18 December 2015

Advanced Research and Development of Mission-Focused Analytics for a Decision Advantage (ARMADA)

Solicitation Number: BAA-AFRL-RIK-2015-0012
Agency: Department of the Air Force
Office: Air Force Materiel Command
Location: AFRL/RIK - Rome
Copy the url below for a direct link to this page.
Bookmark this page by right-clicking here and choosing "Bookmark This Link..."
Original Synopsis Nov 12, 2015
Solicitation Number:
BAA-AFRL-RIK-2015-0012
Notice Type:
Presolicitation
Synopsis:
Added: Nov 12, 2015 1:55 pm
NAICS CODE: 541712
FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Advanced Research and Development of Mission-Focused Analytics for a Decision Advantage (ARMADA)
BAA ANNOUNCEMENT TYPE: Initial announcement
BAA NUMBER: BAA-AFRL-RIK-2015-0012
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) Number: 12.800
I. FUNDING OPPORTUNITY DESCRIPTION:
This Broad Agency Announcement (BAA) seeks to provide research and development for forming a revolutionary approach to information fusion and analysis by leveraging service-oriented architecture, open standards, and cutting-edge fusion and analytical algorithms to provide real-time (or near real-time) intelligence for decision makers. This BAA shall research and develop novel techniques to assist users with discovering the golden nuggets in the data - potential approaches include fusing diverse data sources, filtering noise, and leveraging pattern learning to derive patterns of life. Further, technical capabilities developed under this BAA will minimize user time spent gathering data and reporting data, while preserving and providing more time for analysis. This will be accomplished through several means to include a data framework that can easily and quickly connect to sundry data sources, a rich, intuitive personalized workspace and experience, a variety of user-defined visualization displays, machine learning to assist and automate mundane tasks, and a custom report generation tool.

This BAA will research and develop: (1) Analytic services that provide a greater understanding of diverse data sources to assist decision makers and deliver a decision advantage. This includes multi-INT and all source fusion, correlating data within and across diverse, heterogeneous data sources to determine patterns of life and indications and warnings, and project future activity in the near term;
(2) An enterprise platform that will host analytics, customizable workspaces and visualizations, a data framework for connecting to diverse and potentially heterogeneous data sources, security and authorization components, and provide a software development kit (SDK) and application programming interface (API). The intent is to develop a platform that other third parties (e.g. vendors) can leverage and implement new software components providing a much broader and deeper enterprise experience that is agile and flexible; and (3) Develop evaluation metrics and scenarios, and perform testing to ensure satisfaction of key performance parameters.
Mission Requirements:
The research, development, test, and evaluation (RDT&E) performed under the auspices of this BAA shall address a breadth of mission domains to include Command, Control, Communication, Computers, Intelligence, Surveillance, Reconnaissance (C4ISR) for air, space and cyber. Specific applications of this research and development include, but are not limited to:
1) Custom software infrastructure that is deployable, maintainable, and elastic; The software framework shall provide ingestion (discover, access, model), persistence, analytics, visualization, publication/reporting and system management components
2) Mission data file development to inform understanding of mission environment and provide mission decision-making parameters to inform machine observe, orient, decide, and act (OODA) loop
3) Global, user-defined common operating picture for air, space and cyber operations that can support multiple areas of responsibility (AORs) and Multi-INT feeds; custom visualizations and applications for geospatial and temporal analysis
4) Open Source Intelligence (OSINT) exploitation and analysis of social media, news feeds, and other publicly available information
5) Entity extraction and resolution within and across data sources
6) Disseminate fused air tracks and provide alerts for detected anomalies
7) Mission planning of network-enabled weapons and intelligence, surveillance, and reconnaissance (ISR) platforms
8) Machine-to-machine integration of mission planning and collection management systems across the Air Operations Centers (AOCs) and Air Force Distributed Common Ground System (AF-DCGS) sites
9) Conduct gain/loss analysis for collection management
10) Command and control of cyber forces and mission planning
11) Operational level command and control capabilities (bridging strategic to tactical-unit level) to plan, coordinate, and execute non-kinetic capabilities with kinetic means to deliver synchronized global effects
12) Provide systems engineering, integration, training and testing
13) Interface with existing programs of record to obtain access to data sources (e.g. Air Operations Center Weapons System (AOC WS), Air Force Distributed Common Ground System (AF-DCGS), Global Command and Control System-Joint (GCCS-J), Modernized Integrated Database (MIDB), Command Post of the Future (CPOF)


There are two Focus Areas:


1) Analytics for Situation Awareness
2) Data Framework and Core Services


Proposers may address all or parts of any of the two focus areas and must clearly indicate the technical area(s) being addressed in the white paper (see content and format section below). Teaming is highly encouraged. All performers under this BAA will be expected to work cooperatively with one another to develop, integrate, implement, test, and evaluate technical capabilities. Therefore, proposers should carefully review the expectations for all focus areas in order to fully understand the context of their own focus area.


Focus Area Descriptions:


Focus Area 1- Analytics for Situation Awareness


Situation Awareness is defined as the perception of the elements in the environment within a volume of time and space, the comprehension of their meaning, and the projection of their status in the near future. This BAA is immediately focused on researching and developing novel analytic techniques to accomplish situation awareness in the battlespace for perception, comprehension and projection. In order to achieve this goal, these analytics must be mission-focused and have a strong impetus towards creating a decision advantage.


1.1 Analytic Services: Analytic techniques can be wide ranging. This BAA is concentrated on a broad spectrum of analysis procedures to include, but is not limited to pattern analysis, spatial-temporal analysis, change detection, link analysis, social network analysis, and big data analytics. These analytic techniques must be developed as services made available in a plug and play, modular design.


1.2 Machine Learning: This BAA shall also provide cutting-edge machine learning capabilities to assist and automate user tasks. Potential applications include providing recommendations based on what data the user is interested in and has viewed, assisting with task management and the delegation of tasks, deriving alerts from patterns of life and indications and warnings, and learning and automating common user actions such as routine queries.


Focus Area 2 - Data Framework and Core Services


The data framework and core services are intended to provide the fundamental and essential components to develop an enterprise software system. This will serve as an overarching integration framework that will be responsible for interfacing with analytic services while providing required capabilities such as data access, security, and visualization services.


2.1 Infrastructure: Software infrastructure developed under this BAA shall provide a lightweight, open source Enterprise Service Bus (ESB) framework that is capable of facilitating the interaction and communication between services and other software applications in a service-oriented architecture. The ESB shall provide capabilities to integrate databases, services, and legacy systems and facilitate communication across disparate transport and messaging technologies. The infrastructure shall support a myriad of database systems to include, but not limited to document-oriented databases and NoSQL data stores. Lastly, the infrastructure shall be designed to serve as a platform as a service, as well as be interoperable with other third party services.


2.2 Data Framework Services: Proposers shall provide a data framework that is able to discover, model, connect, search and enter data across a variety of types and sources. For external data sources, this data framework shall extract, transform and load diverse data sources while performing data alignment and association to reduce and resolve duplicative entities that exist in multiple data sources. The system shall be able to search to find data across data types and sources. This search can be based on specific user-defined keywords, semantic search, and also faceted search. This search function shall leverage natural language processing techniques to ensure high precision and recall. The proposed system shall allow search results to be manipulated in a pivot table-like fashion which could update any graphic based on that data.


2.3 Security Services: The proposed system shall include a robust and flexible security framework. At a minimum, this shall contain: (1) policy-based access control and role-based access control (RBAC) that allows users access while also restricting system access only to authorized users. RBAC will control the roles assigned, allow authorized users to take on specific roles (e.g. administrator), and exercise permission. (2) The system shall also utilize single sign-on (SSO) authentication and public key infrastructure (PKI) for authenticating users that access the system. (3) Lastly, the system shall provide audit logs and the ability for system administrators to provide key system level metrics. Secure application development practices shall be followed to minimize rework required to comply with DoD Information Assurance (IA) policies. Software provided shall successfully pass various security vulnerability scans such as Fortify, Nessus, and Burp in order to achieve authority to operate on operational networks. Also, the security services shall appropriately mark data per classification standards (e.g. Controlled Access Program Coordination Office (CAPCO) markings).


2.4 User Experience Services: This system shall provide end users with a fully customizable enterprise experience. For instance, customizable dashboards shall be available once users sign-in to the system. Dashboards can also be developed for use by a specific community. The dashboard will serve as the main interface for the system and must be fully customizable to allow operators to search and select the data they need to see once the system is accessed and provide user-specified information (specific to the user's AOR) on their requested display (e.g. map, graph). The user interface shall also allow users to share data, files, and notes and provide a collaborative social workspace. This workspace will permit users to save and share queries and working files, create target folders on entities of interest, and provide a user workflow for publishing reports and documents. The workflow will allow users to create, review, update and delete reports and rely on role-based access control for permissions. The user will also be able to export reports and records as appropriate. Lastly, the user experience and interface shall be reusable and domain agnostic.


2.5 Visualization Services: Users shall be able to access and visualize data through a myriad of methods. This BAA shall research how users interact with the user interface and develop novel visualization displays. Proposed approaches shall allow users to query the centralized database and output results to a diverse set of visualization displays. As data is selected, the visualization displays shall provide the full details on the data by displaying the data record. Typical displays include, but are not limited to table, report view, grid, graph, map (2D/3D, heatmap), timeline, and link analysis.


2.6 Report Generator Services: Many times, users are required to develop a briefing or report to share and publish. The proposed approach shall provide a capability to automate this process, saving critical time that can be better spent analyzing data. This report generation capability shall allow users the ability to output their required data to different report types to include, but not limited to Microsoft PowerPoint, Excel, Word, and Adobe PDF.


2.7 Mobile, Disconnected, and Disadvantaged Operations: The data framework and infrastructure designed and developed shall allow users to operate the software system from a mobile device. For users with little or no connectivity, the proposed approach shall allow users to still perform in an appropriate manner. Disconnected Operations shall allow users to have access to key capabilities of the system such as search and data entry with no connectivity. For disadvantaged users with little bandwidth, the system shall be able to execute in a lightweight manner so that users can still conduct critical functions.


II. AWARD INFORMATION:


1. FUNDING: Total funding for this BAA is approximately $9.87M. The anticipated funding to be obligated under this BAA is broken out by fiscal year as follows: FY15 - $1.07M*; FY16 - $2M; FY17 - $2M; FY18 - $2M; FY19 - $2M; and FY20 - $.8M. Individual awards will not normally exceed 60 months with dollar amounts normally ranging from $500K to $1M per year. There is also the potential to make awards up to any dollar value.


* NOTE: Some funding was set aside in FY15, however it is more likely that any awards will be made starting in FY16.


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 - 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:


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


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


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-2015-0012.


IV. APPLICATION AND SUBMISSION INFORMATION:


All responses to this announcement must be addressed to the Technical point of contact (POC) 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 15 Jan 2016
FY17 by 20 Jan 2017
FY18 by 19 Jan 2018
FY19 by 18 Jan 2019
FY20 by 17 Jan 2020


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 technical POC, referenced in Section VII of this announcement. Offerors can email the technical POC for status of their white paper/proposal no earlier than 45 days after submission.


2. CONTENT AND FORMAT: Offerors are required to submit four (4) copies of a maximum five (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, Technical Area(s) addressed, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone, fax 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/proposals shall be double spaced with a font no smaller than 12 point. White papers not meeting the format prescribed herein may not be reviewed. In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) number, their Dun & Bradstreet (D&B) Data Universal Numbering System (DUNS) number, a fax number, an e-mail address, and reference BAA-AFRL-RIK-2015-0012 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 28 February 2006 and incorporating Change 1, 28 March 2013, 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: http://www.dss.mil/.


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


b. CLASSIFIED SUBMISSIONS. AFRL/RIEBB 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 technical point of contact 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/RIEBB, 525 Brooks Road, Rome NY 13441-4505, and reference BAA-AFRL-RIK-2015-0012. When mailing follow the directions regarding the number of copies required.


Unclassified electronic submission to peter.lamonica@us.af.mil will also be accepted. Electronic submissions must reference ‘BAA-AFRL-RIK-2015-0012' in the subject line. Encrypt or password-protect all proprietary information prior to sending. Offerors are responsible to confirm receipt with the technical POC listed in Section VII. AFRL is not responsible for undelivered documents.


Questions can be directed to the technical POC 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 (Jul 2013) 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 - Reporting Executive Compensation and First-Tier Subcontract Awards. Any grant or agreement award resulting from this announcement may contain the award term set forth in 2 CFR, Appendix A to Part 25 which can be viewed at: http://ecfr.gpoaccess.gov/cgi/t/text/text-idx?c=ecfr&sid=c55a4687d6faa13b137a26d0eb436edb&rgn=div5&view=
text&node=2:1.1.1.41&idno=2#2:1.1.1.4.1.2.1.1


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 the DoD Grant and Agreements Regulations (DODGARS).


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). IMPORTANT: If you do not have a DCAA approved accounting system access the following link for instructions: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab=
core&_cview=1


V. APPLICATION REVIEW INFORMATION:


1. CRITERIA: The following criteria, which are listed in equal 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 - The soundness of approach for the development and/or enhancement of the proposed technology,
b. Related Experience - The extent to which the offeror demonstrates relevant technology and domain knowledge,
c. Openness, Maturity and Assurance of Solution - The extent to which existing capabilities and standards are leveraged and the relative maturity of the proposed technology in terms of reliability and robustness, 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 Laboratory's 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 "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require the review, reading, and comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks." These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include: 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. ADEQUATE PRICE COMPETITION: The Government may simultaneously evaluate proposals received under this BAA with a common cutoff date for multiple offerors. In this case, the Government may make award based on adequate price competition, and offerors must be aware that there is a possibility of non-selection due to a proposal of similar but higher-priced technical approach as compared to another offeror.



VI. STEP TWO INFORMATION - 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 technical POC. 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 "Broad Agency Announcement (BAA): Guide for Industry," Mar 2015, and Proposal Preparation Instructions, Dec 2014, may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab=
core&_cview=1

2. ADMINISTRATIVE AND NATIONAL POLICY REQUIREMENTS:


Depending on the work to be performed, the offeror may require a TS/SCI facility clearance and safeguarding capability; therefore, personnel identified for assignment to a classified effort must be cleared for access to TS/SCI 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.


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) at http://www.dlis.dla.mil/jcp/ and have a legitimate business purpose may participate in this solicitation. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at the DLA Logistics Information Service, 74 Washington Avenue North, Battle Creek, Michigan 49037-3084, and telephone number 1-800-352-3572. 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: Once a proposal has been selected for award, offerors will be given complete instructions on the submission process for the reports.


5. NOTICE: The following provisions apply:
(a) DFARS 252.239-7017, Notice of Supply Chain Risk
(b) 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 publicly releasable and that describes - in terms the public may understand - the project or program supported by the grant. 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 technical point of contact as specified below (unless otherwise specified in the technical area):


TPOC Name: Peter M. LaMonica
Mailing Address: AFRL/RIEBB, 525 Brooks Road, Rome, NY 13441-4505
Telephone: (315) 330-4088
Email: peter.lamonica@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 (Apr 2014) will be incorporated into all contracts awarded under this BAA. The AFRL Ombudsman is as follows:


Ms. Barbara Gehrs
AFRL/PK
1864 4th Street
Building 15, Room 225
Wright-Patterson AFB OH 45433-7130
FAX: (937) 656-7321; Comm: (937) 904-4407
Email: barbara.gehrs@us.af.mil


All responsible organizations may submit a white paper which shall be considered.




Contracting Office Address:
26 Electronic Parkway
Rome, New York 13441-4514
United States


Primary Point of Contact.:

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

No comments: