Posted: March 14, 2019, 4:38 p.m. EDT
14 March 19 NOTE! This is Amendment # 1 to CALL 007 per BAA FA9453017-S-0005. New White Paper Submission DATE: 17 Apr 19. It has instructions for Offerors to Request Classified Information. Francis M. Eggert, PCO.
==== Amendment # 1 in RED ====== BROAD AGENCY ANNOUNCEMENT
FA9453-17-S-0005
Air Force Research Laboratory/Space Vehicles Directorate
WHITE PAPER CALL ANNOUNCEMENT (CALL) 007
Original: 11 March 2019
Amendment # 1 to CALL 007 Announcement for CSG
dated 14 Mar 19 (In RED)
BROAD AGENCY ANNOUNCEMENT TITLE: AFRL Space Vehicles Directorate, Research Options for Space Enterprise Technologies (ROSET) - Kirtland AFB, NM 87117-5773
BROAD AGENCY ANNOUNCEMENT NUMBER: FA9453-17-S-0005
CALL ANNOUCEMENT (CALL) TITLE: COMPACT STRATEGIC-GRADE GYROSCOPE (CSG).
CALL ANNOUNCEMENT (CALL) NUMBER: 007 (NOTE! See the Original (Initial Overview FULL TEXT Announcement, which have proposal instructions, which was posted to FEDBIZOPPS on 29 September 2017 and any revisions, updates or amendments, i.e. (Amendment # 1 dated 25 May 2018).
CALL STEP Type: (Two-Step Process White Paper) reference Section IV & V of the BAA Full text.
TECHNICAL POINT OF CONTACT:
Mr. Adam T. Reinelt, AFRL/RVBN
Phone: 505-853-4433
Email: adam.reinelt@us.af.mil
2nd Lt. Shalyndria S. Finley, AFRL/RVBN
Phone: 505-846-4539
Email: shalyndria.finley.1@us.af.mil
Dr. Andrew D. Williams, AFRL/RVSV
Phone: 505-846-0396
Email: andrew.williams.24@us.af.mil
CONTRACTING POINTS OF CONTACT FOR THIS CALL:
Contracting Officer: Mr. Francis M. Eggert, AFRL/RVKB
Phone: 505-846-7603
Email: francis.eggert@us.af.mil and
Contract Specialist: Mr. Michael J. LaBerge
Phone: (505) 846-0946
Email: michael.la_berge@us.af.mil
This CALL is specifically requesting potential Offeror(s) to provide White Paper to the topic below.
I. Topic AREAs from the BAA Full Text:
Topic Area 11, Precision timing, inertial sensor, and atom interferometry concepts and techniques.
This CALL requests White Papers from offerors for the for the acquisition of innovative gyroscope technology capable of performing in space and strategic environments
See attachment 1 Statement of Objective "COMPACT, STRATEGIC-GRADE GYROSCOPE (CSG)"
ANTICIPATED FUNDING : Anticipated funding for this CALL (not per contract or award) is:
FY 19: $6M / FY 20: $11.5M / FY 21: $9M / FY 22: $6M / FY 23: $1.75M / FY 24: $0.75M
Total: $35M
This funding profile is an estimate only, and will not be a contractual obligation for funding. Offerors should note that funding for this effort is uncertain at this time and will be largely dependent on the next government fiscal year budget that has yet to be established. The Government reserves the right to select all, part, or none of the proposals received in response to this CALL, subject to the availability of funds. All funding is subject to change due to government discretion and availability of funds.
PERIOD OF PERFORMANCE (POP): The anticipated period of performance for individual awards for a specific sub-topic resulting from this CALL is expected to be 63 total months. The period of performance is to be proposed in the format "includes 60 months for technical effort and 3 months for a Guaranteed Final Report preparation."
DUE DATE AND TIME: The due date for White Papers submitted in response to this CALL is no later than 12:00 PM MDT: 17 April 2019.
White Papers for any other technology area identified in the baseline Broad Agency Announcement (BAA) will not be accepted at this time unless a CALL for that specific area is open. White Papers received after the due dates and times shall be governed by the provisions of FAR 52.215-1(c)(3).
CALL AMENDMENTS : Offerors should monitor FedBizOpps http://www.fbo.gov for any additional notices to this CALL that may permit extensions to the White Paper submission date or otherwise modify this announcement.
ANTICIPATED TYPE OF CONTRACTS: The Air Force anticipates awarding a Cost Plus Fixed Fee-Completion contract as a result of this CALL, but also reserves the right to award the instrument best suited to the nature of research proposed.
ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding one or more contracts. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to this CALL.
ANTICIPATED AWARD DATE : Expected award dates are anticipated around December 2019.
INTENT TO PROPOSE: Potential offerors are requested to advise the contracting point of contact if they intend to submit White Paper in response to this CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a White Paper.
Foreign or foreign-owned Offerors are not permitted to propose to this CALL as Prime Contractors.
NOTE! Offerors may be ineligible for award if all requirements of this announcement are not met by the due date and time.
DELIVERABLES ITEMS :
(a) Quarterly Financial Reports
(b) Quarterly Status Report
(c) Prototype Design and Operation Document
(d) Final Scientific and Technical Reports
(e) Contractor Acquired Property (CAP) Inventory
(f) Computer Product Software End Items
(g) Interim and Final Patent Reports
OTHER RELEVANT INFORMATION :
1. Reference FA9453-17-S-0005, Section III, Eligibility Information, paragraph 2, concerning Federally Funded Research and Development Centers.
2. Security Requirement: It is anticipated that this effort will be performed TOP SECRET.
3. Government Furnished Property (GFP): NOT expected to be provided at the initial award. However, Government Property may be provided upon written request and if required.
4. Government Furnished Information (GFI): Is NOT expected to be provided at the initial award. However, for Offerors who plan to submit White Papers, then you will need the Government Classified Information (Classified Appendix) for this CALL. You will have to obtain it from the Program Manager POCs in order to fulfill Technical Objective # 1 (Table 1 of the Statement Of Objectives (SOO), page 1 of 2) and Technical Objective #2 (Table 2 of the SOO, page 2 of 2), Key Performance Parameters (KPPs). Please submit on Company Letterhead a memorandum for the classified information and provide the following information in your request:
A. Company Information. Please submit a copy and update your System for Award Management (SAM), FAPIIS Report(s); and Joint Certification Program (JCP) per the DLA web site. Please provide the following information in your memorandum:
1. NAME of the requestor
2. COMPANY name and address
3. EMAIL address of the requestor
4. PHONE number for requestor
5. CAGE code of requesting company
6. DUNS number of the requesting company
7. MAILING ADDRESS to send classified documentation to, either electronic of physical
B. Please send the MFR to the following contacts to request the appendix:
1. Adam Reinelt (Adam.Reinelt.1@us.af.mil)
2. Lt Shalyndria Finley (Shalyndria.Finley.1@us.af.mil)
3. Francis (Frank) M. Eggert (francis.eggert@us.af.mil)
4. Michael La Berge (michael.la_berge@us.af.mil) [space in address is underscore]
C. Please allow up to one (1) week after request is submitted to receive the classified appendix to your company.
5. Base Support: NOT expected to be provided at the initial award. However, Base Support may be provided upon written request and if required.
6. FAR Certifications and Representations: If Offeror's White Paper is selected to submit a Cost/Technical Proposal, Selection Letters will be sent and will include an attached Certifications and Representations for Offeror's to complete and include as part of the proposal submission.
7. Organizational Conflict of Interest (OCI): OCI may apply to this action but cannot be determined prior to issuance of this CALL. FAR Subpart 9.5, and Team Arrangements, FAR Subpart 9.6: All offerors shall provide a written statement whether or not OCI and or Team Arrangements applies when submitting a White Paper; otherwise, the offerors' White Paper shall be considered "NON-RESPONSIVE" to this CALL solicitation. If the offeror states that OCI and or Team Arrangement applies, then the offeror shall submit a Mitigation Plan (for OCI) with their proposal in accordance with FAR 9.505, General rules. All items within FAR Subpart 9.5 and Subpart 9.6 apply. OCI or Team Arrangements may apply to this action but cannot be determined prior to issuance of this announcement. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror's White Paper.
8. Item Identification and Valuation: Any contract award resulting from this announcement may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, which requires unique item identification and valuation of any deliverable item for which the government's unit acquisition cost is $5,000 or more; subassemblies, components, and parts embedded within an item valued at $5,000 or more; or items for which the government's unit acquisition cost is less than $5,000 when determined necessary by the requiring activity for serially managed, mission essential, or controlled inventory. Also included are any DoD serially managed subassembly, component, or part embedded within a delivered item and the parent item that contains the embedded subassembly, component, or part. Per DFARS 211.274-3 policy for valuation, it is DoD policy that contractors shall be required to identify the government's unit acquisition cost for all items delivered, even if none of the criteria for placing a unique item identification mark applies. Therefore, your proposal must clearly break out the unit acquisition cost for any deliverable items. Per DFARS 211.274-3 policy for valuation, "the government's unit acquisition cost is the contractor's estimated fully burdened unit cost at time of delivery to the government for cost type or undefinitized line, subline, or exhibit line items" (per DoD, "fully burdened unit costs" to the government would include all direct, indirect, G&A costs, and an appropriate portion of fee.). If you have questions regarding the unique item identification requirements, please contact the contracting point of contact listed above. The contract will also include DFARS 252.211-7007, Reporting of Government-Furnished Equipment in the DoD Item Unique Identification (IUID) Registry IAW the clause.
9. Contractor Access to Air Force Installations: Any contract award resulting from this announcement may contain the clause at AFFARS 5352.242-9000 Contractor Access to Air Force Installations, which requires:
a) The contractor shall obtain base identification and vehicle passes, if required, for all contractor personnel who make frequent visits to or perform work on the Air Force installation(s) cited in the contract. Contractor personnel are required to wear or prominently display installation identification badges or contractor-furnished, contractor identification badges while visiting or performing work on the installation.
(b) The contractor shall submit a written request on company letterhead to the contracting officer listing the following: contract number, location of work site, start and stop dates, and names of employees and subcontractor employees needing access to the base. The letter will also specify the individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The contracting officer will endorse the request and forward it to the issuing base pass and registration office or Security Forces for processing. When reporting to the registration office, the authorized contractor individual(s) should provide a valid driver's license, current vehicle registration, valid vehicle insurance certificate, date of birth, length of pass, Social Security Number and phone number to obtain a vehicle pass.
(c) During performance of the contract, the contractor shall be responsible for obtaining required identification for newly assigned personnel and for prompt return of credentials and vehicle passes for any employee who no longer requires access to the work site.
(d) When work under this contract requires unescorted entry to controlled or restricted areas, the contractor shall comply with AFI 31-101, Integrated Defense, and AFI 31-501, Personnel Security Program Management as applicable.
(e) Upon completion or termination of the contract or expiration of the identification passes, the prime contractor shall ensure that all base identification passes issued to employees and subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
10. Deferred Ordering Clause: Any contract award resulting from this announcement shall contain DFAR's clause 252.227-7027, Deferred Ordering of Technical Data or Computer Software (APR 1988).
DEFERRED ORDERING OF TECHNICAL DATA OR COMPUTER SOFTWARE (APR 1988)
In addition to technical data or computer software specified elsewhere in this contract to be delivered hereunder, the Government may, at any time during the performance of this contract or within a period of three (3) years after acceptance of all items (other than technical data or computer software) to be delivered under this contract or the termination of this contract, order any technical data or computer software generated in the performance of this contract or any subcontract hereunder. When the technical data or computer software is ordered, the Contractor shall be compensated for converting the data or computer software into the prescribed form, for reproduction and delivery. The obligation to deliver the technical data of a subcontractor and pertaining to an item obtained from him shall expire three (3) years after the date the Contractor accepts the last delivery of that item from that subcontractor under this contract. The Government's rights to use said data or computer software shall be pursuant to the "Rights in Technical Data and Computer Software" clause of this contract.
11. Data Rights: Potential data rights that may be required are Unlimited Rights. Reference FA9453-17-S-0005, Section III, Eligibility Information, paragraph 10, concerning Data Rights.
APPLICABILITY OF BASELINE BAA : All requirements of FA9453-17-S-0005 apply unless specifically amended and addressed in this CALL. Any discrepancies shall be brought to the contracting officer's attention immediately in writing. For complete information regarding BAA# FA9453-17-S-0005, refer to the initial BAA announcement (Original posted to FEDBIZOPPS on 29 September 2017 and any revisions, updates or amendments).
ROSET FBO Link: https://www.fbo.gov/index?s=opportunity&mode=form&tab=core&id=c941188b39b6b6635fbe4f3913cb46a9&_cview=0
It contains information applicable to all CALLs issued under the BAA and provides information on the overall program, proposal preparation and submission requirements, proposal review and evaluation criteria, award administration, agency contacts, etc. Direct questions to the "Contracting Points of Contact" identified on page 1.
SUBMISSION INFORMATION:
(1) White Paper Instructions: Please prepare your White Paper in accordance with (IAW) FULL TEXT BAA Announcement FA9453-17-S-0005 Section IV White Paper and/or Proposal Application and Submission information (Two-Step).
White Papers must be submitted electronically No Later than 12:00 PM MDT: 17 April 2019 by:
a. Submit an electronic copy, one (1), and one (1) Paper Copy of the White Paper proposal along with one (1) compact disk (CD-R), which shall be in a PC compatible file format and must be readable by Microsoft Office Word for the White Paper and ROM. The address to be delivered is:
AFRL/RVKB (General Mail Room)
Attn: Francis M. Eggert or Mr. Mike LaBerge
Building 570; Suite# 1160
3550 Aberdeen Ave., SE
Kirtland AFB, NM 87117-5776
White Papers will be accepted up to 12:00 PM MDT : 17 April 2019. Please note, allow enough time to mail handler's to get through security and receive documents by the required due date and time. Currently the US Mail has been delayed 1-3 days due to staffing, we highly recommend using FedEx, UPS or other expeditious means. Also, it is the Offeror's responsibility to ensure that their proposal's arrive by the due date and time. WHITE PAPERS CANNOT BE HAND DELIVERED AND WILL NOT BE ACCEPTED.
Other Preparation Factors
The following Other Preparation Factors is offered as a recommended format for evaluation needs. This section addresses other considerations and requirements or further explains white paper requirements.
(1) Eligibility Requirements: White Paper must be: 1) signed by an individual who is authorized to commit the Proposing Organization; and 2) must commit the offeror Organization to comply with the terms and conditions of the award, if awarded. (Principal Investigators are not generally authorized to act for their institutions).
(2) Proprietary Information: Note! The data bearing restrictions may be subject to release under the provisions of the Freedom of Information Act (FOIA), if the funding agencies or a court determines that the material so marked is not exempt under the FOIA. The Government assumes no liability for disclosure or use of unmarked data and may use or disclose such data for any purpose. The offeror may request that proprietary information not be disclosed to non-Government reviewers. Such information should be clearly marked and separable, so that the information may be removed prior to submitting the proposal for review.
3 ATTACHMENTS:
(1) Attachment # 1 Statement of Objective for Topic Area dtd 14 Feb 19
(2) Attachment # 2, DRAFT DD Form 1423-1, Contract Data Requirements List (CDRLs) dtd 29 Mar 18
(3) Attachment # 3, DRAFT DD Form 254, DoD Contract Security Classification Specification dated 15 Nov 18