form 2345, Militarily Critical Technical Data Agreement, with proposal.

 

Contracting Office Address:

5 Eglin St. (MITRE D)

Hanscom AFB, MA 01731

United States


Daira D Rodriguez, Phone 7812712006, Email daira.rodriguez@us.af.mil - FILOMENA GOMEZ, Phone 7812715067, Email filomena.gomez@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP