SLAM UUV Statistical Support
16 April 2019 MEMORANDUM Subj: SOLE SOURCE JUSTIFICATION FOR SIMULTANEOUS LOCALIZATION AND MAPPING TECHNIQUES FOR UNMANNED UNDERWATER VEHICLE NAVIGATION AND STATISTICAL MODELING AND INFERENCE OF SPATI... 16 April 2019 MEMORANDUM Subj: SOLE SOURCE JUSTIFICATION FOR SIMULTANEOUS LOCALIZATION AND MAPPING TECHNIQUES FOR UNMANNED UNDERWATER VEHICLE NAVIGATION AND STATISTICAL MODELING AND INFERENCE OF SPATIAL POINT PROCESSES (Purchase Request 1300781846) 1. Identification of the agency and the contracting activity, and specific identification of the document as a "Sole Source Justification." This is a sole source justification. The Naval Surface Warfare Center, Panama City Division (NSWC PCD), 110 Vernon Avenue, Panama City, FL 32407-7001, (Contracts Department Code 02). 2. Nature and/or description of the action being approved. This action will award a Woman Owned Small Business (WOSB) sole source, firm fixed price purchase order to the Zhang, Wei Doing Business As (DBA) Tricircle Company, 5850 Lachateau Pl, Tucker, GA 30084 to acquire simultaneous localization and mapping techniques for unmanned underwater vehicle navigation and statistical modeling and inference of spatial point processes. 3. A description of the supplies or services required to meet the agency's needs This requirement is for basic research in Simultaneous Localization and Mapping (SLAM) techniques for Unmanned Underwater Vehicle (UUV) navigation and statistical modeling and inference of spatial point process techniques that impact signal and image processing in seawater. The Government's minimum needs have been verified by the certifying technical and requirements personnel. This acquisition will be conducted using simplified acquisition procedures with a total dollar value above micro-purchase levels, but not exceeding the simplified acquisition threshold of $250,000.00. This procurement is estimated at $114,000.00. All deliverables will be delivered 12 months after award of the order. The purchase action will be funded with FY 2019 Research, Development, Test and Evaluation (RDT&E) funds. 4. Identification of the justification rationale and, if applicable, a demonstration of the proposed contractor's unique qualifications to provide the required supply or service. 10 U.S.C. 2304(c)(1), 10 U.S.C. 2304(d)(1)(B). Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements FAR 6.302-1(a)(2)(iii)(B). The NSWC PCD Advanced Signal Processing & Automatic Target Recognition (ATR) Branch (Code X23) conducts theoretical and experimental research in the areas of signal and image processing and automatic target recognition to support NSWC PCD mission needs. This requirement is for basic research in Simultaneous Localization and Mapping (SLAM) techniques for Unmanned Underwater Vehicle (UUV) navigation and statistical modeling and inference of spatial point process techniques that impact signal and image processing in seawater. This requirement is unsuitable for full and open competition for the following reasons. TriCircle is a world leading expert recognized for robotics, signal and image processing, and Simultaneous Localization and Mapping (SLAM). They have researchers who have served as Associate Editors for several journals including the IEEE Transactions on Robotics and the IEEE Transactions on Systems, Man, and Cybernetics: Systems. In particular, they work on analysis, simulation, and control of human-robot systems, especially for the design of fault-tolerant systems and the control of teleoperation systems. They have extensive experience with synthetic aperture sonar (SAS) and change detection techniques applied to sonar image data. They have also worked on the motion control of man-rated centrifuges for training fighter pilots. Their expertise in robotics, signal processing and SLAM, and their involvement in many DoD funded projects uniquely qualify them to work on Part 1 of this project. TriCircle also has leading experts in statistical analysis and modeling of spatial temporal data. Specifically, they have developed techniques for space-time data analysis using autoregressive models and Gaussian models using a Monte Carlo algorithm. They also worked on prediction of long-term trends in ocean currents using conditional random fields derived from PDEs and roughness priors. Recently, their researchers developed inference techniques dealing with random permutations and record values using Marked Poisson Point process. They have also been involved in computation of clustering probabilities in random point patterns. TriCircle has already spent time and effort developing their sophisticated SLAM and statistical inference design methodology. It is not efficient for another contractor to expend the resources necessary to develop the expertise to reproduce these design methods. TriCircle is intimately familiar with the existing algorithm fusion in the NSWC PCD ATR architecture. This expertise allows efficient design and implementation of new algorithms and compatible software code that is ready for fusion and integration within the NSWC PCD system. TriCircle will only be extending basic research efforts in support of NSWC PCD application areas. They are the pioneers of this line of research, and lead this field of research. Therefore, TriCircle Company is the only known source capable of performing the tasking of this procurement. As such, the Government does not expect significant savings through competition and does expect significant and unacceptable delays that will negatively impact this requirement. Therefore, it is in the Government's best interest to award on a sole source basis to Tricircle Company. 5. A determination by the ordering activity contracting officer that the order represents the best value consistent with FAR 13.106-1(b). The Contracting Officer has determined that the order represents the best value and results in the lowest overall cost alternative (considering price, special features, administrative costs, etc.) to meet the Government's needs. 6. A description of the market research conducted among schedule holders and the results or a statement of the reason market research was not conducted. This requirement is more than $25,000 and will be synopsized via posting on the Federal Business Opportunities (FEDBIZOPPS) website per FAR 5.2. No additional market research was conducted for the reasons stated in paragraph 4. 7. Any other facts supporting the justification. None. 8. A statement of the actions, if any, the agency may take to remove or overcome any barriers that led to the restricted consideration before any subsequent acquisition for the supplies or services is made. As stated in paragraph 4 above, Tricircle Company is the only source that can meet this requirement. SIGNATURES FOLLOW THIS PAGE STATEMENT OF WORK FOR SIMULTANEOUS LOCALIZATION AND MAPPING TECHNIQUES FOR UNMANNED UNDERWATER VEHICLE NAVIGATION AND STATISTICAL MODELING AND INFERENCE OF SPATIAL POINT PROCESSES 1.0 SCOPE The NSWC PCD Advanced Signal Processing & Automatic Target Recognition (ATR) Branch (Code X23) conducts theoretical and experimental research in the areas of signal and image processing and automatic target recognition to support NSWC PCD mission needs. This Statement of Work (SOW) specifies Contractor requirements for research and development to study Simultaneous Localization and Mapping (SLAM) techniques for Unmanned Underwater Vehicle (UUV) navigation and statistical modeling and inference of spatial point processes techniques that impact signal and image processing in seawater. 2.0 APPLICABLE DOCUMENTS The following documents of the exact issue shown form a part of this SOW to the extent specified herein. In the event of conflict between the document referenced herein and the contents of this SOW, the contents of this SOW shall take precedence. NONE 3.0 REQUIREMENTS 3.1 Develop Simultaneous Localization and Mapping Algorithms (CDRL A001 and A002) 3.1.1 During the base year, the Contractor shall develop Simultaneous Localization and Mapping (SLAM) algorithms that will enable Unmanned Underwater Vehicle (UUV) navigation via feature recognition in synthetic aperture sonar (SAS) data. These feature-based navigation algorithms are critical for UUV navigation in GPS- denied areas and in areas with a high concentration of debris and clutter. 3.1.2 During the option year, if it is exercised, the Contractor shall develop a simulation environment to thoroughly test and refine these algorithms developed in the base year. The Contractor shall additionally apply these algorithms to detect changes in an environment that has been mapped previously, which could indicate the insertion of new potential threats by adversaries. 3.2 Develop Complex Statistical Modeling and Bayesian Inference Techniques (CDRL A001) 3.2.1 During the base year, the Contractor shall develop various complex statistical modeling and Bayesian inference techniques as applied to spatial point processes with the goal of inferring an optimal distribution of points from available data and prior knowledge. There are several challenges that the Contractor will address. As in many applications, real life data exhibits a certain level of noise or irregularity and additionally may be incomplete with missing pieces. Thus, to ensure that the inference of ideal point distributions is robust to poor data quality, the Contractor shall first develop prior probability models that enforce desired properties that a spatial point configuration would be expected to satisfy in the absence of data. For example, a prior model on a spatial point configuration can regulate the total number of points, their likely locations in space, as well as their mutual pairwise distances, and can be further complicated by the inclusion of edges that connect certain pairs of points. 3.2.2 The Contractor shall develop probability models to describe the likelihood of the data given a fixed point configuration, which, in combination with the prior models, defines a posterior distribution that the Contractor will use to make inferences on optimal point configurations. Since probability distributions of point processes can be complicated, non-standard, unnormalized, and/or high-dimensional, the Contractor shall develop and apply complex Monte Carlo based sampling schemes to allow for computationally efficient execution of Bayesian inference routines. During the option year, if it is exercised, the statistical methods that the Contractor shall develop are to be applied to relevant problems in mine warfare (MIW), including but not limited to the estimation of true target locations from cluttered ATR calls, uncovering enemy courses of action from MCM mission data, computing the risk associated with a known minefield, as well as inferring an optimal sensor field placement given likely enemy traffic patterns. 3.3 Progress Reporting (CDRL A003) The Contractor shall report progress, status, and accomplishments on a monthly basis. 4.0 GOVERNMENT FURNISHED PROPERTY NONE 5.0 DATA DELIVERABLES All data deliverables shall be in accordance with the attached Contract Data Requirements List (CDRL) DD Form 1423. 6.0 PERIOD OF PERFORMANCE The period of performance for this order shall be from award of order through 12 months. 7.0 SECURITY This requirement is UNCLASSIFIED. The Contractor shall not require access to nor be required to generate or store classified information to perform this requirement. 7.1 Release of Information (a) Release of information shall be in accordance with Section I, DFARS Clause 252.204-7000, Disclosure of Information. (b) All technical data provided to the contractor by the Government shall be protected from public disclosure in accordance with the markings contained thereon. All other information relating to the items to be delivered or services to be performed under this contract may not be disclosed by any means without prior approval of the appropriate NSWC PCD authority. Dissemination or public disclosure includes, but is not limited to, permitting access to such information by foreign nationals or by any other person or entity; publication of technical or scientific papers; advertising; or any other proposed public release. The contractor shall provide adequate physical protection to such information to preclude access by any person or entity not authorized such access by the Government. 7.2 Controlled Unclassified Information (CUI) Controlled unclassified information (CUI) is official information that requires the application of controls and protective measures for a variety of reasons and has not been approved for public release, to include technical information, proprietary data, information requiring protection under the Privacy Act of 1974, and Government-developed privileged information involving the award of contracts. CUI is a categorical designation that refers to unclassified information that does not meet the standards for National Security Classification under Executive Order 13526, but is (a) pertinent to the national interest of the United States or to the important interests of entities outside the Federal Government, and (b) under law or policy requires protection from unauthorized disclosure, special handling safeguards, or prescribed limits on exchange or dissemination. 7.3 Minimum Requirements for Access to Controlled Unclassified Information (CUI) Prior to access, Contractor personnel requiring access to Department of the Navy (DoN) controlled unclassified information (CUI) or "user level access to DoN or DoD networks and information systems, system security and network defense systems, or to system resources providing visual access and/or ability to input, delete or otherwise manipulate sensitive information without controls to identify and deny sensitive information" contractors must have clearance eligibility, or submit an Electronic Questionnaire. for Investigation Processing (SF 86) to NSWC PCD Security for processing and subsequent adjudication by the DoN Central Adjudication Facility. 7.4 Minimum Protection Requirements for Controlled Unclassified Information Security classification guides and unclassified limited documents (e.g., For Official Use Only (FOUO), Distribution Statement Controlled) are not authorized for public release and, therefore, cannot be posted on a publicly accessible webserver or transmitted over the Internet unless appropriately encrypted. 7.5 For Official Use Only (FOUO) FOUO is a document designation, not a classification. This designation is used by Department of Defense (DoD) and a number of other federal agencies to identify information or material, which although unclassified, disclosure to the public of the information would reasonably be expected to cause a foreseeable harm to an interest protected by one or more provisions of the Freedom of Information Act (FOIA). This includes information that qualifies for protection pursuant to the provisions of the Privacy Act of 1974, as amended. FOUO must be marked, controlled and safeguarded in accordance with DoDM 5200.01, Vol. 4, DoD Information Security Program: Controlled Unclassified Information (CUI), February 24, 2012 7.6 Security of Unclassified DoD Information on Non-DoD Information Systems (DoDI 8582.01) DoD Policy Adequate security shall be provided for all unclassified DoD information on non-DoD information systems. Appropriate requirements shall be incorporated into all contracts, grants, and other legal agreements with non-DoD entities. Information Safeguards are applicable to unclassified DoD information in the possession or control of non-DoD entities on non-DoD information systems, to the extent provided by the applicable contract, grant, or other legal agreement with the DoD. 7.6.1 Information Safeguards Performance of this task requires the contractor to access unclassified DoD information that has not been cleared for public release may be disseminated by the Contractor, grantee, or awardee to the extent required to further the contract, grant, or agreement objectives, provided that the information is disseminated within the scope of assigned duties and with a clear expectation that confidentiality will be preserved. Examples include: a. Non-public information provided to a Contractor (e.g., with a request for proposal). b. Information developed during the course of a contract, grant, or other legal agreement (e.g., draft documents, reports, or briefings and deliverables). c. Privileged information contained in transactions (e.g., privileged contract information, program schedules, contract-related event tracking). It is recognized that adequate security will vary depending on the nature and sensitivity of the information on any given non-DoD information system. However, all unclassified DoD information in the possession or control of non-DoD entities on non-DoD information systems shall minimally be safeguarded as follows: a. Do not process unclassified DoD information on publically available computers (e.g., those available for use by the general public in kiosks or hotel business centers). b. Protect unclassified DoD information by at least one physical or electronic barrier (e.g., locked container or room, logical authentication or logon procedure) when not under direct individual control of an authorized user. c. At a minimum, overwrite media that have been used to process unclassified DoD information before external release or disposal. d. Encrypt all government information when it is stored on mobile computing devices such as laptops and personal digital assistants, compact disks, or authorized removable storage media such as thumb drives and compact disks, using the best encryption technology available to the Contractor or teaming partner. Encryption of data at rest shall be as defined in NIST Special Publication 800-53, Security Controls SC-13 and SC-28(1). e. Limit transfer of unclassified DoD information to subcontractors or teaming partners with a need to know and obtain a commitment from them to protect the information they receive to at least the same level of protection as that specified in the contract or other written agreement. f Transmit e-mail, text messages, and similar communications containing unclassified DoD information using technology and processes that provide the best level of privacy available, given facilities, conditions, and environment. Examples of recommended technologies or processes include closed networks, virtual private networks, public key-enabled encryption, and transport layer security. g. Encrypt organizational wireless connections and use encrypted wireless connections where available when traveling. If encrypted wireless is not available, encrypt document files (e.g., spreadsheet and word processing files), using at least application-provided password protected level encryption. h. Transmit voice and fax transmissions only when there is a reasonable assurance that access is limited to authorized recipients. i. Do not post unclassified DoD information to website pages that are publicly available or have access limited only by domain or Internet protocol restriction. Such information may be posted to website pages that control access by user identification and password, user certificates, or other technical means and provide protection via use of transport layer security or other equivalent technologies during transmission. Access control may be provided by the intranet (vice the website itself or the application it hosts). j. Provide protection against computer network intrusions and data exfiltration, minimally including: (1) Current and regularly updated malware protection services, e.g., anti-virus, anti-spyware. (2) Monitoring and control of both inbound and outbound network traffic (e.g., at the external boundary, sub-networks, individual hosts), including blocking unauthorized ingress, egress, and exfiltration through technologies such as firewalls and router policies, intrusion prevention or detection services, and host-based security services. Prompt application of security-relevant software patches, service packs, and hot fixes. k. Comply with other current Federal and DoD information protection and reporting requirements for specified categories of information (e.g., medical, proprietary, Critical Program Information (CPI), personally identifiable information, export controlled) as specified in contracts, grants, and other legal agreements. l. Report loss or unauthorized disclosure of unclassified DoD information in accordance with contract, grant, or other legal agreement requirements and mechanisms. m. Do not use external IT services (e.g., e-mail, content hosting, database, document processing) unless they provide at least the same level of protection as that specified in the contract or other written agreement. 7.7 Operations Security Operations Security (OPSEC) is concerned with the protection of critical information: facts about intentions, capabilities, operations, or activities that are needed by adversaries or competitors to bring about failure or unacceptable consequences of mission accomplishment. Critical information includes information regarding: • Operations, missions, and exercises, test schedules or locations; • Location/movement of sensitive information, equipment, or facilities; • Force structure and readiness (e.g., recall rosters); • Capabilities, vulnerabilities, limitations, security weaknesses; • Intrusions/attacks of DoD networks or information systems; • Network (and system) user identifications and passwords; • Movements of key personnel or visitors (itineraries, agendas, etc.); and • Security classification of equipment, systems, operations, etc. The Contractor, subcontractors and their personnel shall employ the following countermeasures to mitigate the susceptibility of critical information to exploitation, when applicable: • Practice OPSEC and facilitate OPSEC awareness; • Immediately retrieve documents from printers assessable by the public; • Shred sensitive and Controlled Unclassified Information (CUI) documents when no longer needed; • Protect information from personnel without a need-to-know; • When promulgating information, limit details to that essential for legitimacy; • During testing and evaluation, practice OPSEC methodologies of staging out of sight, desensitization, or speed of execution, whenever possible. 8.0 DISTRIBUTION LIMITATION STATEMENTS Documentation generated under this task order shall have the following Distribution Limitation Statement and Destruction Notice affixed to the front cover and title page. For drawings, the statement shall be in the detail of the drawing. Additionally, each diskette delivered shall be marked externally with the statements. DISTRIBUTION STATEMENT D: DISTRIBUTION AUTHORIZED TO DEPARTMENT OF DEFENSE AND U.S. DOD CONTRACTORS ONLY (ADMINISTRATIVE/OPERATIONAL USE) (DATE STATEMENT APPLIED). OTHER REQUESTS FOR THIS DOCUMENT MUST BE REFERRED TO COMMANDING OFFICER, NAVAL SURFACE WARFARE CENTER PANAMA CITY DIVISION, 110 VERNON AVENUE, PANAMA CITY, FL 32407-7001. ATTN: CODE X23 WARNING - THIS DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, U.S.C., SEC 2751, ET Q.) OR THE EXPORT ADMINISTRATION ACT OF 1979, AS AMENDED, TITLE 50, U.S.C., APP. 2401 ET SEQ. VIOLATIONS OF THESE EXPORT LAWS ARE SUBJECT TO SEVERE CRIMINAL PENALTIES. DISSEMINATE IN ACCORDANCE WITH PROVISIONS OF DOD DIRECTIVE 5230.25., WITHHOLDING OF UNCLASSIFIED TECHNICAL DATA FROM RELEASE. DESTRUCTION NOTICE - CLASSIFIED INFORMATION, DESTROY IN ACCORDANCE WITH SECNAV M-5510.36, (DON INFORMATION SECURITY PROGRAM) OR DOD 5220.22-M, (NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL). UNCLASSIFIED LIMITED DOCUMENTS, (E.G., FOUO, DISTRIBUTION STATEMENT CONTROL) DESTROY BY ANY METHOD THAT WILL PREVENT DISCLOSURE OF CONTENTS OR RECONSTRUCTION OF THE DOCUMENT. 9.0 ENTERPRISE-WIDE CONTRACTOR MANPOWER REPORTING APPLICATION (ECMRA) The Contractor shall report Contractor labor hours (including subcontractor labor hours) required for performance of services provided under this contract for the NSWC PCD via a secure data collection site. Contracted services excluded from reporting are based on Product Service Codes (PSCs). The excluded PSCs are: (1) W, Lease/Rental of Equipment; (2) X, Lease/Rental of Facilities; (3) Y, Construction of Structures and Facilities; (4) D, Automatic Data Processing and Telecommunications, IT and Telecom- Telecommunications Transmission (D304) and Internet (D322) ONLY; (5) S, Utilities ONLY; (6) V, Freight and Shipping ONLY. The Contractor is required to completely fill in all required data fields using the following web address https://ecmra.mil. Reporting inputs will be for the labor executed during the period of performance during each Government fiscal year (FY), which runs October 1 through September 30. While inputs may be reported any time during the FY, all data shall be reported no later than October 31 of each calendar year. Contractors may direct questions to the help desk, linked at https://ecmra.mil. 10.0 GOVERNMENT AND CONTRACTOR RELATIONSHIP (a) The services to be delivered under this Task Order are non-personal services and the parties recognize and agree that no employer-employee relationship exists or will exist under the Task Order between the Government and the Contractor's personnel. It is, therefore, in the best interest of the Government to afford both parties a full understanding of their respective obligations. (b) All Contractor, Subcontractor, and consultant personnel shall wear prominently displayed identification badges at all times when performing work on NSWC PCD property or attending meetings in the performance of this Task Order. The badge shall contain the individual's name, the company name and logo. When participating in such meetings (e.g., as a speaker, panel member), those individuals in Contractor employ must supplement physical identification (e.g., badges, place markers) with verbal announcements so that it is clear to the assembled group that they are employees of the Contractor, not NSWC PCD employees. In addition, when working on NSWC PCD property, all Contractor, Subcontractor, and consultant personnel shall have signs visible on their desks or at their work sites that clearly state that they are not NSWC PCD employees. (c) The Contractor is responsible for supervision of all Contractor personnel assigned to this Task Order. The Contractor shall exercise ultimate control over all aspects of Contractor personnel day-to-day work under this Task Order including the assignment of work, means and manner of Contractor employee performance and the amount of Contractor supervision provided. The Contractor shall be ultimately responsible for all aspects of performance under this Task Order including the work of its Contractor personnel. Contractor personnel under this Task Order shall not: (1) Be placed in a position where they are under the supervision, direction, or evaluation of a Government employee. (2) Be placed in a position of command, supervision, administration or control over Government personnel, or over personnel of other Contractors under other NSWC PCD contracts, or become a part of the Government organization. (3) Be used in administration or supervision of Government procurement activities. (4) Have access to proprietary information belonging to another without the express written permission of the owner of that proprietary information. (d) Employee Relationship: (1) The services to be performed under this Task Order do not require the Contractor or its personnel to exercise personal judgment and discretion on behalf of the Government. Rather the Contractor's personnel will act and exercise personal judgment and discretion on behalf of the Contractor. (2) Rules, regulations, directives and requirements that are issued by the U.S. Navy and NSWC PCD under its responsibility for good order, administration, and security are applicable to all personnel who enter the Government installation or who travel on Government transportation. This is not to be construed or interpreted to establish any degree of Government control that is inconsistent with a non-personal services Task Order. (e) Inapplicability of Employee Benefits: This Task Order does not create an employer-employee relationship. Accordingly, entitlements and benefits applicable to such relationships do not apply. (1) Payments by the Government under this Task Order are not subject to the Federal income tax withholdings. (2) Payments by the Government under this Task Order are not subject to the Federal Insurance Contributions Act. (3) The Contractor is not entitled to unemployment compensation benefits under the Social Security Act, as amended, by virtue of performance of this Task Order. (4) The Contractor is not entitled to workman's compensation benefits by virtue of this Task Order. (5) The entire consideration and benefits to the Contractor for performance of this Task Order are contained in the provisions for payment under this Task Order. (f) Notice. It is the Contractor's, as well as, the Government's responsibility to monitor Task Order activities and notify the Contracting Officer if the Contractor believes that the intent of this clause has been or may be violated. (1) The Contractor should notify the Contracting Officer in writing promptly, within three (3) calendar days from the date of any incident that the Contractor considers to constitute a violation of this clause. The notice should include the date, nature, and circumstances of the conduct, the name, function and activity of each Government employee or Contractor official or employee involved or knowledgeable about such conduct, identify any documents or substance of any oral communication involved in the conduct, and the estimate in time by which the Government must respond to this notice to minimize cost, delay or disruption of performance. (2) The Contracting Officer shall promptly, within five (5) calendar days after receipt of notice, respond to the notice in writing. In responding, the Contracting Officer will either: (i) confirm the conduct is in violation and when necessary direct the mode of further performance, (ii) countermand any communication regarded as a violation (iii) deny that the conduct constitutes a violation and when necessary direct the mode of further performance; or (iv) in the event the notice is inadequate to make a decision, advise the Contractor what additional information is required, and establish the date by which it should be furnished by the Contractor and the date. Section C - Specifications Minimum Requirements for Access to Controlled Unclassified Information (CUI): Prior to access contractor personnel requiring access to DON controlled unclassified information (CUI) or "user level access to DON or DoD networks and information systems system security and network defense systems or to system resources providing visual access and/or ability to input delete or otherwise manipulate sensitive information without controls to identify and deny sensitive information" contractors must have clearance eligibility or submit an Electronic Questionnaire for Investigation Processing (SF 86) to NSWC PCD Security for processing and subsequent adjudication by the DOD Consolidated Adjudications Facility. Minimum Protection Requirements for Controlled Unclassified Information: Security classification guides (OPNAVINST 5513 series) and unclassified limited documents (e.g. FOUO Distribution Statement Controlled) are not authorized for public release and therefore cannot be posted on a publicly accessible webserver or transmitted over the Internet unless appropriately encrypted. Controlled Unclassified Information (CUI): Controlled unclassified information (CUI) is official information that requires the application of controls and protective measures for a variety of reasons and has not been approved for public release to include technical information proprietary data information req...
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »