POSITIONING, NAVIGATION AND TIMING

Agency: Department of the Army
State: Maryland
Type of Government: Federal
FSC Category:
  • A - Research and development
Posted Date: Jun 26, 2019
Due Date: Nov 30, 2022
Solicitation No: W56KGU-18-R-PN22
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Opportunity History
Solicitation Number :
W56KGU-18-R-PN22
Notice Type :
Sources Sought
Synopsis :
Added: Nov 24, 2017 11:56 am Modified: Jun 26, 2019 12:49 pm Track Changes
26June2019 update: Contract Specialist changed from Jennifer to Audrey M York-Nicola.

United States Army
Communications-Electronics Research, Development and Engineering Center
Aberdeen Proving Ground, MD 21005


Broad Agency Announcement
W56KGU-18-R-PN22



POSITIONING, NAVIGATION AND TIMING
ADVANCED TECHNOLOGIES


COMMAND, POWER AND INTEGRATION (CP&I) DIRECTORATE



November 2017
TABLE OF CONTENTS


Part I Introduction
Part II General Information
Part III Scope - Research Interests
Part IV Research Interest Topics
Part V Submission Preparation and Format
Part VI Topic Response Requirements
Part VI I Submissions
Part VIII Full Proposal Evaluation

PART I
INTRODUCTION


This document is a Broad Agency Announcement (BAA) sponsored by the U.S. Army Communications-Electronics Research, Development and Engineering Center (CERDEC). This BAA will be valid through 30 November 2022, unless terminated earlier at the government's discretion. This BAA is issued under the provisions of paragraph 6.102(d)(2) and subpart 35.016 of the Federal Acquisition Regulation (FAR), which provides for the competitive selection of research and development proposals submitted in response to this announcement. Accordingly, full proposals selected for award are considered to be the result of full and open competition and fully compliant with PL 98-369, titled Competition in Contracting Act of 1984. Solicitation No. W56KGU-18-R-PN22 will be used for this effort. All awards made in accordance with this BAA will be selected via a two-step process. All offerors must submit white papers as detailed in PART V. After the white papers have been evaluated, only those offerors whose white papers are deemed most beneficial to the Government will be asked to provide a formal full proposal for further evaluation and potential contract award in accordance with PART VIII.


Prospective offerors should note that this BAA is an expression of interest only and does not commit the Government to make an award or pay proposal or white paper preparation costs generated in response to this announcement. For this solicitation, the costs of response preparation are not considered allowable direct charges to any resultant contract or any other contract. No contract award will be made unless appropriated funds are available.


Proposals will be considered from all organizations interested in conducting scientific research. This includes colleges and universities, non-profit research institutions, commercial firms, small business and small disadvantaged business concerns, historically black colleges and universities, and minority business enterprises and institutions. Other prospective offerors include commercial companies, educational institutions, non-profit organizations, and Canadian firms participating in the Defense Sharing Development Program.


All submissions, to include white papers and full proposals, should be directed to Jennifer L. Kunzog, Contract Specialist, 443-861-4675, email: Jennifer.l.Kunzog.civ@mail.mil, or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil. No contract award will be made unless appropriated funds are available for research and development. Prospective offerors are reminded that only a duly warranted contracting officer may obligate the Government to an agreement involving the expenditure of Government funds.
Questions concerning contractual, cost or pricing, or proposal format matters may be directed to Jennifer L. Kunzog, Contract Specialist, 443-861-4675, email: Jennifer.l.Kunzog.civ@mail.mil or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil.

Technical questions shall be directed to the Contract Specialist and/or Contracting Officer. Technical questions will then be forwarded to the technical point of contact (TPOC) responsible for specific research areas of interest under PART IV. Prospective offerors are advised that all communication, prior and after white paper/full proposal submission, shall be routed through either Jennifer L. Kunzog, Contract Specialist, 443-861-4675, email: Jennifer.l.Kunzog.civ@mail.mil or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil. No discussions are to be held with offerors by the technical staff after receipt of white paper/ full proposal submission without permission of the Contracting Officer.

There will be no formal Request for Proposals (RFP) or any further solicitation documents issued in regard to this BAA. Interested parties should be alert for any BAA amendments or additional areas of research interests that may be published under this BAA on the Army Single Face to Industry webpage, available at https://acquisition.army.mil/, or on the Federal Business Opportunities (FBO) webpage, available at https://www.fbo.gov/.
PART II
GENERAL INFORMATION


The U. S. Army CERDEC is soliciting proposals under this BAA for the performance of research, development, design, and testing that directly supports advancement of battlefield technologies in the area of Positioning, Navigation and Timing (PNT). The aim of this BAA is to discover technical approaches to improve and enhance current and future land warrior capabilities, flexibility, and responsiveness in line with CERDEC's strategic vision for enhancing Warfighter capabilities to operate in a symmetric and unsymmetrical environment.


CERDEC's plan is to support multiple and potentially multiphase efforts that pursue the design, development, integration, and demonstration of critical and enabling technology and system attributes pertaining to PNT. Proposed efforts will primarily be of service and material with aims at resolving technical barriers as identified under PART IV.


It is anticipated that proposals submitted in response to this BAA would range in scope of effort from study/analysis type work with limited data and hardware/software deliverables to larger efforts for component developments, techniques, and demonstrations with breadboard and/or prototype style deliverables. The Government realizes that varying technical/scientific approaches will be employed by potential offerors.


The Government anticipates use of a Cost-Plus-Fixed-Fee (CPFF) type of contract in connection with this BAA. The Government reserves the right to use a different type of contract. Offerors may propose alternate contract types providing that the alternative is supported in the proposal. Use of alternative contract types, if proposed by the offeror, will be negotiated before award.


To be eligible for award of a contract, all prospective offerors, with the exception of other governments, including state and local government agencies, must meet certain minimum standards pertaining to financial resources, adequacy of accounting systems, ability to comply with performance schedules, prior record of past performance, integrity, organizational structure, experience, operational controls, technical skills, facilities and equipment. For additional information and guidance concerning qualifications and standards for responsibility of prospective contractors, please refer to Part 9 of the FAR.


There are certain post-employment restrictions on former federal officers and employees (Section 207 of Title 18, United States Code). If a prospective offeror believes a potential conflict of interest may exist, the situation must be brought to the attention of the Contracting Officer before expending time and effort in proposal preparation.
Offerors shall make their proposals valid for at least 180 days. The Government reserves the right to make an award at any time during the life of this BAA. The Government also reserves the right to fund all, some, one, or none of the full proposals received under this BAA.


The Government shall consider Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense Research and Development Pools as set forth in FAR Subpart 9.7.


The Government requires that prospective offerors prepare and submit white papers in accordance with instructions in PART VI, prior to preparing a full proposal. This will assist prospective offerors in avoiding the expense of preparing a full proposal that may not be selected for award under this BAA. Format and submission preparation requirements are further explained under PART V. All white papers and full proposals will be reviewed and responded to regardless of its final disposition. Once again, the Government will not be responsible for any costs associated with the preparation and delivery of submissions.


PART III
SCOPE - RESEARCH INTERESTS


Program Description(s):


The U.S. Army CERDEC CP&I Directorate has the mission of research, design, development, initial acquisition, integration, demonstration, and testing of a variety of experimental, inventory, commercial-off-the-shelf and other electronic Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance (C4ISR) systems for a variety of Army missions.


The goal is to support CERDECs Strategic Thrust for PNT by providing technical and operational capabilities that enables the Soldier to continue their operations in hostile RF and GPS denied environments. Proposed technical approaches may apply to operations both before and after the cessation of hostilities. This announcement emphasizes approaches that address the very different challenges presented by urban fighting and dramatically enhance war fighter capabilities, for example, the ability to interact, maneuver, and operate under a time constrained environment. These changes should generally result in lower casualties, lower collateral damage, and the effective use of combat power.


The specific topics of interest revolve around the research and development of technologies may provide revolutionary improvements to the entire spectrum of PNT.


In order to achieve the capabilities described above, CP&I Directorate will pursue the design, development, integration, and demonstration of critical and enabling technologies and system attributes pertaining to citied areas of interest. Offerors should emphasize radical concepts that may contain high technical risk, but if enabled, would have commensurate high military payoff. The Government is not interested in extensions to existing CERDEC programs or minor improvements to operational capability. Rather, CERDEC is seeking innovative concepts that will provide either an entirely new military capability or will enhance existing capability by orders of magnitude (based on demonstrable relevant metrics).


Offerors should be prepared to support the technical feasibility of their concept or idea, and then be prepared to demonstrate and discuss successive phases leading toward technology development. Offerors should also be prepared to propose a base effort supporting the technical feasibility of their concept or idea, and to propose pre-priced options or subsequent phases that further lead toward technology development. It is envisioned that the effort will have a base period of 12 months and two (2) option periods of 12 months each. Offerors should not propose total efforts exceeding 36 months.


PART IV
RESEARCH INTEREST



RESEARCH INTEREST TOPIC ONE (1)


Research Interest: Pseudolite Systems
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this effort is to design, develop and demonstrate Global Positioning System (GPS) pseudolite technologies. Projects considered under this solicitation will ultimately provide improved situational awareness and support to mission command and decision enhancing technologies.


Description: CERDEC is interested in near term solutions for pseudolite systems which support and augment GPS signals that can be degraded or denied by either friendly or hostile electronic transmission or by natural obstacles. Pseudolites provide GPS protection and reliability by broadcasting GPS-like signals using terrestrial or near-terrestrial transmitters. In moderately degraded environments, pseudolites aid acquisition of GPS satellite signals. In severely degraded environments, pseudolites can be used as a source for positioning and timing. Pseudolites rely upon GPS signal reception when available for precise and accurate determination of the pseudolite Position, Velocity, and Timing (PVT) information. The Army is interested in specific technologies that could improve the potential effectiveness of pseudolites, such as the following: (1) command and control software with analysis tools to aid in the positioning of pseudolites; (2) command and control data links compatible with Army mission command systems; (3) Pseudolite compatible anti-jam GPS antennas; (4) shaped beam output antennas; (5) conformal antennas; (6) distributed aperture antennas; (7) anti-tamper technologies; (8) high efficiency, fast-response power amplifiers; (9) celestial navigation devices to provide a backup position source; (10) differential GPS corrections that could be sent over the pseudolites; and (11) alternative technologies for providing precise time to the pseudolites.



RESEARCH INTEREST TOPIC TWO (2)

Research Interest: Vehicle Navigation System (VNS)
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic is to develop, design, and demonstrate ground vehicle mounted PNT systems, for the benefit of mission command and decision enhancing technologies for the battlefield.


Description: CERDEC is interested in a near term solution for non-autonomous and autonomous ground vehicle platforms to include a scalable and upgradeable hardware solution that provides PNT information in GPS challenged and denied environments. The VNS design should be configurable to balance minimization of essential components, and therefore overall cost of the system, commensurate with mission and operational functionality. Considerations for VNS designs should allow upgrading to GPS military code (M-code). The VNS should be packaged such that SWAP-C (size, weight, power, and cost) will be minimized and will include interfaces for encryption keying, user interface or display, and connectors for external power, antenna, and multiple electrical interfaces including Ethernet that can route PNT data. The VNS should be compatible with the network timing protocol (NTP), the precise timing protocol (PTP), and be able to take aiding sensors from the vehicle if available to improve its navigation and timing solution.



RESEARCH INTEREST TOPIC THREE (3)


Research Interest: Inertial Navigation
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, develop, demonstrate and advance inertial navigation technology. The technologies sought will be considered to provide improved situational awareness capabilities and support mission command and decision enhancing technologies for the battlefield and its commanders.


Description: Inertial Navigation Systems (INS) are comprised of Inertial Sensors such as accelerometers and gyroscopes which measure specific forces and angular rates. CERDEC is interested in ideas for inertial sensors and systems targeted for dismounted soldier and vehicle navigation platforms that allow navigation in GPS denied conditions. This includes novel gyroscope and accelerometer sensor designs utilizing the following (but not limited to): Micro-Electro-Mechanical Systems (MEMS), mechanical, optical, and atomic domains that meet the SWaP-C goals for the platforms considered. Also of interest are techniques to improve long term performance, such as the following: calibration sensor self-calibration, velocity updating, and range aiding techniques.




RESEARCH INTEREST TOPIC FOUR (4)


Research Interest: Positioning
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, develop, demonstrate and advance the state of-the-art with respect to location determination and/or orientation technologies, for the benefit of improved mission command and decision enhancing technologies.


Description: Location determination involves using sources that are external to the platform to establish position information, such as the following: GPS, Multi-Global Navigation Satellite Systems (Multi-GNSS), radio navigation, celestial navigation, terrain matching, Signals of Opportunity (SOP), and radio atmospheric signals. Particular aspects of interest to CERDEC are advanced GPS receiver hardware including but not limited to new RF front end designs, non-traditional RF correlator configurations and designs, novel antenna designs, software defined GPS receivers as well as concepts that address integrity monitoring of the GPS signals themselves or of the GPS navigation solution. This could be done in any of a variety of ways including algorithmically or through hardware techniques. Utilization of GNSS signals is also an area of potential interest, including methods to allow standard GPS receivers to track non GPS signals (i.e., GPS receiver software modifications for tracking Galileo satellites). Also of interest are concepts and proposals which leverage emerging and planned future signals, for example, upgradable to M-Code signals as well as new receiver architectures including advanced tracking and acquisition algorithms. These algorithms might, for example, decrease the Time To First Fix (TTFF) or increase resistance to jamming. Lastly, anti-jam GPS or GNSS antennas and related techniques will be considered as well.



RESEARCH INTEREST TOPIC FIVE (5)


Research Interest: Aiding Sensors for Navigation Systems
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal for this topic is to identify, develop, demonstrate and advance navigation aiding technologies for dismounted soldiers and ground vehicle platforms where GPS performance is degraded or unavailable. Ultimately projects considered and selected for funding under this topic will provide improved situational awareness capabilities and support of mission command and decision enhancing technologies.


Description: Primary considerations for aiding sensors include SWAP-C, as well as the ability for the aiding sensors to improve GPS position accuracy or maintain similar performance for extended periods of time in the absence of GPS signals. Systems that do not emit radiation or have minimal and/or controlled radiated emissions are considered more favorable. Physical hardware modularity, ease for embedding, adapting or optimizing to fit onto a range of military platforms (e.g., dismounted soldiers, combat vehicles or possibly aerial vehicles) and the ability for future systems upgrades, including software, are highly desirable characteristics. The ability for proposed systems to function properly, and adhere to architectures anticipated, in the Army Common Operating Environment (COE) is also considered highly advantageous. Examples of technologies of possible interest for aiding sensors for military navigation systems, include, but are not limited to, the following: (1) Vision-based navigation systems and techniques including advanced computer tracking, mapping and feature identification and extraction algorithms, optical-lens technology and miniature solid-state materials, devices and cameras; (2) Systems based upon light-detection and ranging (LIDAR) or laser-detection and ranging (LADAR); (3) Radio-frequency (RF) ranging, especially that which consumes minimal radio bandwidth and power, and which has minimal impact on adjacent radio communications systems; (4) Velocity sensors, speed detectors, magnetometers and other passive sensors for advanced orientation and navigation techniques; and (5) Network-assisted navigation systems and concepts.



RESEARCH INTEREST TOPIC SIX (6)


Research Interest: Navigation Sensor Fusion
Division: CERDEC, CP&I Directorate, Positioning, Navigation & Timing Division


Objective: The goal of this topic area is to identify, develop, demonstrate and advance the area of navigation sensor fusion for mounted and dismounted soldier applications. Projects selected for consideration will be applicable to mission command and decision enhancing technologies.


Description: Navigation Sensor Fusion involves the combining of information from multiple diverse navigation aiding sensors (cameras, magnetometers, laser rangefinders, etc.) to arrive at an optimal PNT Solution. CERDEC is interested in the following aspects of sensor fusion technologies: (1) Open Architecture Sensor Fusion Designs that are non-proprietary and flexible to facilitate modification and tailoring to mission requirements and ease interfacing and integration of an array of random new and existing sensor types; (2) Plug-and-play architectures to reduce sensor integration and configuration complexity, time and costs while standardizing software, electrical and mechanical interfaces; (3) Compressive sensing algorithms using (but not limited to) modeling and sampling techniques to efficiently acquire and process optimal sensor data to construct and/or contribute to an accurate navigation solution; (4) Over-determined sensors/techniques where sensor data, capabilities and applications are fused and optimized to provide the most robust and accurate navigation solutions; and (5) Artificial Intelligence to enhance sensor fusion by adapting and responding to the changes in the environment and intelligently fusing sensor data.



RESEARCH INTEREST TOPIC SEVEN (7)


Research Interest: Biomimetic for Navigation Purposes
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, develop, demonstrate and advance the state of the art in PNT through biologically inspired technologies, as they relate to mission command and decision enhancing technologies.


Description: CERDEC is interested in the application of biomimetic technologies to any of the other PNT topics of this BAA. Of interest are the following areas: (1) Biomimetic processes, models, systems and techniques used by vertebrate and invertebrate species (e.g., cataglyphis ants, halictid bees, migratory birds, fish) that can be applied to solve complex PNT technical challenges. Specific items of interest include novel sensors based on biomimetic processes which can potentially be exploited for attitude, orientation and/or navigation purposes, and also the use of tailored algorithms for application to PNT technical challenges; (2) Synergistic fusion of biomimetic and traditional PNT technologies and materials; and (3) Optimization of SWaP-C of PNT systems by application of biologically inspired systems.



RESEARCH INTEREST TOPIC EIGHT (8)


Research Interest: Timing for PNT Systems
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, develop, demonstrate and advance the area of accurate timing sources and time transfer technologies for Army applications, as they relate to mission command and decision enhancing technologies.


Description: Timing characteristics of interest include: accuracy, long- and short-term stability, and low phase noise under environments commensurate with military specifications. High accuracy clocks are necessary to provide time to a variety of Army systems in GPS denied environments. SWaP-C are concerns for dismounted soldier and ground/aerial manned/unmanned vehicle platforms. Examples include, but are not limited to, the following: miniature atomic clocks, atomic frequency standards, and tightly coupled GPS receivers/clocks. An additional area of interest includes wireless time transfer methods to preserve time accuracy.



RESEARCH INTEREST TOPIC NINE (9)


Research Interest: Modeling and Simulation (M&S) for PNT
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, design, develop, and demonstrate the application of modeling and simulation to each of the other PNT topics identified in Part IV of this BAA.


Description: The application of M&S provides benefits across the phases of technology development. CERDEC is interested in innovative approaches to the design, development, and application of M&S in the following areas: (1) supporting design trade-offs in technology development; (2) conducting performance analysis of components, systems, and systems of systems; (3) analyzing the impact of PNT technology insertion on mission operations in various environments, including the emerging threat (integration of PNT M&S with mission and campaign level simulations); (4) support to mission planning and decision making with an understanding of the importance and implications of PNT availability; and (5) the application of model based system engineering tools and practices to support PNT technology development.



RESEARCH INTEREST TOPIC TEN (10)


Research Interest: Technologies for Navigation Warfare (NAVWAR) Applications
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, design, develop, and demonstrate NAVWAR technologies.


Description: NAVWAR technologies will provide US Forces with the ability to deny GPS/ GNSS to adversaries while simultaneously enabling US Forces to survive an Electronic Attack against GPS. The Army is interested in capabilities that can monitor, understand and control the Anti-Access Arial Denial (A2AD) environment on a battlefield. CERDEC is interested in innovative approaches in the following areas: (1) techniques in real-time detection, geo-location and characterization of GPS interference sources, (2) real-time detection of GPS receiver spoofing attacks (supplanting good PNT data with false signals, either by rebroadcast or signal generation of incorrect position or time), (3) situational awareness by leveraging existence of GPS receivers and/or sensors integrated into Army units, (4) technologies that assure unimpeded access to precise navigation information in challenging environments, (5) technologies that selectively deny PNT information to adversaries while protecting PNT information to neutral/friendly forces.



RESEARCH INTEREST TOPIC ELEVEN (11)


Research Interest: Autonomy and Artificial Intelligence (AI) Application for PNT
Division: CERDEC, CP&I Directorate, Positioning, Navigation and Timing Division


Objective: The goal of this topic area is to identify, design, develop, and demonstrate the application of autonomy and/or AI technologies and techniques for each of the other PNT topics identified in Part IV of this BAA.


Description: Autonomy and artificial intelligence techniques and technologies for PNT will provide the Warfighter with advanced capabilities. CERDEC is interested in innovative approaches in the following areas: (1) The utilization of artificial intelligence to enhance sensor fusion through adaptive responses to the changes in the environment, (2) Intelligently fusion of sensor data, (3) AI to provide situational awareness to the soldier, (4) The utilization of AI to allow navigation systems to learn about the environment, routes, and actual measurements for GPS and other sensors to improve the accuracy of the navigation systems, (5) Autonomous solutions for navigation, providing advanced obstacle avoidance, (6) Techniques and technologies to improve the speed of autonomous, (7) Techniques and technologies to improve the real time processing of sensor data for autonomous, (8) AI technologies and techniques that can learn about and adapt to PNT threats to overcome them, and (9) AI algorithm development and application to improve PNT capabilities.



PART V
SUBMISSION PREPARATION AND FORMAT
5.1 Information and Guidelines for Preparation and Submission of White Papers
The purpose of the white paper is to permit the submitter to present an explanation of the idea/concept, its technical merit, and military relevance in a cost effective and efficient manner. The submitter should articulate the innovative concept and technology development needed with respect to demonstrable metrics. Offerors should explain in the white paper the feasibility of idea/concept transition to the military, other government agencies or organizations, or other interested users, as applicable. Additionally, offerors should clearly specify the intended demonstrable improvements over current systems, explain transition paths, specify tentative schedules, and provide a rough order of magnitude (ROM) estimate of cost. The submission of the white paper should be used by the offeror to avoid unnecessary expenses often incurred in proposal generation for ideas that may not be of interest to the Government. CP&I Directorate will endeavor to respond to white papers in an expeditious and timely manner.
If CP&I Directorate is interested in your white paper, you will be notified by a formal letter to submit a full proposal. The Government's full proposal request letter may ask the offeror to focus in on a specific concept proposed, or abandon other proposed concepts deemed less valuable by the Government. Offerors in receipt of a white paper approval letter should then expect to proceed to the second step; submitting a full proposal as stated in section 5.2.


5.1.1 White Paper Format
White papers are to be limited to five (5) pages (single-sided, single-spaced, size 12 font, Times New Roman) and should identify the specific research interest area addressed, provide a description of the problem(s) that will be solved, a description of the proposed solution, any existing evidence that the proposed solution(s) will be successful, and the relative impact of such a solution(s), should it or they prove successful. No facsimile submissions will be accepted. The white paper should have a cover sheet (not included in the five-page limit). The white paper should address and answer the following information and questions:
1. BAA number (W56KGU-18-R-PN22)


2. Technical area (see PART IV Research Interest Topics)


3. Lead Organization Submitting Proposal


4. A high level description of the concept, technology or product


5. Expected deliverables


6. Is the proposed technology leveraged from commercial programs?


7. Does the proposed technology or product contain a proprietary solution?


8. Type of business (selected from the following categories): "LARGE BUSINESS,"
"SMALL DISADVANTAGED BUSINESS," "OTHER SMALL BUSINESS," "HBCU,"
"MI," "OTHER EDUCATIONAL," or "OTHER NONPROFIT"


9. Contractor's taxpayer identification number


10. Other team members (if applicable) and type of business for each


11. White Paper title


12. Technical point of contact to include: salutation, last name, first name, valid organizational mailing address, telephone, fax, electronic mail


13. Administrative point of contact to include: salutation, last name, first name, valid organizational mailing address, telephone, fax, and electronic mail.


14. The ROM estimated cost for each phase proposed and the total proposed cost


15. Date White Paper was prepared


5.1.2 White Paper Evaluation
White papers submitted for research interest topic areas in which funds are not expected to be available may be declined without further review. If funds are anticipated to be available, white papers will be evaluated based on the scientific merit and potential contribution to the U.S. Army CERDEC, CP&I Directorate mission. The scientific merit and relevance to one of the Part III CP&I Directorate mission areas are the most critical factors in determining if an offeror will be invited to submit a full proposal. Other consideration factors include technological project risk, use of commercial technology, and ROM estimated cost.

5.2 Information and Guidelines for Preparation and Submission of Full Proposals
This section provides guidelines and information needed in preparing a full proposal in response to this BAA. The full proposal must present the proposed research effort in sufficient detail to allow the CP&I Directorate peer/scientific review team to thoroughly evaluate the scientific merit and relevance of the proposed research. All proprietary data must bear an appropriate restrictive legend. NO classified material shall be submitted for consideration under this BAA.
Offerors are advised that the quality of the information presented in the proposal is significantly more important than the quantity. It is desired that the proposals, as briefly as possible, provide details as to Technology, Program Management, and Cost as described in section 5.2.1 below. Since technical, program management, and cost aspects of an offeror's submission will be evaluated at the same time, all information should be provided in one (1) volume. The total length of the full proposal shall not exceed twenty-five (25) pages. Technical, program management, and cost information must be provided for the full proposal to be considered for award.


5.2.1 Full Proposal Format
A. General
If an offeror's white paper is considered acceptable by the Government in accordance with section 5.1.2, it may be asked to submit a full proposal. Full proposals shall be submitted in accordance with the following guidelines:
(1) Transmittal Letter: On your organization's letterhead stationary provide the following.
a. Legal name and address of your organization and Cage Code
b. Type of organization and place of performance
c. Title of the proposed research
d. Period of performance and estimated cost
e. Type of contract proposed
f. Name and title of the Principal Investigator or Project Director
g. Name, title and signature of an official authorized to legally bind the organization
(2) Summary: All proposals shall contain a brief summary describing the proposed program. It should include a concise statement of work (SOW) and a basic approach to be utilized in the effort. This shall be unclassified and non-proprietary in nature.


B. Technical: The technical portion shall include, but is not limited to, the following:
(1) A detailed background, discussion and/or description relative to the work proposed. An indication that the offeror understands the topical area should be exhibited.
(2) A clear, concise definition of the program objectives and the approaches to meet them.
(3) A reasonably complete discussion which details the feasibility and the methodology of the proposed approaches and identifies the level of effort to be employed. Technical uncertainties shall be identified.
(4) Any past performance information for the same or similar work as referenced above in the description of the research interests. Each referenced contract for the past performance section will contain contract numbers and Government points of contact, dollar amounts, period of performance, and services provided.
(5) Proposed innovative approaches, unique capabilities and/or specialized experience should be identified.
C. Program Management: This part of the proposal shall address the areas of personnel, facilities, management and structure of the organization, schedule, milestones, and deliverables proposed.
(1) Resumes of key personnel shall be included in this section. Note if key personnel sever their connection with the organization, or become unable to continue active participation, the Contracting Officer must be immediately notified and the Government will have the option to terminate the contract.
(2) Identify potential organizational or personal conflicts of interest, including any prior federal employment of research personnel within two years from the date of proposal submission. In the event organizational or personal conflicts of interest are identified, a conflict of interest mitigation plan shall be submitted as part of the offerors proposal. If there are no such potential conflicts of interest, this should be so noted in the proposal.
D. Cost: The offeror's cost proposal shall be prepared in a clear and concise manner that accurately reflects the offeror's cost estimate for accomplishing the proposed technical effort. Cost data shall include all costs expected during the performance of the contract. All details, broken down by cost element, shall be prepared for each major task ALONG WITH SUPPORTING DOCUMENTATION/ RATIONALE. All cost data is subject to Government evaluation and verification. The cost proposal should include the following elements of cost for the proposed effort.
(1) Direct Labor: The labor categories, number of hours, direct labor rate per hour for each category and totals for each category of the effort.
(2) Materials: An itemized listing of material requirements for the effort. Unless otherwise specified, all materials purchased for performance of the effort are to be delivered to the Government upon completion/termination of the contract.
(3) Travel: Contemplated expenditures for travel, which support the effort. Include location, duration, and number of personnel travelling.
(4) Other Direct Costs: Costs associated with laboratory usage, computer usage, reproduction, etc.
(5) Costs for Consultants: The number of hours and total costs should be indicated as well as the nature and scope of the service furnished by any consultant. State why a consultant is required to complete the effort.
(6) Cost for Subcontractors: A breakdown of the subcontract amount by cost element and fee must be shown to fully evaluate the proposal.
(7) Indirect Labor Cost: Overhead and general and administrative rates. For indirect cost indicate whether the rates used are fixed or provisional. Also indicate the time frames to which the rates are applicable.
(8) Fee: Proposed fee for cost-plus type contracts shall not exceed the statutory limitations imposed by 10 U.S.C. 2306(d), i.e., 15% of proposed costs.
(9) Funding Profile: Since contracts awarded under this BAA may be incrementally funded, the offeror shall include its desired funding profile indicating planned expenditures by fiscal year (FY) quarters.
E. Government-Furnished Property (GFP) or Contractor-Acquired Property: If required to perform the research, the offeror shall provide a list of the property, which distinguishes between GFP and contractor-acquired. When possible, the description or title and known or estimated unit and total costs of each item should be shown. When such information is not available, the items should be grouped by class and estimated values indicated. Offerors must provide supporting rationale for all requests of GFP in the proposal.
F. Use of Non-Government Experts: The Army may require non-government technical experts to assist in the evaluation of submissions submitted in response to this topic. Such non-government personnel will be bound by appropriate non-disclosure agreements to protect proprietary and source-selection information. An offeror's submittal shall constitute acknowledgement and acceptance of the Government's potential use of non-government experts for this acquisition.
G. If the amount of the proposal exceeds $650,000, and the offeror is other than a small business concern, the offeror must agree to prepare, submit, and negotiate for incorporation into the contract a plan for subcontracting to small and small disadvantaged businesses, for participation in the effort.
H. The Government reserves the right to conduct a site visit / pre-award survey of any offeror's facilities before awarding a contract under this BAA.


I. Intellectual Property and Data Rights: It is the Government's intention at a minimum to obtain Government Purpose Rights for any HW/SW developed/delivered or data generated as a result of a contract awarded under this BAA. Offerors are encouraged to propose software solutions that are based on open architecture (application programming interfaces (API), etc.), without restrictions such as intellectual property rights.


(1) Noncommercial Items (Technical Data and Computer Software)
Proposers shall deliver all software developed under this effort, including but not limited to waveform code, Very High Speed Integrated Circuit Hardware Description Language (VHDL) code, Modeling and Simulation Basis, and Test Software, including both source and executable codes.


Proposers responding to this BAA requesting a procurement contract to be issued under the FAR/Department of Defense Federal Acquisition Supplement (DFARS), shall identify all noncommercial technical data, and noncommercial computer software that it plans to generate, develop, and/or deliver under any proposed award instrument in which the Government will acquire less than unlimited rights, and to assert specific restrictions on those deliverables. Proposers shall follow the format under DFARS 252.227-7017 for this stated purpose. In the event that proposers do not submit the list, the Government will assume that it automatically has "unlimited rights" to all noncommercial technical data and noncommercial computer software generated, developed, and/or delivered under any award instrument, unless it is substantiated that development of the noncommercial technical data and noncommercial computer software occurred with mixed funding. If mixed funding is anticipated in the development of noncommercial technical data, and noncommercial computer software generated, developed, and/or delivered under any award instrument, then proposers should identify the data and software in question, as subject to Government Purpose Rights (GPR). In accordance with DFARS 252.227-7013 Rights in Technical Data - Noncommercial Items, and DFARS 252.227-7014 Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation, the Government will automatically assume that any such GPR restriction is limited to a period of five (5) years in accordance with the applicable DFARS clauses, at which time the Government will acquire "unlimited rights" unless the parties agree otherwise. Proposers are admonished that the Government will use the list during the source selection evaluation process to evaluate the impact of any identified restrictions, and may request additional information from the proposer, as may be necessary, to evaluate the proposer's assertions. If no restrictions are intended, then the proposer should state "NONE."


A sample list for complying with this request is as follows:


Chart Title: NONCOMMERCIAL
Four Horizontal Categories: Technical Data Computer Software To be Furnished With Restrictions; Basis for Assertion; Asserted Rights Category; Name of Person Asserting Restrictions
LIST response(s) under each Heading.


(2) Commercial Items (Technical Data and Computer Software)
Proposers responding to this BAA requesting a procurement contract to be issued under the FAR/DFARS shall identify all commercial technical data and commercial computer software that may be embedded in any noncommercial deliverables contemplated under the research effort, along with any applicable restrictions on the Government's use of such commercial technical data and/or commercial computer software. In the event that proposers do not submit the list, the Government will assume that there are no restrictions on the Government's use of such commercial items. The Government may use the list during the source selection evaluation process to evaluate the impact of any identified restrictions, and may request additional information from the proposer, as may be necessary, to evaluate the proposer's assertions. If no restrictions are intended, then the proposer should state "NONE."


A sample list for complying with this request is as follows:


Chart Title: COMMERCIAL
Four Horizontal Categories: Technical Data Computer Software To be Furnished With Restrictions; Basis for Assertion; Asserted Rights Category; Name of Person Asserting Restrictions
LIST response(s) under each Heading.


(3) Intellectual Property Representations
Provide a good faith representation that you either own or possess appropriate licensing rights to all other intellectual property that will be utilized under your proposal. Additionally, offerors shall provide a short summary for each item asserted with less than unlimited rights that describes the nature of the restriction and the intended use of the intellectual property in the conduct of the proposed research.
PART VI
TOPIC RESPONSE
DELIVERABLES TO BE ADDRESSED IN SUBMISSIONS
In addition to the requirements specified in PART V of the BAA Solicitation for white paper and full proposal submissions the following shall be considered, addressed and included if applicable:


• Any expected deliverables, to include:


Hardware
- Quantity
- Warranties
- Physical interfaces
- Expected performance parameters
- Documentation/manuals/specifications/etc


Software
- Operating system
- Platform
- Compatibility with existing commercial protocols
- Interoperability with commercial protocols
- APIs
- Portability of Software solutions
- Documentation/manuals/specifications/etc


Reports
- Status Report
- Final Report
- Technical (Test Plans and Performance, Drawings, User Guides, etc.)


Reviews
- Kick-off Meeting
- Periodic Reviews/Demonstration
- Final Review


• Other
- Leveraging from a past or existing DOD research program
- Leveraging commercial technology
- Utilization of Commercial-Off-the Shelf(COTS)/Government-Off-the-Shelf(GOTS)
- Utilization of open systems / open standards
- Proprietary nature of technology or product solution
- Intellectual property rights
- Ability to be integrated with other technologies or into other systems
- Portability of solutions to other DOD platforms
- Potential transition strategies
PART VII
SUBMISSIONS
A. All white papers or full proposal submissions shall be submitted electronically to Jennifer L. Kunzog, Contract Specialist, 443-861-4675, email: Jennifer.l.Kunzog.civ@mail.mil, or Nina M. Bushnell, Contracting Officer, 443-861-4649, email: nina.m.bushnell.civ@mail.mil. In order to submit white papers and full proposals, offerors need to have a current profile in the System for Award Management (SAM) website, available at https://www.sam.gov/index.html/#1.

B. Deadline for Submission of Full Proposals: A contract may be awarded at any time during the validity of this BAA.

PART VIII
FULL PROPOSAL EVALUATION


8.1 Evaluation


Full proposals will be evaluated by a process of peer and/or scientific review. Proper funding must be available for an award to be made. Full proposals will not be evaluated against other proposals in the same general research area, as they are not submitted in accordance with a common SOW. Awards will be made based on the merit and relevance of the specific research proposal as it relates to overall CP&I Directorate requirements and based on its government evaluation using the criteria listed below.


8.2 Evaluation Criteria


8.2.1 The Government will evaluate each full proposal received in response to this BAA in accordance with the following criteria:


A. Technical:


I. The scientific and technical quality of the research proposal and its relevance to the area of interest addressed, with special emphasis on its innovation, originality, and importance to specified agency programs.


ii. Feasibility of the proposed SOW.


iii. The offeror's capabilities and techniques, or unique combinations of these, as integral factors in achieving the proposed objectives.


iv. The offeror's past performance will be used to evaluate the likelihood of technical success on this BAA. The government reserves the right to use self-submitted past performance data, questionnaires, or the CPARS and PPIRS systems to properly evaluate an offeror's past performance information. The evaluators will also consider a record of accomplishment in specific topic areas, including patents and publications.


B. Cost: The government will evaluate the reasonableness and realism of proposed costs to determine if the overall costs proposed are realistic for the work to be performed, if the costs reflect an offeror's understanding of the requirements, and if the costs are consistent with the various elements of the technical proposal.


C. Program Management:


I. Feasibility of the management structure, management approach and availability of key facilities. The proposed schedule, milestones, and deliverables will also be considered.


ii. The qualifications, capabilities, and personal work experience of the proposed Principal Investigator and key personnel who are critical in achieving the proposed objectives.


8.2.2 Evaluation Criteria - Order of Importance


Any awards will be made with appropriate consideration given to the three (3) evaluation factors: Technical, Cost, and Program Management. The Technical Factor is significantly more important than the Cost Factor. The Cost Factor is significantly more important that the Program Management Factor.


8.3 Full Proposals from Canadian Companies
Full proposals from Canadian companies submitted under the auspices of the United States-Canada Defense Development Sharing Program (DDSP) will be evaluated using criteria cited in the Proposal Evaluation section above and processed in accordance with implementing provisions of the International Trade Agreement set forth by AR 70-41, AR 70-1, dated 16 Jun 17, and AMC Pamphlet 70-20.




Contracting Office Address :
6565 Surveillance Loop
Building 6001
Aberdeen Proving Ground, Maryland 21005-1846
United States
Primary Point of Contact. :
Audrey M York-Nicola,
Contract Specialst
Phone: 433-861-4642
Secondary Point of Contact :
Nina M Bushnell,
Contracting Officer
Phone: 4438614649
General Information
Notice Type:
Sources Sought
Original Posted Date:
November 24, 2017
Posted Date:
June 26, 2019
Response Date:
Nov 30, 2022 11:59 pm Eastern
Original Response Date:
Nov 30, 2022 11:59 pm Eastern
Archiving Policy:
Automatic, on specified date
Original Archive Date:
February 22, 2023
Archive Date:
February 22, 2023
Original Set Aside:
N/A
Set Aside:
N/A
Classification Code:
A -- Research & Development
NAICS Code:
541 -- Professional, Scientific, and Technical Services/5417 -- Scientific Research and Development ServicesT

Related Document

Nov 24, 2017[Sources Sought] POSITIONING, NAVIGATION AND TIMING
Sep 3, 2019[Sources Sought] POSITIONING, NAVIGATION AND TIMING
Nov 5, 2019[Solicitation] POSITIONING, NAVIGATION AND TIMING
Mar 24, 2021[Sources Sought (Updated)] POSITIONING, NAVIGATION AND TIMING

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow Broad Agency Announcement Active Contract Opportunity Notice ID W56KGU22ROESI Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 10/31/2027

Follow Broad Agency Announcement DEVCOM C5ISR RTI Active Contract Opportunity Notice ID W56KGU23RRTID

DEPT OF DEFENSE

Bid Due: 10/31/2027

Editing column ID Title Status Due / Close Date Publish Date Main Category

State Government of Maryland

Bid Due: 4/10/2024

Follow White Paper Call 001_Topic # 49 Active Contract Opportunity Notice ID Related

Federal Agency

Bid Due: 8/30/2024