Inactive
Notice ID:FA9453-19-S-0001
2 May 19 -- CALL 004 - PROPOSAL CALL ANNOUCEMENT (CALL) TITLE: Topic 3 a): Solar, Solar Wind, and Ionospheric Effects: Simulation of 3-D HF Propagation for Ionosphere Characterization. I. NOTE: PROPOS...
2 May 19 -- CALL 004 - PROPOSAL CALL ANNOUCEMENT (CALL) TITLE: Topic 3 a): Solar, Solar Wind, and Ionospheric Effects: Simulation of 3-D HF Propagation for Ionosphere Characterization. I. NOTE: PROPOSAL DUE DATE AND TIME: The due date for proposals submitted in response to this CALL is no later than 1200 hours, NOON MDT on: 5 June 2019 === CALL 004 Stated Below ===== BROAD AGENCY ANNOUNCEMENT FA9453-19-S-0001 Air Force Research Laboratory/Space Vehicles Directorate PROPOSAL CALL ANNOUNCEMENT (CALL) 004 1. BROAD AGENCY ANNOUNCEMENT TITLE: Applications of the Space Environment Project - Space Environment Exploitation and Mitigation (SEEM) Program FA9453-19-S-0001 2. BROAD AGENCY ANNOUNCEMENT NUMBER: FA9453-19-S-0001 3. PROPOSAL CALL ANNOUCEMENT (CALL) TITLE: Topic 3 a): Solar, Solar Wind, and Ionospheric Effects: Simulation of 3-D HF Propagation for Ionosphere Characterization 4. PROPOSAL CALL ANNOUNCEMENT (CALL) NUMBER: 004 5. TECHNICAL POINT OF CONTACT: The technical point of contact for this CALL is Mr. Nelson A. Bonito; AFRL/RVB, Kirtland AFB, NM; 505-853-3130; E-mail: nelson.bonito.1@us.af.mil 6. CONTRACTING POINTS OF CONTACT: The contracting points of contact for this CALL are: Contracting Officer: Francis M. Eggert, Det 8 AFRL/RVKB, Kirtland AFB, NM, Phone 505-846-7603, E-mail: francis.eggert@us.af.mil and the Contract Specialist: Mr. Michael J. LaBerge, AFRL/RVKB, Kirtland AFB, NM, Phone: 505-846-0946. E-mail: michael.la_berge@us.af.mil 7. REQUIREMENT DESCRIPTION: The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (RV) Geospace Technologies Division (RVB) Geospace Environment Impacts and Applications Branch's (RVBX) Space Environment Exploitation and Mitigation (SEEM) Program is interested in applied research and development and advanced technology to enhance the development and implementation of space environment models and sensors to meet various Air Force space weather system needs in order to specify, forecast, mitigate, and exploit environmental impacts on Department of Defense (DoD) space and Intelligence, Surveillance and Reconnaissance (ISR) systems. The SEEM Program full text FA9453-19-S-0001 outlines the general objectives of the Technical Topic Area A: Solar, Solar Wind, and Ionospheric Effects of this CALL. AFRL/RVBX SEEM Program is interested in advancing the state-of-the-art and scientific knowledge in understanding and quantifying the impact of the space environment on operational systems that enable radio frequency (RF) for remote sensing. This effort will be performed at the AFRL/RVB Mission Data Analysis Center (RMDC) located at Kirtland AFB, NM to provide multiple aspects of space environment specification using RF remote sensing to execute modeling and simulation in support of characterizing the impact on DoD operational systems. A continued requirement for improved modeling, data processing, and applications using new remote sensing techniques has resulted in the need to develop the RMDC data processing resources. RMDC provides an end-to-end handling of space experiment data from acquisition, processing, cataloging, archival, and product distribution. Through the introduction of new technology, enhanced capabilities, and process improvement, SEEM Program is interested in the following: (1) develop and interface HF propagation applications to address DoD operation; (2) innovative approaches for managing large quantity of HF remote sensing data; (3) develop standalone applications to specify ionosphere propagation at remote locations using local measurements; (4) approaches to consolidate HF propagation and ionosphere specification for transfer to remote facilities; (5) enhanced data specification to define space environment impacts on Air Force and ISR systems. RMDC research efforts will require a potential offeror to have the technical skills and abilities and demonstrable working knowledge of Government, Air Force and other community research, and software development processes to ensure operational implementation of space environment specification and prediction algorithms to support the transition of technologies into DoD operational units. The offeror shall have the technical skills and abilities to design, develop, implement, and test algorithms to expand the RMDC capability to process ionospheric remote sensing and provide HF propagation information for remote systems. The offeror should have sufficient working knowledge of the ionosphere, HF propagation, and available ionospheric data to be able to develop the aforementioned models and tools. This includes design and development of scientific algorithms, documentation, test procedures, and configuration management of the developed capability. RMDC mission includes activities required to execute the R&D, testing, data collection, and subsequent data dissemination and specifically applies to the unique cross-discipline effort for development, integration and exploitation. The Government is not seeking sources for fundamental data analysis and model development, but rather for the integrating research to develop those components toward meeting AFRL's goals. It is anticipated that this effort will require access to and processing of classified information. A DD254 will be required; the successful offeror will need the appropriate security clearance prior to award. Responsive offerors will demonstrate depth of knowledge in and breadth of knowledge across the relevant discipline areas, experience in integrating research across those disciplines, and experience in the development of advanced technology from those integrated results, as evidenced by past projects. Professional software development capability and experience are also required. Accordingly, under this CALL the Government will not consider proposals addressing any single objective or area of study in isolation or to the exclusion of the others. 1. AFRL/RVBX SEEM Program is interested in proposals oriented toward the goal of developing, implementing and exercising new or existing HF propagation models to specify the space environment impact on Air Force and ISR systems. The research and development work effort will encompass the data processing improvement through algorithm optimization, compression, and result distribution. Researchers are expected to implement new data sources and develop technologies for ionospheric specification using remote sensing to characterize HF propagation. Research and development will include 2D and 3D HF propagation model implementation, evaluation, and integration to specify the space environment impact on DoD operations. Researchers are expected to develop technologies for specifying HF propagation to improve existing capabilities and provide transition of the capability to the operational community. Researchers are expected to provide the developed data processing and modeling technology to the RVB Mission Data Analysis Center (RMDC) for integration, demonstration, and data distribution to the user community. 2. Applied research and development of RF propagation and ionosphere specification tailored for execution at remote facilities using local measurements will provide a critical component for future remote sensing and exploitation of the space environment to provide characterization of system impacts. SEEM Program requires the capability to efficiently provide complex RF processing using a generic computer system architecture nominally deployed to remote facilities and operations. Development of tailored and optimized algorithms for RF propagation, ionospheric characterization, and modeling the impact on operational systems will enable deployed facilities the access to complex modeling nominally performed by data centers. SEEM Program research will require technical skills to develop or improve modeling techniques, specifically tailored for data center processing and distribution, to meet the growing requirement for system impact evaluation at deployed facilities. 3. Applied research and development is needed for new and improved methods for secure data distribution to remote facilities requiring space environment specification to meet mission objectives of characterizing the impact on operational systems. Development of methods to manage the collection, storage, and processing of new remote sensing measurements from public, commercial, and government sources using webservice technology will extend the quality of space environment specification. This effort does not represent separate, discipline scientific and engineering activities. The Government's existing and planned contracts and in-house research teams have produced and continue to produce substantial discipline knowledge and technologies. The objective of this effort relates to the interdisciplinary development and integration of those products and products of the greater research community leading to innovative new space environment awareness, mitigation and exploitation capabilities. In such a body of work, the various research activities are expected to be tightly coupled, with requirements from one aspect driving scientific investigations of another, with the combined results feeding into novel technologies. See attached Statement of Objectives entitled, "Topic 3 a ): (Solar, Solar Wind, and Ionospheric Effects), Simulation of 3-D HF Propagation for Ionosphere Characterization" dated 14 April 2019, for specifics to this CALL. Offerors shall use the SOO, together with other applicable portions of this CALL, as the basis for preparing their proposal, including the Contractor Statement of Work (CSOW) and milestones. The CSOW should specify in clear, understandable terms the work to be done in meeting the SOO. Preparation of an effective CSOW requires an understanding of the technical aspects that are needed to satisfy a particular objective and an ability to define what is required in specific, performance based, quantitative terms. The offeror's understanding of both required technical skills, and work effort required should be fully demonstrated in the offeror's proposed CSOW. 8. ANTICIPATED FUNDING: Anticipated funding for this CALL (not per contract or award) is: FY 19: $250K; FY 20: $900K; FY 21: $650K. Total anticipated Award Amount: $1,800,000.00. Note! 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 and the technical work to be accomplished. 9. PERIOD OF PERFORMANCE: The anticipated period of performance for individual awards resulting from this CALL is 27 months in duration. The period of performance is to be proposed in the format "includes 24 months for technical effort and 3 months for Final Report preparation." 10. PROPOSAL DUE DATE AND TIME: The due date for proposals submitted in response to this CALL is no later than 1200 hours, NOON MDT on: 5 June 2019 to the address stated in paragraph 18 of this CALL. Proposals received after the due dates and times shall be governed by the provisions of FAR 52.215-1(c)(3). Please note, allow enough time to mail handler's to get through security. Also, it is the offeror's responsibility to ensure that their proposal's arrive by the due date and time. Proposals for any other technology area identified in the baseline BAA will not be accepted at this time unless a CALL for proposals in that specific area is open. 11. CALL AMENDMENTS: Offerors should monitor FedBizOpps for any additional notices to this CALL that may permit extensions to the proposal submission date or otherwise modify this announcement. 12. ANTICIPATED TYPE OF CONTRACTS/INSTRUMENTS: The Air Force anticipates awarding a CPFF contract type as a result of this CALL but reserves the right to award the instrument best suited to the nature of research proposed. A model contract will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. 13. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one (1) contract. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this CALL. ANTICIPATED AWARD DATE: 14 Aug 2019 14. INTENT TO PROPOSE: Potential offerors are requested to advise the contracting point of contact if they intend to submit a proposal in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal. 15. DELIVERABLES ITEMS: DATA; however, the government may consider all applicable data rights clauses, as necessary, in order to meet the government's mission and technical objectives, as well as employing the use of Deferred Ordering of Technical Data or Computer Software in accordance with DFARS 252.227-7027. 16. OTHER RELEVANT INFORMATION: (A) Security Requirement: Program security classification for this CALL is SECRET. The Federal Acquisition Regulation (FAR) requires that a DD Form 254 be incorporated in each contract awarded under this CALL. The draft DD Form 254, Attachment 4 provides the offeror (or a subcontractor) the security requirements and the classification guidance that will be necessary to perform this effort. FAR 52.204-2, Security Requirements is included in this CALL by reference. (B) ITAR, Export Control, DD Form 2345 required: This effort is ITAR restricted. Only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572. DFARS 252.204-7008, Export Controlled Items (APR 2010) is incorporated into this solicitation and will be in any awards resulting from this CALL. (C) Foreign Nationals: No Foreign Nationals will be considered for this CALL. (D) Government Furnished Property: None anticipated. (E) Base Support: The Government intends to provide the contractor base support throughout the course of this contractual effort, such as working space, phones, network access, material, equipment, and applicable services to perform the duties of this contract. The contractor will require access to Kirtland AFB, New Mexico during the course of the contract. (F) Organizational Conflict of Interest (OCI): OCI may apply to this action but cannot be determined prior to issuance of this CALL. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's proposal. (G) Support Contractors: Only Government employees will evaluate the proposals for selection. The AFRL Space Vehicles Directorate (RV) has contracted for various business and staff support services, some of which require contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: assembling and organizing information for R&D case files; accessing library files for use by Government personnel; and handling and administration of proposals, contracts, contract funding and queries. Any objection to administrative access must be in writing to the Contracting Officer and shall include a detailed statement of the basis for the objection. Consent to administrative access is included in the representations and certifications Attachment 5. (H) Wide Area Work Flow Notice: Any contract award resulting from this CALL will contain the clause at DFARS 252.232-7003, Electronic Submission of Payment Requests, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Effective 01 October 2006, the Department of Defense adopted Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), as the electronic format for submission of electronic payment requests. Any contract resulting from this announcement 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 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 DCAA. (I) Forward Pricing Rate Agreements: Offerors who have forward pricing rate agreements (FPRA's) and forward pricing rate recommendations (FPRR's) should submit them with their proposal. (J) Limitations on Pass-Through Charges: As prescribed in FAR 15.408(n)(1) & 15.408(n)(2), provisions 52.215-22, "Limitations on Pass Through Charges - Identification of Subcontract Effort (Oct 2009)," and 52.215-23, "Limitations on Pass Through Charges (Oct 2009)," are contained in this solicitation. Any contract valued greater than the threshold for cost or pricing data threshold, except fixed price contracts awarded on the basis of adequate price competition, resulting from this solicitation, shall contain the Clause at FAR 52.215-23 (or Alt I). (K) Post-Award Small Business Program Rerepresentation: As prescribed in FAR 19.309(d), FAR Clause 52.219-28, "Post-Award Small Business Program Rerepresentation (Apr 2009)," is incorporated by reference in this solicitation. This clause will be contained in any contracts resulting from this solicitation. 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. (L) Subcontracting Plans: 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 along with an individual plan for review. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count. Additionally, please note, the Government anticipates a certain portion of this effort will be subcontracted to small businesses in order to meet the statutory goals. Large businesses shall consider, to the highest extent possible, subcontracted opportunities with small businesses. For proposed awards to be made as contracts (that exceed $700,000) to other than small businesses, Subcontracting Plans will be required in accordance with the requirements set forth in FAR 19.704, Subcontracting Plan requirements, and DFARS 219.704 as stated above. As such, Subcontracting Plans will be evaluated and negotiated to ensure that submissions are compliant with FAR Subpart 19.7. Also, for proposed Subcontracting Plans that are below the statutory goals, the offeror will provide additional information which demonstrates how it intends to provide meaningful subcontracting opportunities and rationale to why the goals were not attainable. Finally, in accordance with FAR 19.702, Statutory requirements, provides, if the apparent successful offeror fails to negotiation a subcontracting plan acceptable to the contracting officer within the time limit prescribed by the contracting officer, the offer will be ineligible for award. (M) Employment Eligibility Verification: As prescribed by FAR 22.1803, FAR Clause 52.222-54, "Employment Eligibility Verification (Jan 2009)," is hereby incorporated by reference in this solicitation. 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 in its contract. This clause provides the requirement of contractors to enroll as a Federal Contractor in the E-Verify program within 30 days after contract award. (N) Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards: As prescribed by FAR 4.1403(a), FAR 52.204-10, "Reporting Executive Compensation and First-Tier Subcontract Awards," is hereby incorporated by reference in this solicitation. Any contract valued at $25,000 or more, excluding classified contracts or contractors with individuals, must contain this clause. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25 found at: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=c55a4687d6faa13b137a26d0eb436edb&rgn=div5&view=text&node=2:1.1.1.4.1&idno=2#2:1.1.1.4.1.2.1.1. (O) Updates of Publicly Available Information Regarding Responsibility Matters: Any contract or assistance award that exceeds $10M; and when an offeror checked "has" in paragraph (b) of the provision 52.209-7, shall contain the clause/article, 52.209-9, "Updates of Publicly Available Information Regarding Responsibility Matters (July 2013)." (P) Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems, is hereby incorporated by reference. (Q) DFARS 252.209-7999, Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction under any Federal Law (Revised 16 December 2013.) (R) Offerors shall specifically call out elements of the effort proposed to be conducted within the confines of Kirtland AFB, New Mexico, and those that are to be performed off-site. Any differences in on-site versus off-site rates shall be specifically annotated. 17. APPLICABILITY OF BASELINE BAA: All requirements of FA9453-19-S-0001 apply unless specifically amended and addressed in this CALL. For complete information regarding FA9453-19-S-0001, refer to the initial opened-ended BAA. It contains information applicable to all CALLS issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the points of contact identified above. 18. PROPOSAL SUBMISSION: (A) Please submit your proposal in accordance with (IAW) the FULL TEXT FA9453-19-S-0001, Paragraph 8, "Proposal Preparation General Instructions" and all subparagraphs. However for the Cost Proposal, follow the attached proposal (Attachment 1) instructions of this Announcement. Submit your cost proposal IAW CALL Announcement pursuant to FAR 15.408 in the Table format outlined in the instructions. Technical/management and cost volumes should be submitted in separate volumes, and shall be valid for 180 days. Please note, that Kirtland AFB, NM only has one (1) Post Office with very limited staff thus the US Mail can be slower than the use of other postal type carriers. Thus, the Contracting Officer highly recommends the use of FedEx, UPS, or other shipping means of postal type carriers to ensure that your proposal products arrive on time and are not "LATE." The AMRDEC method should not be used to submit proposals. (B) Two hard copies and an original of your proposal is requested (three total). In addition, include two (2) electronic copies of your proposal on a compact disk (CD-R); this shall also include a Microsoft Excel 2007 or earlier compatible cost proposal. Submit your proposal to the following address: Air Force Research Laboratory Det 8 AFRL/RVIR (Mail Center) ATTN: (Contracting Officer and Contract Specialist); Office Symbol: RVKB. Building 570; Suite: 1160 3550 Aberdeen Ave SE Kirtland AFB NM 87117-5773 (C) Submission of proposal(s) are not an authorization to commence work or to incur any costs to perform the work described above. Work is not to be implemented until appropriate contractual action is taken to add the work to the contract. Any work performed or expense incurred prior to that time (including bid and proposal costs) will be at your own risk. 19. AWARD ADMINISTRATION INFORMATION: (A) Award Notices: Offerors will be notified whether their proposal is recommended for award in writing by letter. The notification of recommendation for award 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) Debriefings: When requested, a debriefing will be provided. The debriefing process will follow the guidelines set out in FAR 15.505, pre-award debriefings to offerors and 15.506, post-award debriefings to offerors. (C) Please complete the Section K attachment and submit with your proposal. 7 Attachments: (1) Cost Proposal Instructions, Non-APC, dated 19 Oct 2016 (2) Statement of Objectives (SOO) CALL 004 dated 14 April 2019 (3) CDRLs dated 17 Dec 2018 (4) DD Form 254 dated 22 Oct 2018 and Coordination Sheet (5) Section K dated 20 Dec 2018 (Complete) (6) DoD Proposal Adequacy Checklist dated 20 Dec 2018 (7) DFARS 252.227-7017 Provision dtd 31 Jan 18 (Complete)