broad agency announcement vs-06-01 - … · web viewbroad agency announcement title: simulation and...

41
BROAD AGENCY ANNOUNCEMENT BAA-VS-07-02 Air Force Research Laboratory Space Vehicles Directorate Through Amendment 0002 ANNOUNCEMENT OVERVIEW BROAD AGENCY ANNOUNCEMENT TITLE: Simulation and Technology Assessment BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-VS-07-02 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 AIRFORCE DEFENSE RESEARCH SCIENCES PROGRAM BRIEF PROGRAM SUMMARY: This is a 5-year, opened-ended (Amendment 0002) Broad Agency Announcement (BAA) to solicit research proposals for the System Simulation and Flight Control program. Multiple awards of contracts and/or assistance instruments of various values are anticipated with a period of performance ranging from 3 to 60 months. Periodically over the 5-year period, proposal call announcements (CALLS) may be issued in the FedBizOps/EPS and/or GRANTS.GOV/FIND to request proposals for specific research efforts as topics are identified. These subsequent CALLS will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research topic, and the expected dollar range for proposals received under the CALL. PROPOSAL DUE DATE AND TIME: This BAA will remain open for a period of 5 years from the date of publication. NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. Proposal due dates and times will be specified in each CALL. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c)(3). ESTIMATED PROGRAM COST: Anticipated funding for the program (not per contract or award): FY 07: $4M; FY 08: $4M; FY 09: $4M; FY 10: $4M; FY 11: $4M. This funding profile is an estimate only and will not be a contractual obligation for funding. All 1

Upload: lengoc

Post on 29-Apr-2018

219 views

Category:

Documents


2 download

TRANSCRIPT

BROAD AGENCY ANNOUNCEMENT BAA-VS-07-02

Air Force Research Laboratory Space Vehicles DirectorateThrough Amendment 0002

ANNOUNCEMENT OVERVIEW

BROAD AGENCY ANNOUNCEMENT TITLE: Simulation and Technology Assessment

BROAD AGENCY ANNOUNCEMENT NUMBER: BAA-VS-07-02

CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 AIRFORCE DEFENSE RESEARCH SCIENCES PROGRAM

BRIEF PROGRAM SUMMARY: This is a 5-year, opened-ended (Amendment 0002) Broad Agency Announcement (BAA) to solicit research proposals for the System Simulation and Flight Control program. Multiple awards of contracts and/or assistance instruments of various values are anticipated with a period of performance ranging from 3 to 60 months. Periodically over the 5-year period, proposal call announcements (CALLS) may be issued in the FedBizOps/EPS and/or GRANTS.GOV/FIND to request proposals for specific research efforts as topics are identified. These subsequent CALLS will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research topic, and the expected dollar range for proposals received under the CALL.

PROPOSAL DUE DATE AND TIME: This BAA will remain open for a period of 5 years from the date of publication. NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. Proposal due dates and times will be specified in each CALL. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c)(3).

ESTIMATED PROGRAM COST: Anticipated funding for the program (not per contract or award): FY 07: $4M; FY 08: $4M; FY 09: $4M; FY 10: $4M; FY 11: $4M. This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. Each CALL will contain funding profiles specific to that effort. 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.

GENERAL INFORMATION: The applicable NAICS code for this solicitation is 541712 with a size standard of 1000 for Space Vehicles & Guided Missiles or 500 for other research and development. (Amendment 0002) This acquisition is unrestricted. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. There will be no other solicitation issued for this requirement. Offerors MUST monitor FedBizOps/EPS http://www.fbo.gov

1

and/or Grants.gov/FIND http://www.grants.gov in the event this solicitation is amended or CALLS are issued.

TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the government may award any appropriate contract type under the Federal Acquisition Regulation or Other Transaction (OT) for Prototype, grant, cooperative agreement, or OT for Research. Specific instructions for assistance awards are in paragraph 7 of the BAA. It is anticipated that awards under this BAA will generally be cost plus fixed fee, completion form contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract.

ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract or assistance instrument per specific CALL. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to a CALL.

Technical Point of Contact: The technical point of contact for the baseline BAA is Dr. Rich de Jonckheere, AFRL/RVES, Kirtland AFB, NM, Phone 505-846-5054, Fax 505-846-6053, Email: [email protected]. (Amendment 0002)

Contracting Points of Contact: The contracting points of contact for the baseline BAA are:

Contract Specialist: Theresa Erickson, Det 8 AFRL/RVKI, Kirtland AFB, NM, Phone 505-846-7603, Fax 505-853-2804, Email: [email protected]. (Amendment 0002)Contracting Officer: Geralyn M. Warner, Det 8 AFRL/RVKI, Kirtland AFB, NM, Phone 505-846-6189, Fax 505-853-2804, Email: [email protected]. (Amendment 0002)

2

BROAD AGENCY ANNOUNCEMENTBAA-VS-07-02

Air Force Research Laboratory Space Vehicles Directorate

FULL TEXT ANNOUNCEMENT

1. REQUIREMENT DESCRIPTION

A. The Air Force Research Laboratory (AFRL) Space Vehicles Directorate (VS) is interested in receiving proposals from all offerors to advance the state-of-the-art and scientific knowledge in space vehicle modeling, simulation (M&S), and analysis technology. Proposals that enable rapid space vehicle system design, modeling, simulation and visualization of space vehicles in operation for mission and experiment design and planning, the integration and use of M&S for analysis at the physics-to-engineering-to-mission/campaign levels to quantify technology performance, utility, and quality of service, or the development and use of higher level decision analysis models and military utility metrics to facilitate lab technology investment decisions are of particular interest.

B. This is a 5-year, opened-ended (Amendment 0002) Broad Agency Announcement (BAA) to solicit research proposals for the System Simulation and Flight Control program. Multiple awards of contracts and/or assistance instruments of various values are anticipated with a period of performance ranging from 3 to 60 months. The Simulation Technology and Technology Assessment program is being initiated via release of this baseline BAA VS-07-02. Periodically over the 5-year period (calculated from the baseline BAA publication date), proposal call announcements (CALLS) under the BAA/solicitation may be issued in the FedBizOps/EPS and/or GRANTS.GOV/FIND to request proposals for specific research efforts as topics are identified. These subsequent CALLS will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research topic, and the expected dollar range for proposals received under the CALL. Each CALL will specify a proposal due date and time. Proposals received after the stated due date and time will be governed by FAR 52.215-1(c)(3). Multiple subsequent CALLS are anticipated and may be announced sequentially or concurrently in the FedBizOps/EPS and/or GRANTS.GOV/FIND. The Government reserves the right to re-issue a previously announced CALL area with a second, subsequent proposal period. The Government also reserves the right to issue no CALLS for any given technology area.

C. TECHNOLOGY AREA DESCRIPTION: The objective of this technical area is to support the Space Vehicles Directorate in performing Technology Assessments (TA), conducting flight experiments with modeling, simulation, and analysis (MS&A), and providing software support in order to demonstrate and validate emerging technologies. TA includes quantifying technology performance at the physics/engineering level, inserting the model into a system simulation, and evaluating performance at the systems-to-mission-to-campaign levels. It covers developing Concepts of Employment Concept (COE) and performing Military Utility Analysis (MUA) studies to quantitatively assess the technology’s military value or utility, using metrics such as value modeling and deriving Measures of Performance. It may also require inserting the

3

technology/system models/software into wargame and virtual exercise simulations for warfighter interaction and feedback or into hardware-in-the-loop simulations. The goal is to provide data for directorate-level technology investment decision-making. MS&A support to flight experiments ranges from experiment and scenario definition, systems engineering, risk mitigation, cost modeling and technology trades, launch vehicle selection, system/subsystem performance modeling, and visualization of the mission operations, scenarios, and detailed vehicle behaviors.

D. The following data deliverables are representative of the types of data that may be required: (a) Program Plan with updates as needed; (b) Monthly Status/Financial Reports; (c) Final Report, draft and final; (d) Presentation Materials, (e) Patent Reports; and (f) Unique Identification Designator (UID). Data deliverables are subject to negotiations on each individual CALL.

2. ANTICIPATED FUNDING

Anticipated funding for the program (not per contract or award): FY 07: $4M; FY 08: $4M; FY 09: $4M; FY 10: $4M; FY 11: $4M. This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to government discretion and availability. Each CALL will contain funding profiles specific to that effort. 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.

3. POINTS OF CONTACT

A. TECHNICAL POINTS OF CONTACT (TPOC).

1) The technical point of contact for the baseline BAA is Dr. Rich de Jonckheere, AFRL/RVES, Kirtland AFB, NM, Phone 505-846-5054, Fax 505-846-6053, Email: [email protected]. (Amendment 0002)

2) Each CALL will include a specific technical area point of contact.

B. CONTRACTING POINTS OF CONTACT:

1) The contracting points of contact for the baseline BAA are:

a) Contract Specialist: Theresa Erickson, Det 8 AFRL/RVKI, Kirtland AFB, NM, Phone 505-846-7603, Fax 505-853-2804, Email: [email protected]. (Amendment 0002)

b) Contracting Officer: Geralyn M. Warner, Det 8 AFRL/RVKI, Kirtland AFB, NM, Phone 505-846-6189, Fax 505-853-2804, Email: [email protected]. (Amendment 0002)

2) Each CALL will include specific contracting points of contact.

4

C. OMBUDSMAN:

AFFARS CLAUSE 5352.201-9101 Ombudsman (AUG 2005) is hereby incorporated into this BAA and will be made a part of any awards based on this solicitation. The ombudsman for AFRL is Ms. Sue Hunter, AFRL/PK, 1864 4th Street, Bldg 15, Room 225, Wright-Patterson AFB, OH, 45433-7130, Phone 937-255-0432, FAX 937-255-5036, Email: [email protected]. (Amendment 0002) 4. COMMUNICATIONS

A. Prospective offerors are reminded to contact the technical point of contact to verify interest in the effort to be proposed and the funding availability PRIOR to committing any resources to the preparation of any proposals in response to this announcement. Foreign owned firms are advised they may be precluded from proposing. These firms are advised to contact the Contracting Point of Contact or TPOC before submitting a proposal to determine whether there are restrictions on receiving an award.

B. Dialogue between prospective offerors and Government representatives is encouraged until submission of proposals. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government.

C. NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS BASELINE BAA. Proposal due dates and times will be specified in each CALL. Proposals received after the due date and time specified in the CALL shall be governed by the provisions of FAR 52.215-1(c)(3).

D. There will be no other solicitation issued for this requirement. Offerors MUST monitor FedBizOps/EPS http://www.fbo.gov and/or Grants.gov/FIND http://www.grants.gov in the event this solicitation is amended or CALLS are issued. Offerors must monitor these systems to ensure they receive the maximum proposal preparation time for subsequent amendments as this is the official notification vehicle to request proposals.

E. Potential offerors are requested to advise the contracting officer if they intend to submit a proposal in response to a CALL. Such notification is merely a courtesy and is not a commitment by the offeror to submit a proposal.

5. GENERAL INFORMATION

Potential offerors are advised of the following:

A. The applicable NAICS code for this solicitation is 541712 with a size standard of 1000 employees for Space Vehicles & Guided Missiles or 500 for other research and development. (Amendment 0002)

B. This acquisition is unrestricted. This BAA is issued under the provisions of Federal Acquisition Regulation paragraph 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected

5

for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984.

C. Organizational Conflict of Interest may apply to this action but cannot be determined prior to issuance of this announcement or subsequent CALLS. This issue and the need for applicable clauses will be resolved prior to the award of any instrument resulting from an offeror’s proposal.

D. An “Administrative Access to Proprietary Information” consent provision is applicable to this solicitation with anticipation of incorporation of the provision by reference into any resulting award instrument. The provision is available at http://www.vs.afrl.af.mil/PK. It must be signed and submitted with the proposal or objections must be submitted as indicated on the consent form. (Amendment 0002)

E. Department of Defense (DOD) Federally Funded Research and Development Centers (FFRDCs) (C31 Lab, Lincoln Laboratory, or Software Engineering Institute) may submit proposals in response to this solicitation/announcement. Other FFRDCs or contractors that propose using FFRDCs not discussed herein shall provide rationale in its proposal that the research is within the purpose, mission, general scope of effort or special competency of the FFRDC and that research to be performed would not place the FFRDC in direct competition with the private sector. The Government does not intend that FFRDCs use privileged information or access to facilities to compete with the private sector. If a contractor proposes using a FFRDC as a subcontractor, other than DOD-sponsored FFRDCs in the capacities discussed in DFARS 235.017, it must provide rationale in its proposal that supports the unique capability of the FFRDC. Also, the contractor’s proposal must demonstrate that the FFRDC can accept work from other than the sponsor.

F. Research areas may involve technology that is subject to U.S. Export Control Laws. It is anticipated that awards will be unclassified with limited access. Therefore, only offerors who are certified by the Defense Logistics Information Service (DLIS) may submit proposals. For questions, contact DLIS on-line at http://www.dlis.dla.mil/jcp or at DLIS, US/Canada Joint Certification Center, Federal Center, 74 North Washington, Battle Creek MI 49017-4312, (800) 352-3572.

6. AWARD INFORMATION

A. It is anticipated that this BAA will remain open for a period of 5 years from the date of publication. This BAA will be reviewed annually. Any updates or possible cancellation will be issued as an amendment to the BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of FAR 35.016 to publish the BAA no less frequently than annually.

B. TYPE OF CONTRACT/INSTRUMENT: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the government may award any appropriate contract type under the Federal Acquisition Regulation or Other Transaction (OT) for Prototype, grant, cooperative agreement, or OT for Research. Specific instructions for assistance awards are in paragraph 7 B (5). The anticipated type of contract will be issued in each CALL. Prospective offerors are encouraged to discuss the type of instrument proposed with the appropriate contracting point of contact prior to preparing a proposal. (Amendment 0002) It is anticipated that a

6

mix of contract types will be used throughout the life of this BAA. Generally awards under this BAA will be cost plus fixed fee, completion form, contracts, which require successful offerors to have an accounting system considered adequate for tracking costs applicable to the contract. Indefinite Delivery/Indefinite Quantity (ID/IQ) with Cost Plus Fixed Fee (Completion) Delivery Orders are also anticipated. In the event an ID/IQ type of contract is anticipated, potential offerors are advised that during the course of the contract, the maximum dollar amount of the contract is subject to adjustments that may be appropriate for the Government to take full advantage of the contract ordering period.

The anticipated type of contract will be addressed in each CALL. However, because this BAA solicitation and award process does provide for awarding a wide range of contracts, it is typically not possible to include all of the required and potentially desired provisions, clauses, terms and conditions applicable to any given contract award that might result from a particular Call to this BAA. Except in those unusual situations where a model contract can be developed and included in the Call itself, model contracts will be provided to each apparent successful offeror for review and comment as part of the BAA solicitation and award process. Prospective offerors are encouraged to discuss the type of instrument proposed with the appropriate contracting point of contact prior to preparing a proposal. (Amendment 0002)

C. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract or assistance instrument per specific CALL. However, the Air Force does reserve the right to make multiple awards or no awards pursuant to a CALL.

D. Awards may be made based on initial proposals; however, the government may obtain clarifications to determine proposal acceptability. Discussions may be held with prospective awardees prior to award if needed. In the event the government is unable to conclude negotiations with the apparent successful offeror(s), it reserves the right to conduct negotiations with another acceptable offeror.

7. PROPOSAL PREPARATION

A. GENERAL INSTRUCTIONS:

1. This BAA is an expression of interest only and does not commit the Government to pay for proposal preparation cost. The cost of preparing proposals in response to this BAA is not considered an allowable direct charge to any resulting contract or to any other contract. However, it may be an allowable indirect expense as specified in FAR 31.205-18.

2. Proposals must reference this BAA number, the CALL number, and include a unique contractor generated proposal identification number. Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired.

3. Offerors must identify proposal information considered proprietary by marking their proposals with the restrictive language contained in FAR 52.215-1(e), Instructions to Offerors—Competitive Acquisition.

7

4. In accordance with DFARS 227.7103-5, the Government anticipates receiving no less than “Government Purpose Rights” to technical data developed under contracts awarded based on proposals received in response to this solicitation. Data rights offered other than “Government Purpose Rights” should be addressed in the business section of the cost proposal.

5. There are no limits to the number of proposals an offeror may submit for any given CALL unless otherwise specified in the CALL.

6. You may be ineligible for award if all requirements of this solicitation are not met by the proposal due date and time as identified in each CALL.

B. PROPOSAL SUBMISSION

1. Submit with a cover letter, an original, three paper copies, and one electronic copy of the technical proposal and the cost/business proposal. The original and paper copies of technical and cost/business proposals must be in separate volumes. The electronic copy must be submitted on a compact disk (CD) in a PC compatible file format and must be readable by Microsoft Office. The electronic copy of the cost proposal worksheets must be in Microsoft Office Excel 2003 or later version and must contain all cell formulas.

2. Proposals for FAR type contracts should be submitted to Det 8 AFRL/RVKI, Attn: Ms. Theresa Erickson, 2251 Maxwell St SE, Bldg 424, Kirtland AFB NM 87117-5773. Proposals sent to any inappropriate address are ineligible for award. Proposals for FAR contracts sent via facsimile or electronic means will not be accepted. (Amendment 0002)

3. Prospective offerors are to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA). Offerors can complete electronic annual representations and certifications at http://www.bpn.gov in conjunction with the required registration in the Central Contractor Registration (CCR) database. Offerors must complete other required representations and certifications at http://www.kirtland.af.mil/prs. (Amendment 0002) Offerors may be required to provide proposal specific representations and certifications identified and requested by the cognizant contracting officer.

4. Offerors are advised that data included in the technical and cost/business proposals submitted to the Government in response to this BAA may be released to non-Government advisors for review and analysis. Any non-Government advisor will strictly serve in an advisory capacity only to the Government evaluators. Non-Government advisors will have appropriate Organizational Conflict of Interest clauses in their contracts with AFRL and will initiate any required Non-Disclosure Agreements. All offerors must clearly indicate in their proposals if they have any objections or concerns regarding the use of non-Government advisors. Offeror’s will be contacted prior to the release of a proposal to a non-Government advisor.

5. SPECIAL INSTRUCTIONS FOR APPLICATIONS FOR FEDERAL ASSISTANCE (GRANTS AND COOPERATIVE AGREEMENTS). This publication also constitutes a Broad Agency Announcement as contemplated by the Department of

8

Defense Grant and Agreement Regulations (DODGARS) 22.315 and will be synopsized at www.grants.gov.

a. Applications for Federal Assistance resulting from this announcement may be submitted to the address provided in paragraph B.2 above. Applications submitted to this address must include a completed SF 424 (R&R). As an alternative, applications for Federal Assistance may be submitted electronically through the www.grants.gov website. There are no other recognized means for assistance applications.

b. The certifications referenced in Block 18 of the SF 424 (R&R), Application for Federal Assistance are located at http://www.kirtland.af.mil/prs. (Amendment 0002)

c. Additional information concerning the Grants.gov registration and application process may also be found at http://www.kirtland.af.mil/prs. (Amendment 0002)

d. Catalogue of Federal Domestic Assistance (CFDA) Numbers and Titles:

12.800 AIR FORCE DEFENSE RESEARCH SCIENCES PROGRAM12.910 RESEARCH AND TECHNOLOGY DEVELOPMENT

e. Information Regarding Other Transactions:

(1) AFRL reserves the right to award Other Transactions (OTs) for Prototypes or OTs for Research for proposals submitted in response to this announcement. OTs for Prototype (See National Defense Authorization Act for FY 94 §845) are acquisition instruments that fall under the purview of DOD’s Other Transaction Guide for Prototypes, found at: www.acq.osd.mil/dpap/Docs/policy/otherTransactions/current%20otguideconformed%20Jan%202001.doc.

(2) Other Transactions for Research (See 10 U.S.C. §2371) are assistance instruments, that with the exception of a funds recovery provision, will generally be similar in format to a Cooperative Agreement.

C. SPECIFIC PROPOSAL PREPARATION INSTRUCTIONS

1. Cover letter

A cover letter shall accompany each proposal. The cover letter should identify the BAA number, CALL number, and technology area under which the proposal is submitted, a statement that the proposal is valid for 120 days from the due date specified in the CALL, provide technical and contracting points of contact, CAGE code, and include statement indicating if the firm is a small business, veteran-owned small business, service-disabled veteran-owned small business, HUBZone small business, small disadvantaged business, 8(a), or women-owned small business concern. The proposal must be signed and dated by an authorized official of the organization.

9

2. Technical Proposal

a. Content. The technical proposal must convey an understanding of the problems or limitations of the general technology area and the intended application(s). The technical proposal shall include the following items.

(1) Executive Summary: Describe the proposed program, objectives, and approach. A description of the innovation and benefits of the proposed approach and relationship to previous efforts should be discussed. It should summarize the technical issues addressed by the offeror’s proposal without repeating the requirements. This should provide a vision of what will ultimately be achieved and what solution this effort will produce.

(2) Program Description: Describe the techniques, methods, materials, or ideas that will be addressed in this proposal, their innovation, and to what degree they advance the state-of-the-art

(3) Program Plan: Describe in detail the planned approach and how the plan will be executed. This section should include all technical aspects of the approach. Provide technical detail and analysis necessary to support the technical approach proposed. Clearly identify the core of the intended approach. The “new and creative” solution to the problem(s) should be developed and analyzed in this section. Include a risk assessment of key technical, schedule or cost areas and their potential impact on the program. Identify why proposed subcontractors were selected and what tasks they are to perform.

(4) Contractor’s Statement of Work (C-SOW): (A) The C-SOW, a stand-alone document, should detail

the research to be accomplished under the technical area and should be suitable for incorporation into the awarded document. The proposed C-SOW should summarize the technical methodology and the task description, but not to the extent to make the awarded instrument inflexible. Do not include any proprietary information in the C-SOW. Contractors may request copies of our contracts under the Freedom Of Information Act. Consequently, it is imperative that no company-sensitive information be included in the C-SOW. The C-SOW should include the anticipated deliverables (hardware, software, reports, etc.).

(B) the following is offered as a recommended format for the C-SOW. The C-SOW should be structured in three sections; Scope, Applicable Documents, And Requirements.

SCOPE: this section includes a statement of what the program covers. This should include the technology area to be investigated, objectives/goals, and major milestones for the effort. It defines the breadth and limitations of the work to be done.

APPLICABLE DOCUMENTS: this section includes reference documents needed to identify or clarify the work to be performed.

REQUIREMENTS: this section identifies the specific work to be performed. The work effort should be arranged into major tasks and identified in separately numbered paragraphs. Each numbered major task should delineate by subtask the work to be performed and should follow an outline numbering scheme. The C-SOW must identify all reviews and when/where (identify by milestone or task) that will be conducted. It

10

must also identify any and all items (hardware, software, reports, etc.) to be delivered to the government as a result of the program.

(5) Milestone Chart: A Milestone Chart should indicate when specific objectives are expected to be met in the overall program schedule and should identify the specific accomplishments necessary to proceed to the next task. Provide a schedule of when the deliverable items identified in the CALL are to be delivered.

(6) Facilities and Equipment description: Describe the facilities that can be used to achieve the goals of the program, in terms of manufacturing capability, testing facilities, and/or any relevant specialized equipment.

(7) Description of Relevant Prior Work: Provide a list of related previous or current government, commercial, or internally funded work during the past five years. For each such effort, provide the principal investigator, title of effort, contract number, brief summary of results, dollar value, and a technical and contracting point of contact, including phone numbers, for the funding organizations.

(8) Management Plan: Offerors should provide an approach that demonstrates the ability to effectively and efficiently manage and administer the research program to a successful conclusion.

(9) Resumes of Key Individuals: Include brief summaries of resumes of relevant key individuals including any consultants or subcontractors that might be proposed.

b. Page Limitations. The technical proposal including the C-SOW shall be limited to 75 pages, single spaced, double-sided, 8.5 by 11-inch pages. Select an easy to read font no smaller than 12 pitch fixed or proportional font size 10 or larger. Smaller type may be used in figures and tables as long as it is clearly legible. The page limitation includes all information i.e., indices, photographs, foldouts (2 page), appendices, attachments, resumes, C-SOW, etc. Each printed side counts as one page. Blank pages, title pages, tables of content, lists, tabs or cover sheets are not included in the page count. The Government will not consider pages in excess of this limitation.

3. Cost/Business Proposal

Separate this proposal into a cost section and a business section.

a. Cost Section. The cost proposal containing other than cost or pricing data shall be submitted in the format provided in the solicitation and is necessary for the Government to perform a cost realism analysis. Adequate price competition is anticipated for each CALL issued unless stated otherwise in the announcement. A determination as to the existence of adequate price competition will be made by the cognizant Procuring Contracting Officer on a case by case basis. If adequate price competition is determined not to exist, the Government reserves the right to obtain certified cost or pricing data from the offeror. Based on the type of instrument proposed, use the appropriate cost proposal instructions, which can be found at the following AFRL website, http://www.kirtland.af.mil/prs (Amendment 0002) to prepare the cost proposal. Submit the electronic copy of the cost proposal worksheets on a compact disk in a PC compatible file format in Microsoft Office Excel 2003 or later version. The file must

11

contain all cell formulas. Cost proposals have no page limitations but offerors are requested to keep cost proposals to 75 pages as a goal.

b. Business Section. The business section should contain all business aspects to the proposed contractual arrangement, such as type of contract/instrument, any unique terms and conditions, any exceptions to terms and conditions of the announcement or CALL, and any information not technically related. Provide rationale for exceptions. As a goal, offerors are requested to keep the business section to 20 pages. This section should include the following items as appropriate. Referenced documents are available at http://www.kirtland.af.mil/prs. (Amendment 0002)

(1) Completed representations and certifications and any specific representations and certifications identified in a CALL.

(1) Signed “Administrative Access to Proprietary Information” consent provision or a detailed statement outlining the basis for the objection.

(2) Completed representations and certifications and any specific representations and certifications identified in a CALL.

(3) Sample Model Contracts should be reviewed. Include a statement as to acceptance of the terms and conditions contained in the model contracts.

(2) Completed Proposal Content Checklist. Failure to provide a complete proposal may result in a determination that the proposal is non-responsive and may be eliminated from consideration for award. (Amendment 0002)

8. PROPOSAL REVIEW AND EVALUATION PROCEDURES

A. GENERAL.

The Government reserves the right to select for award any, all, part, or none of the proposals received in response to this announcement, subject to the availability of funds. The technical and cost proposals will be evaluated at the same time. You may be ineligible for award if all requirements of this solicitation and subsequent CALLS are not met by the proposal due date and time. At minimum, incomplete proposals may be given lower priority and, although technically acceptable, not awarded due to funding limitations. No further evaluation criteria will be used.

B. EVALUATION CRITERIA.

The selection of one or more sources for award will be based on an evaluation of each offeror’s proposal to determine the overall merit of the proposal in response to this announcement. Proposals will be evaluated in accordance with FAR 35.016. The proposals will be evaluated utilizing a peer or scientific review process and shall be evaluated based on the following criteria that are listed in “DESCENDING” order of importance:

Overall scientific and technical merits of the proposal; Importance to AFRL/VS/DE programs;

12

Fund availability/affordability

Price will be a substantial consideration in selecting proposals for awards, but will be secondary to technical considerations. Cost realism and reasonableness shall also be considered to the extent appropriate. Price will be evaluated and may be negotiated if necessary on proposals selected for award.

C. REVIEW AND SELECTION PROCESS

The technical and cost proposals will be evaluated at the same time and categorized as follows:

1. CATEGORY I: Well conceived scientifically and technically sound proposals pertinent to program goals and objectives. Proposals in Category I are recommended for acceptance subject to funding constraints.

2. CATEGORY II: Scientifically or technically sound proposals that may require further development and may be recommended for acceptance, but are at a lower priority than Category I proposals and are not always funded.

3. CATEGORY III: Proposals not technically sound or do not meet agency needs and may be recommended for rejection.

D. AWARD NOTICES

Offerors will be notified in writing whether or not their proposal is recommended for award. An award recommendation is not to be construed to mean the award of a contract, grant or assistance instrument is assured, as availability of funds and successful negotiations are prerequisites to any award.

E. DEBRIEFINGS

When requested, a debriefing will be provided. The debriefing process will generally follow the time guidelines set out in FAR Part 15, but the debriefing content will vary to be consistent with the procedures set out in Far 35.016 governing BAAs.

9. OTHER INFORMATION

A. SUBCONTRACTING PLANS: Small Business Subcontracting Plans are required under FAR 19.702 for efforts anticipated to exceed $500,000. Prospective offerors shall submit applicable subcontracting plans in accordance with the requirements set forth in FAR 19.704 and DFARS 219.704 along with the technical and cost proposals. Small business is exempt from this requirement. If a company has a master subcontracting plan, as described in FAR 19.701 or a comprehensive subcontracting plan, as described in DFARS 219.702, a copy of the plan shall be submitted with the proposal. The subcontracting plan is a part of the cost/business section of the proposal and will not be included in the page count.

B. WIDE AREA WORK FLOW NOTICE: Any contract award resulting from this solicitation will contain the clause at DFARS 252.232-7003, Electronic Submission Of

13

Payment Requests, which requires electronic submission of all payment requests. The clause cites three possible electronic formats through which to submit electronic payment requests. Pursuant to that clause, the Department of Defense is adopting Wide Area Work Flow-Receipt and Acceptance (WAWF-RA), which will eventually become mandatory for DoD contracts. (Amendment 0002) Any contract resulting from this solicitation will establish a requirement to use WAWF-RA for invoicing and receipt/acceptance, and provide coding instructions applicable to this contract. Contractors are encouraged to take advantage of available training (both web-based and through your cognizant DCMA office), and to register in the WAWF-RA system. Information regarding WAWF-RA, including the web-based training and registration, can be found at https://wawf.eb.mil/ .

C. ASSOCIATE CONTRACTOR AGREEMENTS. Associate Contractor Agreements (ACAs) are agreements between contractors working on government contract projects that specify requirements for them to share information, data, technical knowledge, expertise, or resources. The contracting officer may require ACAs when contractors working on separate government contracts must cooperate, share resources or otherwise jointly participate in working on contracts or projects. Prime contractor to subcontractor relationships do not constitute ACAs. For each award, the contracting officer will identify associate contractors with whom agreements are required.

D. ITEM IDENTIFICATION AND VALUATION. Any contract award resulting from this solicitation may contain the clause at DFARS 252.211-7003, Item Identification and Valuation, (Apr 2005) 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. For more information, see the following website: http://www.acq.osd.mil/dpap/uid/ .

E. Offerors who have forward pricing rate agreements (FPRAs) and forward pricing rate recommendations (Farr’s) should submit them with their proposal.

F. Pursuant to Far 22.805, a preaward clearance must be obtained from the U.S. Department Of Labor, Employment Standards Administration, Office Of Federal Contract Compliance Program’s (OFCCP) prior to award of a contract (or subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP’s National Preaward Registry http://www.dol-esa.gov/preaward . This registry indicates that the contractor

14

has been found to be “in compliance” within the past two years with The Equal Employment Opportunity (EEO) regulations that the OFCCP is mandated to enforce. The registry is updated nightly and facilities reviewed more than 2 years ago are removed and new ones are added. Award may be delayed if you are not currently listed in the registry and the contracting officer must request a preaward clearance from the OFCCP.

G. All agreements resulting from this announcement which are made on or after 14 November 2007 and use Basic Research Funds made available by the DOD Appropriations Act for FY 2008 (PL 10-116), will include a clause requiring compliance with Section 8115 of that Act limiting payments of indirect cost rates on the agreement to not more than 35 percent of the total cost of the agreement. Basic Research Funds means funds within budget activity 1 of RDT&E appropriations. (Amendment 0002)

AIR FORCE RESEARCH LABORATORYDIRECTED ENERGY AND SPACE VEHICLES DIRECTORATES

15

Broad Agency Announcement Number BAA VS-07-02

Proposal Content Checklist(Current as of 22 Feb 2008)

You may be ineligible for award if all requirements of this announcement are not met on the proposal due date. At a minimum, incomplete proposals will be given lower priority and, although technically acceptable, may not be awarded because of funding limitations. Offerors are required to complete the following checklist and submit with your proposal.

Proposal Checklist ProposalPageReference

Item Description1. Model Contract (If included in announcement) a. Any exceptions to terms and conditions in the Model Contract are addressed b. Performance-based Contractor Statement of Work (CSOW) IAW FAR 35.005, which addresses all task areas proposed and their requirements c. Certifications and Representations have been fully completed and included d. Subcontracting plan (if applicable) that meets AF goals and IAW FAR 19.704.2. Cost Proposal a. All proposed cost/price elements are fully supported b. Strictly complies with proposal preparation instructions c. Subcontractor cost/price analysis performed IAW FAR 15.404-3(b)3. Technical Proposal a. Clearly describes the approach to solving all CSOW requirements b. Approach consistent with costs identified in cost proposal c. Includes Program Plan d. Does not exceed page limit

16

AIR FORCE RESEARCH LABORATORY DIRECTED ENERGY AND SPACE VEHICLES DIRECTORATES

Broad Agency Announcement Number VS-07-02

REPRESENTATIONS AND CERTIFICATIONS (Current as of 14 Jan 08)

I. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated in full text:

A. FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS IN FULL TEXT

52.204-08 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (JAN 2006)

(a)(1) The North American Industry Classification System (NAICS) code for

this acquisition is 541712.(2) The small business size standard is 1,000 employees for Space

Vehicles & Guided Missiles or 500 employees for other research and development.

(3) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture, is 500 employees.

(b)(1) If the clause at 52.204-7, Central Contractor Registration, is included

in this solicitation, paragraph (c) of this provision applies.

(2) If the clause at 52.204-7 is not included in this solicitation, and the offeror is currently registered in CCR, and has completed the ORCA electronically, the offeror may choose to use paragraph (c) of this provision instead of completing the corresponding individual representations and certification in the solicitation. The offeror shall indicate which option applies by checking one of the following boxes:

[ ] (i) Paragraph (c) applies.

[ ] (ii) Paragraph (c) does not apply and the offeror has completed the individual representations and certifications in the solicitation.

(c) The offeror has completed the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are

17

also incorporated in this offer and are current, accurate, and complete as of the date of this offer.

FAR/DFARS Clause No.

Title Date Change

Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on ORCA.

B. DEFENSE FAR SUPP SOLICITATION PROVISIONS IN FULL TEXT

252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE RESTRICTIONS (JUN 1995)

(a) The terms used in this provision are defined in following clause or clauses contained in this solicitation--

(1) If a successful offeror will be required to deliver technical data, the Rights in Technical Data--Noncommercial Items clause, or, if this solicitation contemplates a contract under the Small Business Innovative Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovative Research (SBIR) Program clause.

(2) If a successful offeror will not be required to deliver technical data, the Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation clause, or, if this solicitation contemplates a contract under the Small Business Innovative Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovative Research (SBIR) Program clause.

(b) The identification and assertion requirements in this provision apply only to technical data, including computer software documentation, or computer software to be delivered with other than unlimited rights. For contracts to be awarded under the Small Business Innovative Research Program, the notification and identification requirements do not apply to technical data or computer software that will be generated under the resulting contract. Notification and identification is not required for restrictions based solely on copyright.

(c) Offers submitted in response to this solicitation shall identify, to the extent known at the time an offer is submitted to the Government, the technical data or computer software that the Offeror, its subcontractors or suppliers, or potential subcontractors or suppliers, assert should be furnished to the Government with restrictions on use, release, or disclosure.

(d) The Offeror's assertions, including the assertions of its subcontractors or suppliers or potential subcontractors or suppliers shall be submitted as an attachment to its offer in the following format, dated and signed by an official authorized to contractually obligate the Offeror:

18

Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Technical Data or Computer Software.

The Offeror asserts for itself, or the persons identified below, that the Government's rights to use, release, or disclose the following technical data or computer software should be restricted:

Technical Data orComputer Software Asserted Name of Personto be Furnished Basis for Rights AssertingWith Restrictions* Assertion** Category*** Restrictions****

*For technical data (other than computer software documentation) pertaining to items, components, or processes developed at private expense, identify both the deliverable technical data and each such item, component, or process. For computer software or computer software documentation identify the software or documentation.

**Generally, development at private expense, either exclusively or partially, is the only basis for asserting restrictions. For technical data, other than computer software documentation, development refers to development of the item, component, or process to which the data pertain. The Government's rights in computer software documentation generally may not be restricted. For computer software, development refers to the software. Indicate whether development was accomplished exclusively or partially at private expense. If development was not accomplished at private expense, or for computer software documentation, enter the specific basis for asserting restrictions.

***Enter asserted rights category (e.g., government purpose license rights from a prior contract, rights in SBIR data generated under another contract, limited, restricted, or government purpose rights under this or a prior contract, or specially negotiated licenses).

****Corporation, individual, or other person, as appropriate.

*****Enter "none" when all data or software will be submitted without restrictions.

Date _ _ _ _ _ _ _ _ _ _ _

Printed Name and Title _ _ _ _ _ _ _ _ _ _ _

_ _ _ _ _ _ _ _ _ _ _Signature

_ _ _ _ _ _ _ _ _ _ _

(End of identification and assertion)

(e) An offeror's failure to submit, complete, or sign the notification and identification required by paragraph (d) of this provision with its offer may render the offer ineligible for award.

19

(f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of this provision shall be listed in an attachment to that contract. Upon request by the Contracting Officer, the Offeror shall provide sufficient information to enable the Contracting Officer to evaluate any listed assertion.

252.227-7028 TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE GOVERNMENT (JAN 2006)

The Offeror shall attach to its offer an identification of all documents or other media incorporating technical data or computer software it intends to deliver under this contract with other than unlimited rights that are identical or substantially similar to documents or other media that the Offeror has produced for, delivered to, or is obligated to deliver to the government under any contract or subcontract. The attachment shall identify--

(a) The contract number under which the data or software were produced;

(b) The contract number under which, and the name and address of the organization to whom, the data or software were most recently delivered or will be delivered; and

(c) Any limitations on the Government's rights to use or disclose the data or software, including, when applicable, identification of the earliest date the limitations expire. (End of Provision)          

C. OTHER SOLICITATION PROVISIONS IN FULL TEXT

K003 CERTIFICATE OF SIGNATORY AUTHORITY (AUG 2005)

I, __________________________________ (Name), certify that I am the ____________________________________________ (Position Title) of the Corporation named as Contractor herein, that _____________________________________ (Name), who signed this contract on behalf of the Contractor, was then _____________________________ (Position Title) of said Corporation; that said contract was duly signed for and on behalf of the said Corporation by authority of its governing body and is within the scope of its corporate powers.

(SEAL)_____________________________________ (Signature)

____________________________________ (Typed or printed Name and Title of Signatory)

NOTE: The name and title of the person signing the contract shall be typed or printed below the signature. If the contract is signed in a capacity other than individual, partner, owner or a president, vice-president, secretary or treasurer of a company or corporation, satisfactory evidence of the authority of the person signing to bind the principal must be furnished.

20

PRS K002 ADMINISTRATIVE ACCESS TO PROPRIETARY INFORMATION (OCT 2007)

(a) The Air Force Research Laboratory's Directed Energy (RD) and Space Vehicles (RV) Directorates have contracted for various business and staff support services, some of which require contractors (e.g., CC&G, LLC) 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 this contract or order, which do not require the review, reading, or comprehension of the content of the information on the part of non-technical professionals assigned to accomplish the specified administrative tasks."

(b) The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include:

(1) Assembling and organizing information for R&D case files;

(2) Accessing library files for use by government personnel in the RD and RV Directorates; and

(3) Handling and administration of Small Business Innovation Research proposals, contracts, contract funding and queries.

(c) Offerors shall either complete paragraph (d) below or provide written objection to administrative access. Any objection to administrative access:

(1) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and

(2) Shall include a detailed statement of the basis for the objection.

(d) I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.

___Signature

___Name of Authorized Company Official

21

AIR FORCE RESEARCH LABORATORYDIRECTED ENERGY AND SPACE VEHICLES DIRECTORATES

Broad Agency Announcement Number VS-07-02

CERTIFICATIONS FOR APPLICATIONS FOR FEDERAL ASSISTANCE (GRANTS AND COOPERATIVE AGREEMENTS)

1. Certification Regarding Debarment, Suspension, and Other Responsibility Matters--Primary Covered Transactions

(1) The prospective primary participant certifies to the best of its knowledge and belief, that it and its principals:

(a) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency;

(b) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property;

(c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and

(d) Have not within a three-year period preceding this application/proposal had one or more public transactions (Federal, State or local) terminated for cause or default.

(2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this proposal.

2. Certification Regarding Drug-Free Workplace Requirements

Alternate I. (Grantees Other Than Individuals)

A. The grantee certifies that it will or will continue to provide a drug-free workplace by:

(a) Publishing a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the grantee's workplace and specifying the actions that will be taken against employees for violation of such prohibition;

22

(b) Establishing an ongoing drug-free awareness program to inform employees about—

(1) The dangers of drug abuse in the workplace;

(2) The grantee's policy of maintaining a drug-free workplace;

(3) Any available drug counseling, rehabilitation, and employee assistance programs; and

(4) The penalties that may be imposed upon employees for drug abuse violations occurring in the workplace;

(c) Making it a requirement that each employee to be engaged in the performance of the grant be given a copy of the statement required by paragraph (a);

(d) Notifying the employee in the statement required by paragraph (a) that, as a condition of employment under the grant, the employee will—

(1) Abide by the terms of the statement; and

(2) Notify the employer in writing of his or her conviction for a violation of a criminal drug statute occurring in the workplace no later than five calendar days after such conviction;

(e) Notifying the agency in writing, within ten calendar days after receiving notice under paragraph (d)(2) from an employee or otherwise receiving actual notice of such conviction. Employers of convicted employees must provide notice, including position title, to every grants officer or other designee on whose grant activity the convicted employee was working, unless the Federal agency has designated a central point for the receipt of such notices. Notice shall include the identification number(s) of each affected grant;

(f) Taking one of the following actions, within 30 calendar days of receiving notice under paragraph (d)(2), with respect to any employee who is so convicted—

(1) Taking appropriate personnel action against such an employee, up to and including termination, consistent with the requirements of the Rehabilitation Act of 1973, as amended; or

(2) Requiring such employee to participate satisfactorily in a drug abuse assistance or rehabilitation program approved for such purposes by a Federal, State, or local health, law enforcement, or other appropriate agency; (g) Making a good faith effort to continue to maintain a drug-free workplace through implementation of paragraphs (a), (b), (c), (d), (e) and (f).

B. The grantee may insert in the space provided below the site(s) for the performance of work done in connection with the specific grant:

Place of Performance (Street address, city, county, State, zip code)

23

______________________________________________________________________

______________________________________________________________________

______________________________________________________________________

Check □ if there are workplaces on file that are not identified here.

Alternate II. (Grantees Who Are Individuals)

(a) The grantee certifies that as a condition of the grant, he or she will not engage in the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance in conducting any activity with the grant;

(b) If convicted of a criminal drug offense resulting from a violation occurring during the conduct of any grant activity, he or she will report the conviction in writing, within 10 calendar days of the conviction, to every grant office or other designee, unless the Federal agency designates a central point for the receipt of such notices. When notice is made to such a central point, it shall include the identification number(s) of each affected grant.

3. Certification for Contracts, Grants, Loans, and Cooperative Agreements

The undersigned certifies, to the best of his or her knowledge and belief, that:

(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, ``Disclosure Form to Report Lobbying,'' in accordance with its instructions.

(3) The undersigned shall require that the language of this certification be included in the award documents for all sub awards at all tiers (including subcontracts, sub grants, and contracts under grants, loans, and cooperative agreements) and that all sub recipients shall certify and disclose accordingly.

This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject

24

to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure.

---------------------------------------------------------------------------------------------------------------------

4. As an authorized representative, I hereby make the above certifications on behalf of the offeror.

Broad Agency Announcement No.: Proposal Title:

Name of offeror:

Typed or printed name and title of official certifying on behalf of offeror:

Signature of official certifying on behalf of offeror:

Date:

---------------------------------------------------------------------------------------------------------------------

5. Offeror shall provide the following information:

a. Offeror's Taxpayer Identification Number (TIN): _________________________

b. Offeror's applicable Commercial and Government Entity (CAGE) Code: __________

25

AIR FORCE RESEARCH LABORATORYDIRECTED ENERGY AND SPACE VEHICLES DIRECTORATES

Broad Agency Announcement Number VS-07-02

ADDITIONAL ASSISTANCE INFORMATION:

1. NOTICE REGARDING USE OF GRANTS.GOV APPLY

Organizations must register in Grants.gov to be able to submit proposals through the Grants.gov portal. Individual Principal Investigators (PI)/Project Directors (PD) do not register; however the Authorized Organizational Representative (AOR) is required to register and, in some cases, the PI/PD may be an AOR.

If you have not already done so, you, as an organization, are encouraged to register in Grants.gov as a prerequisite to submitting a proposal through Grants.gov APPLY. Your Grants.gov registration is valid for all Federal agencies and is in effect regardless of whether you actually submit a proposal. If you have not previously registered, please note that the registration process can take several weeks and you should register as soon as possible.

All Broad Agency Announcements for basic research that may result in grants or cooperative agreements issued by this office will invite electronic proposal submission through that government-wide portal, regardless of the resulting award instrument. You may choose to submit a proposal electronically or in hard copy; however, any electronic submission must be through Grants.gov APPLY.

The following actions are required as part of the registration process. All of the required actions are listed and described although it is likely that, if you do business with the federal government on a continuing basis, you already have completed some of the actions, e.g., obtaining a DUNS number or registration in CCR. Detailed information, automated tools, and checklists are available at http://grants.gov/GetStartedRegister?type=organization

2. DUNS NumberYour organization will need a Data Universal Number System (DUNS) Number. A DUNS number is a unique nine-character identification number provided by the commercial company Dun & Bradstreet (D&B). Before requesting a DUNS number, you should investigate if your organization already has a DUNS number. You should ask your organization’s chief financial officer, business office, or authorizing official to provide your organization's DUNS number. You also can determine if your organization has a DUNS number by calling D&B at 1-866-705-5711. If your organization does not have a DUNS number, an authorized official of the organization should request one. If the organization is located in the United States, the request can be made by calling 1-866-705-5711. It also is possible to request a DUNS number online via web registration. If your organization is located outside of the United States, you can request and register for a DUNS number online via web registration.

26

3. Central Contractor Registry

Your organization will need to register with Central Contractor Registry (CCR) before you can submit a grant application through Grants.gov. CCR validates applicant information and electronically shares the secure and encrypted data with Federal agencies' finance offices to facilitate paperless payments through Electronic Funds Transfer (EFT). The CCR will house your organizational information, allowing Grants.gov to use that information to verify your identity.

When your organization registers with the CCR, you will be required to complete the Electronic Business Point of Contact (E-Business POC) (see below) and Marketing Partner ID (MPIN) fields. These are mandatory fields that are required when submitting grant applications through Grants.gov. The E-Business POC will be the sole authority of the organization with the capability to designate or revoke an individual’s ability to submit proposals on behalf of the organization through Grants.gov. If you are uncertain of the status of your organization’s registration or who your E-Business POC is, you can search the CCR database (http://www.bpn.gov/ccrinq/scripts/search.asp).

You may register with CCR by calling the CCR Assistance Center at 1-888-227-2423 or you may register online at http://www.ccr.gov. You will NOT be able to complete your CCR registration until CCR has confirmed your Employer Identification Number (EIN) or Taxpayer Identification Number (TIN) with the Internal Revenue Service (IRS).

Please note that it will take 24-48 hours for IRS to validate your TIN. According to the IRS, if you do not currently have an EIN and need to apply for one over the phone or Internet, you will be given a tentative EIN, but your EIN may not become active for up to two (2) weeks. If you have questions about your EIN, please call 1-800-829-4933.

If you have the necessary information ready, online registration will take about 30 minutes to complete, depending upon the size and complexity of your organization. If the organization completes the CCR registration process by 6:00 PM EST, the organizational representatives will be able to begin their registration process the very next business day.

4. Authorized Organizational Representative

Before submitting a proposal, representatives of your organization need to register to submit on behalf of your organization. Your organization's E-Business POC, identified during CCR Registration, must authorize someone to become an Authorized Organization Representative (AOR). This safeguards your organization from individuals who may attempt to submit proposals without permission. Note: In some organizations, a person may serve as both an E-Business POC and an AOR.

An AOR first registers with the Grants.gov credential provider (at https://apply.grants.gov/OrcRegister) and then with Grants.gov. Once an AOR has completed the Grants.gov process, Grants.gov will notify the E-Business POC for assignment of user privileges. When an E-Business POC approves an AOR, Grants.gov will send the AOR a confirmation e-mail.

27

5. Grants.gov Electronic Proposal Submission

Go to Grants.gov, then click on APPLY for Grants. Insert the Funding Opportunity Title, Funding Opportunity Number or Catalog of Federal Domestic Assistance number as shown in the “Overview” section of this announcement to access the application instructions and application package for this opportunity. The application instructions include the full announcement; the application package includes the required SF 424 (R&R) cover page and optional forms (SF 424 (R&R) budget) for completion. The proposal narrative (without the budget if you choose to use the SF 424 (R&R) budget for that purpose) must be submitted as a Word or pdf attachment to the SF 424 (R&R) cover page. Grants.gov has published a document on tools and software that you can use to convert documents to pdf.

General instructions on how to download, complete, and submit a proposal through Grants.gov can be found in the Grants.gov Users Guide (http://grants.gov/GrantsGov_UST_Grantee/.

The SF 424 (R&R) cover page for this opportunity has been pre-populated with certain information. Before you begin completing the form, using the PureEdge viewer that you downloaded (note that if you are a MAC or UNIX user, see the information on the Grants.gov web site or contact the Grants.gov Contact Center for assistance), please be certain that the SF 424 (R&R) cover page is the one for this opportunity. Complete the cover page as indicated in section IV.2 of this announcement.

You can complete the application offline. Remember to save it to your computer often because changes are NOT automatically saved. When you have completed the application package, you need to click the Save button prior to submitting it. If you are sending a DURIP proposal to more than one of the DOD participating listed in this announcement, you must modify it for the other submission(s). Given the current capabilities of Grants.gov, you must complete a separate SF 424 (R&R) coverage sheet and submit and the other information comprising the proposal separately to each Component using their respective CFDA number or Funding Opportunity Number.

The completed proposal must be uploaded into Grants.gov and submitted by an Authorized Organizational representative. The application package cannot be submitted until all required fields have been completed. After you successfully submit your application to Grants.gov, you will receive an automatic acknowledgment from Grants.gov that contains a Grants.gov tracking number.  We may later assign you a DOD number to be used for tracking and inquiries.

Checklists and registration brochures are maintained at http://www.grants.gov/GetStarted to assist you in the registration process. Other information to assist you in completing and submitting a proposal is available at the Grants.gov web site.

If you encounter difficulties in using Grants.gov, please contact the Grants.gov Help Desk at: 1-800-518-4726, or by email at [email protected] to report the problem and obtain assistance.

28