News

Multi-INt Operations Technologies And Unification Research (MINOTAUR)

Type of document: Contract Notice
Country: United States

Multi-INt Operations Technologies And Unification Research (MINOTAUR)

Agency:
Department of the Air Force

Official Address:
26 Electronic Parkway Rome NY 13441-4514

Zip Code:
13441-4514

Contact:
Gail E. Marsh, Contracting Officer, Phone 315-330-7518, Email Gail.Marsh@us.af.mil

Link:

Date Posted:
30/04/2018

Classification:
A

Contract Description:
AMENDMENT 4 TO BAA AFRL-RIK-2016-0007

The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c).

This republishing also includes the following changes:

(a) The NAICS Code is updated to 541715;
(b) Section III: Eligibility Requirements have been updated;
(c) Section IV.2: Updated Paragraph 2, Content and Format
(d) Section IV.4.d: Updated reference;
(e) Section IV.4.f: Added paragraph f. Human Use information;
(f) Section VI.1: Updated proposal instructions;
(g) Section VI.2: Updated DLIS/DLA information; and
(h) Section VI.5: Removed one of the highlighted contractual provisions.

No other changes have been made.

NAICS CODE: 541715

FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL тАУ Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Multi-INt Operations Technologies And Unification Research (MINOTAUR)

BAA ANNOUNCEMENT TYPE: Initial announcement

BAA NUMBER: BAA-AFRL-RIK-2016-0007

CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800

I. FUNDING OPPORTUNITY DESCRIPTION:

The Air Force Research Laboratory, Information Directorate (AFRL/RI) is soliciting white papers under this broad agency announcement (BAA) for research, design, development, test, evaluation and experimentation of innovative technologies and techniques for Multi-INt Operations Technologies and Unification Research (MINOTAUR).

The objective of the BAA is to incrementally deliver a suite of tools and technologies to enhance Open Architecture Intelligence Information Systems from the sensor through the analyst, chain of command, and out to the operational units. This effort will research, develop, test, and evaluate new methods for integrating multiple intelligence sources and improving the fusion, processing and exploitation of raw source data from the battlefield to actionable mission criteria through assured and adaptable technologies. These tools and technologies will be able to securely share information and integrate new sensors and sources of data. Additionally, this effort is intended to advance baseline performance beyond what is currently operational or fielded.

Research efforts under this program are expected to result in next generation tools and technologies, which incrementally deliver a suite of Command, Control, Communications, Computers, Intelligence, Surveillance and Reconnaissance (C4ISR) capabilities. These capabilities will provide a myriad of decisive advantages such as: 1) Integration/modernization of intelligence based Open Architectures, 2) Integrate new sensors and sources of data into the enterprise in rapid and agile fashion, 3) Develop tools and technologies for fusion, processing and exploitation of raw intelligence, and 4) Speedy access to intelligence products based on mission need. The effectiveness of this research and development will be assessed through testing and evaluation activities. Technology innovations that deliver new or improved operational capabilities are of high interest. Offerors are encouraged to describe the pre-conditions that are necessary for the proposed techniques to work effectively.

Work is encouraged in, but not limited to, these focus areas:

1. Integration/modernization of intelligence based Open Architectures.

тАв Securely integrate multiple intelligence sources for the purpose of increasing intelligence analystтАЩs situational and contextual awareness.

тАв Securely consolidate and integrate enterprise workstations and communication systems within both physical and logical architectures.

тАв Modernize existing data, software, communication, and hardware architectures and solutions to meet evolving CONOPS. Integrate these solutions into the Open Architecture adhering to open standards and methods.

2. Integrate new sensors and sources of data into the enterprise in rapid and agile fashion.

тАв Enable integration with sensors and data sources of various formats and protocols into the architecture for further processing and exploitation.

тАв Develop methods for processing data and information from multiple sensor feeds or intelligence types.

тАв Demonstrate, test, and measure improved performance of intelligence data sources.

3. Develop tools and technologies for fusion, processing and exploitation of raw intelligence.

тАв Provide an architecture/framework to easily integrate data consumers into the enterprise.

тАв Use techniques to perform topic modeling of intelligence data and develop methods of associating disparate types of data.

тАв Develop methods for omnidirectional association among intelligence data sources and summarize these associations in order to provide analysts contextual information and assist in streamlining data fusion.

тАв Design and develop processing and exploitation tools into the architecture enabling standard formats, protocols on a platform for growth, agile development and rapid deployments.

4. Speedy access to intelligence products based on mission need.

тАв Develop an improved Graphic User Interface (GUI) that incorporates methods of suggesting highly relevant data sources to assist in analyst search, correlation, and compilation.

тАв Generate recommendations surrounding intelligence sources to aid in identifying situations and information that cannot be found in current data archives available to the intelligence analyst.

тАв Develop information management techniques to enable strategic prioritization of intelligence data, maximizing effectiveness of an analyst when overwhelmed with available information.

тАв Develop automated archiving methods and techniques of intelligence data designed for continuous operations. Include real-time adaptability mechanisms for associating information sources and priority data.

II. AWARD INFORMATION:

1. FUNDING: Total anticipated funding for this BAA is approximately $24.9M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows:

FY16 тАУ $4.6M
FY17 тАУ $4.7M
FY18 тАУ $5.0M
FY19 тАУ $5.2M
FY20 тАУ $5.4M

Individual awards will not normally exceed 36 months with dollar amounts normally ranging between $1M to $3M. There is also the potential to make awards up to any dollar value.

The Government reserves the right to select all, part, or none of the proposals received, subject to the availability of funds. All potential Offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice.

2. FORM. Awards of efforts as a result of this announcement will be in the form of contracts, grants, cooperative agreements or other transactions depending upon the nature of the work proposed.

3. BAA TYPE: This is a two-step open broad agency announcement. This announcement constitutes the only solicitation.

As STEP ONE тАУ The Government is only soliciting white papers at this time. DO NOT SUBMIT A FORMAL PROPOSAL. Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal, see Section VI of this announcement for further details regarding the proposal.

III. ELIGIBILITY INFORMATION:

1. ELIGIBILITY: All qualified offerors who meet the requirements of this BAA may apply.

2. FOREIGN PARTICIPATION/ACCESS:

a. This BAA is closed to foreign participation at the Prime Contractor level.

b. Foreign Ownership, Control or Influence (FOCI) companies who have mitigated FOCI may inquire as to eligibility by contacting the contracting office focal point, Gail E. Marsh, Contracting Officer, telephone (315) 330-7518 or e-mail Gail.Marsh@us.af.mil for verification prior to submitting a white paper. Please reference BAA-AFRL-RIK-2016-0007.

c. Any performance by foreign nationals at any level (prime contractor or subcontractor) must be clearly identified in the Offerors proposal. Identify any foreign citizens or individuals holding dual citizenship expected to be involved as a direct employee, subcontractor, or consultant. For these individuals, please specify their country of origin, the type of visa or work permit under which they are performing and an explanation of their anticipated level of involvement. If a proposal is requested and selected for award, you may be asked to provide additional information during negotiations in order to verify the foreign citizenтАЩs eligibility to participate on a contract issued as a result of this announcement.

d. Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S. Government Information Technology (IT) networks in connection with the work on contracts, assistance instruments or other transactions awarded under this BAA must be U.S. citizens. For the purpose of base and network access, possession of a permanent resident card (тАЬGreen CardтАЭ) does not equate to U.S. citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of Defense or U.S. State Department under international personnel exchange agreements with foreign governments. Any waivers to this requirement must be granted in writing by the Contracting Officer prior to providing access. The above requirements are in addition to any other contract requirements related to obtaining a Common Access Card (CAC). If an IT network/system does not require AFRL to endorse a contractorтАЩs application to said network/system in order to gain access, the organization operating the IT network/system is responsible for controlling access to its system. If an IT network/system requires a U.S. Government sponsor to endorse the application in order for access to the IT network/system, AFRL will only endorse the following types of applications, consistent with the requirements above:

1. Contractor employees who are U.S. citizens performing work under contracts, assistance instruments or other transactions awarded under this BAA.
2. Contractor employees who are non-U.S. citizens and who have been granted a waiver.

Any additional access restrictions established by the IT network/system owner apply.

3. FEDERALLY FUNDED RESEARCH AND DEVELOPMENT CENTERS AND GOVERNMENT ENTITIES: Federally Funded Research and Development Centers (FFRDCs) and Government entities (e.g., Government/National laboratories, military educational institutions, etc.) are subject to applicable direct competition limitations and cannot propose to this BAA in any capacity unless they meet the following conditions:

a. FFRDCs: FFRDCs must clearly demonstrate that the proposed work is not otherwise available from the private sector; and FFRDCs must provide a letter on official letterhead from their sponsoring organization citing the specific authority establishing their eligibility to propose to Government solicitations and compete with industry, and their compliance with the associated FFRDC sponsor agreementтАЩs terms and conditions. This information is required for FFRDCs proposing to be prime contractors or sub-awardees.

b. Government Entities: Government entities must clearly demonstrate that the work is not otherwise available from the private sector and provide written documentation citing the specific statutory authority and contractual authority, if relevant, establishing their ability to propose to Government solicitations. While 10 U.S.C.┬з 2539b may be the appropriate statutory starting point for some entities, specific supporting regulatory guidance, together with evidence of agency approval, will still be required to fully establish eligibility.

FFRDC and Government entity eligibility will be determined on a case-by-case basis; however, the burden to prove eligibility for all team members rests solely with the proposer.

Government agencies interested in performing work related to this announcement should contact the Technical Point of Contact (TPOC). If resulting discussions reveal a mutual interest, cooperation may be pursued via other vehicles.

IV. APPLICATION AND SUBMISSION INFORMATION:

All responses to this announcement must be addressed to the Technical Point of Contact (TPOC) listed in SECTION VII. DO NOT send white papers to the Contracting Officer.

1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by the following dates to maximize the possibility of award:

FY16 by 29 Apr 2016
FY17 by 30 Sep 2016
FY18 by 02 Oct 2017
FY19 by 01 Oct 2018
FY20 by 01 Oct 2019

White papers will be accepted until 2 PM Eastern Time on 30 Sep 2020, but it is less likely that funding will be available in each respective fiscal year after the dates cited. This BAA will close on 30 Sep 2020.

All offerors submitting white papers will be contacted by the TPOC, referenced in Section VII of this announcement. Offerors can email the TPOC for status of their white paper/proposal no earlier than 45 days after submission.

2. CONTENT AND FORMAT: Offerors are required to submit 3 copies of a 3 to 5 page white paper summarizing their proposed approach/solution. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government.

The white paper will be formatted as follows:

a. Section A: Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone and email)(this section is NOT included in the page count);
b. Section B: Task Objective; and
c. Section C: Technical Summary and Proposed Deliverables.

All white papers shall be double spaced with a font no smaller than 12 point. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) Code, their unique entity identifier and electronic funds transfer (EFT) indicator (if applicable), an e-mail address and reference BAA AFRL-RIK-2016-0007 with their submission.

Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers/proposals, they must be marked with the restrictive language stated in FAR 15.609(a) and (b).

3. HANDLING AND MAILING INSTRUCTIONS:

a. CLASSIFICATION GUIDANCE. All Proposers should review the NATIONAL INDUSTRIAL SECURITY PROGRAM OPERATING MANUAL, (NISPOM), dated February 28, 2006 and incorporating Change 2 dated May 18, 2016, as it provides baseline standards for the protection of classified information and prescribes the requirements concerning Contractor Developed Information under paragraph 4-105. Defense Security Service (DSS) Site for the NISPOM is: .

In the event of a possible or actual compromise of classified information in the submission of your white paper or proposal, immediately but no later than 24 hours, bring this to the attention of your cognizant security authority and AFRL Rome Research Site Information Protection Office (IPO):

Vincent Guza
315-330-4048 0730-1630 Monday-Friday
315-330-2961 Evenings and Weekends
Email: vincent.guza@us.af.mil

DO NOT contact the above Information Protection Officer unless you have a possible compromise of classified information. All other inquiries should go to the TPOC.

b. CLASSIFIED SUBMISSIONS. AFRL/RIEB will accept classified responses to this BAA when the classification is mandated by classification guidance provided by an Original Classification Authority of the U.S. Government, or when the offeror believes the work, if successful, would merit classification. Security classification guidance in the form of a DD Form 254 (DoD Contract Security Classification Specification) will not be provided at this time since AFRL is soliciting ideas only. Offerors that intend to include classified information or data in their white paper submission or who are unsure about the appropriate classification of their white papers should contact the TPOC listed in Section VII for guidance and direction in advance of preparation.

c. MAILING INSTRUCTIONS.

All mailed responses, unclassified/classified, to this announcement must be sent U.S. Postal Service, registered mail and addressed to AFRL/RIEM, 525 Brooks Road, Rome NY 13441-4505, and reference BAA AFRL-RIK-2016-0007. When mailing follow the directions regarding the number of copies required.

Classified electronic submissions are NOT authorized. Questions can be directed to the cognizant TPOC listed in Section VII.

Unclassified electronic submissions to the TPOC, Captain Korey Kremer, at korey.kremer.1@us.af.mil will be accepted. Encrypt or password-protect all proprietary information prior to sending. Offerors are responsible to confirm receipt with the TPOC. AFRL is not responsible for undelivered documents.

If electronic submission is used, only one copy of the documentation is required.
Questions can be directed to the TPOC. Complete contact information is listed in Section VII.

4. OTHER SUBMISSION REQUIREMENTS/CONSIDERATIONS:

a. COST SHARING OR MATCHING: Cost sharing is not a requirement.

b. SYSTEM FOR AWARD MANAGEMENT (SAM). Offerors must be registered in the SAM database to receive a contract award, and remain registered during performance and through final payment of any contract or agreement. Processing time for registration in SAM, which normally takes forty-eight hours, should be taken into consideration when registering. Offerors who are not already registered should consider applying for registration before submitting a proposal. The provision at FAR 52.204-7, System for Award Management (Oct 2016) applies.

c. EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT/ SUBRECIPIENT AWARDS: Any contract award resulting from this announcement may contain the clause at FAR 52.204-10 тАУ Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016). Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25.

d. ALLOWABLE CHARGES: The cost of preparing white papers/proposals in response to this announcement is not considered an allowable direct charge to any resulting contract or any other contract, but may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR part 200.458, Pre-Award Costs.

e. GOVERNMENT APPROVED ACCOUNTING SYSTEM: An offeror must have a government approved accounting system prior to award of a cost-reimbursement contract per limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining costs applicable to the contract. The acceptability of an accounting system is determined based upon an audit performed by the Defense Contract Audit Agency (DCAA).

f. HUMAN USE: All research involving human subjects, to include the use of human biological specimens and human data, selected for funding must comply with Federal regulations for human subject protection. Further, research involving human subjects that is conducted or supported by the DoD must comply with 32 CFR 219, тАЬProtection of Human SubjectsтАЭ found at: , and DoD Instruction 3216.02, тАЬProtection of Human Subjects and Adherence to Ethical Standards in DoD-Supported ResearchтАЭ found at: .

1. Institutions awarded funding for research involving human subjects must provide documentation of a current Assurance of Compliance with Federal regulations for human subject protection, for example a Department of Health and Human Services, Office of Human Research Protection Federal Wide Assurance found at: .

2. All institutions engaged in human subject research, to include subcontractors, must have a valid assurance. In addition, personnel involved in human subject research must document the completion of appropriate training for the protection of human subjects.

3. For all research that will involve human subjects in the first year or phase of the project, the institution must submit evidence of a plan for review by an institutional review board (IRB) as part of the proposal. The IRB conducting the review must be the IRB identified on the institutionтАЩs Assurance of Compliance. The protocol, separate from the proposal, must include a detailed description of the research plan, study population, risks and benefits of study participation, recruitment and consent process, data collection, and data analysis. The designated IRB should be consulted for guidance on writing the protocol. The informed consent document must comply with 32 CFR 219.116. A valid Assurance of Compliance and evidence of appropriate training by all investigators should accompany the protocol for review by the IRB.

4. In addition to a local IRB approval, An AFRL-level human subject regulatory review and approval is required for all research conducted or supported by the DoD. The Air Force office responsible for managing the award can provide guidance and information about the AFRL-level review process. Confirmation of a current Assurance of Compliance and appropriate human subjects protection training is required before AFRL-level approval can be issued.

5. The time required to complete the IRB review/approval process will vary depending on the complexity of the research and/or the level of risk to study participants; ample time should be allotted to complete the approval process. The IRB approval process can last between 1 to 3 months, followed by a DoD review that could last 3 to 6 months. No funding may be used toward human subject research until all approvals are granted. Therefore, in their cost proposals offerors should separate human use into a separate option.

V. APPLICATION REVIEW INFORMATION:

1. CRITERIA: The following criteria, which are listed in descending order importance and will be used to determine whether white papers and proposals submitted, are consistent with the intent of this BAA and of interest to the Government:

a. Overall Scientific and Technical Merit тАУ The soundness of approach for the development and/or enhancement of the proposed technology, with proven, incremental, or novel techniques,
b. Related Experience тАУ The extent to which the offeror demonstrates relevant technology and domain knowledge,
c. Openness, Maturity and Assurance of Solution тАУ The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology, and
d. Reasonableness and realism of proposed costs and fees (if any).

No further evaluation criteria will be used in selecting white papers/proposals. White papers and proposals submitted will be evaluated as they are received.

2. REVIEW AND SELECTION PROCESS:

Only Government employees will evaluate the white papers/proposals for selection. The Air Force Research LaboratoryтАЩs Information Directorate 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 тАЬhandling 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, and comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks.тАЭ 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: a. Assembling and organizing information for R&D case files; b. Accessing library files for use by government personnel; and c. 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.

3. FEDERAL AWARDEE PERFORMANCE AND INTEGRITY INFORMATION SYSTEM (FAPIIS) PUBLIC ACCESS: As required by 2 CFR 200 of the Uniform Guidance and FAR 9.104-6, the Government is required to review and consider any information about the applicant that is in the FAPIIS before making any award in excess of the simplified acquisition threshold (currently $150,000) over the period of performance. An applicant may review and comment on any information about itself that a federal awarding agency previously entered. The Government will consider any comments by the applicant, in addition to other information in FAPIIS in making a judgment about the applicantтАЩs integrity, business ethics, and record of performance under federal awards when completing the review of risk posed by applicants as described in 2 CFR ┬з 200.205 Federal Awarding Agency Review of Risk Posed by Applicants and FAR 9.104-6.

VI. STEP TWO INFORMATION тАУ REQUEST FOR PROPOSAL & AWARD:

1. AWARD NOTICES: Those white papers found to be consistent with the intent of this BAA may be invited to submit a technical and cost proposal. Notification by email or letter will be sent by the TPOC. Such invitation does not assure that the submitting organization will be awarded a contract. Those white papers not selected to submit a proposal will be notified in the same manner. Prospective offerors are advised that only Contracting Officers are legally authorized to commit the Government.

For additional information, a copy of the AFRL тАЬBroad Agency Announcement (BAA): Guide for Industry,тАЭ Mar 2015, and RI-Specific Proposal Preparation Instructions, Jan 2017. Always reference the newest versions of these documents.

2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS:

Depending on the work to be performed, the offeror may require a SECRET or TOP SECRET facility clearance and safeguarding capability; additionally, personnel identified for assignment to a classified effort must be cleared for access to SECRET or TOP SECRET information at the time of award. In addition, the offeror may be required to have, or have access to, a certified and Government-approved facility to support work under this BAA at a TOP SECRET/SCI/SAR level.

This acquisition may involve data that is subject to export control laws and regulations. Only contractors who are registered and certified with the Defense Logistics Information Service (DLIS) and have a legitimate business purpose may participate in this solicitation. For questions, contact DLIS on-line at or at the DLA Logistics Information Service, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084, and telephone number 1-800-352-2255 (24/7). You must submit a copy of your approved DD Form 2345, Militarily Critical Technical Data Agreement, with your white paper/proposal.

3. DATA RIGHTS:

a. SBIR RIGHTS. The potential for inclusion of Small Business Innovation Research (SBIR) or data rights other than unlimited on awards is recognized. In accordance with (IAW) the Small Business Administration (SBA) SBIR Policy Directive, Section 8(b), SBIR data rights clauses are non-negotiable and must not be the subject of negotiations pertaining to an award, or diminished or removed during award administration. Issuance of an award will not be made conditional based on forfeit of data rights. If the SBIR awardee wishes to transfer its SBIR data rights to the Air Force or to a third party, it must do so in writing under a separate agreement. A decision by the awardee to relinquish, transfer, or modify in any way its SBIR data rights must be made without pressure or coercion by the agency or any other party.
b. NON-SBIR RIGHTS. Non-SBIR data rights less than unlimited will be evaluated and negotiated on a case-by-case basis. Government Purpose Rights are anticipated for data developed with DoD-reimbursed Independent Research and Development (IR&D) funding.

4. REPORTING:
a. Contract Applicable: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process for the reports.
b. FAPIIS Applicable: As required by 2 CFR 200 Appendix XII of the Uniform Guidance and FAR 9.104-6, non-federal entities (NFEs) are required to disclose in FAPIIS any information about criminal, civil, and administrative proceedings, and/or affirm that there is no new information to provide. This applies to NFEs that receive federal awards (currently active grants, cooperative agreements, and procurement contracts) greater than $10,000,000 for any period of time during the period of performance of an award/project.

5. NOTICE: The following provisions* apply:
(a) FAR 52.209-11, Representation by Corporations Regarding Delinquent Tax Liability or a Felony Conviction under any Federal Law
(b) DFARS 252.239-7017, Notice of Supply Chain Risk
(c) DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
* Please note that the current versions or deviations of the related clauses will be included in any resulting contract.

6. GRANT AWARDS ONLY: For efforts proposed as grant awards, offerors must provide an abstract in their proposal (not to exceed one page) that is publically releasable and that describes тАУ in terms the public may understand тАУ the project or program supported by the grant. If the proposal is selected for award, the DoD will publically post the abstract to comply with Section 8123 of the Department of Defense Appropriations Act, 2015 (Pub. L. 113-235).

VII. AGENCY CONTACTS:

All white paper and proposal submissions and any questions of a technical nature shall be directed to the cognizant TPOC as specified below (unless otherwise specified in the technical area):

Captain Korey Kremer
AFRL/RIE
525 Brooks Road
Rome New York 13441-4505
315-330-3648
korey.kremer.1@us.af.mil

Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred):

Gail Marsh
Telephone (315) 330-7518
Email: Gail.Marsh@us.af.mil

Emails must reference the solicitation (BAA) number and title of the acquisition.

In accordance with AFFARS 5301.91, an Ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition announcement. Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. AFFARS Clause 5352.201-9101 Ombudsman (Jun 2016) will be incorporated into all contracts awarded under this BAA.

The AFRL Ombudsman and AFRL Alternate Ombudsman are as follows:

Ombudsman: Ms Lisette K. LeDuc,
1864 Fourth St.
Wright-Patterson AFB OH 45433-7130
937-904-4407
lisette.leduc@us.af.mil

Alternate Ombudsman: Ms Kimberly L. Yoder
1864 Fourth St.
Wright-Patterson AFB OH 45433-7130
937-255-4967
kimberly.yoder@us.af.mil

Sol Number:
BAA-AFRL-RIK-2016-0007

 

Who are we?

From publishing the first national directory of public sector contracts, to being the first to market with our online Tracker solution, we have been the true pioneers of technology and innovation in the public sector marketplace. Throughout our 39 years, we have continued to evolve and chart new territory тАУ placing our customers at the heart of everything we do. Take your business to the next level with Tracker now.

If you request a demo today!

Download your Free UK Defence Industry Report

Start Your Free Trial Today

Download your Free UK Defence Industry Report

Download your Free UK Defence Industry Report

When you sign up for a 3 day free trial or demo.

Limited time only

    BiP Solutions owns DCI and we look after your details carefully. We offer a range of products, services and events (some of which are free) that help buyers tender more efficiently and suppliers find, bid for and win public and private sector contracts. Only tick this box if you wish to receive information about these. We will never share your details with third parties and you will have the opportunity of opting out of communications every time we contact you. For further details, please see our Privacy Policy