2 February 2000 Source: http://gpo.sailor.lib.md.us/bin/GPOAccess.cgi ------------------------------------------------------------------------- [Printed Issue Date: February 2, 2000] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS (MODIFICATION) SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Advanced Research Projects Agency (DARPA), Contract Management Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 SUBJECT: A--ADVANCED TECHNOLOGIES (PART 1) SOL BAA00-27 DUE 083100 POC Dr. Parney Albright, DARPA/ATO, Fax: (703) 696-9781 DESC: Modification to BAA00-27: The previous submission was incomplete. BAA00-27 is re-submitted in two separate announcements as Part 1 and Part 2, respectively. PART 1. PROGRAM OBJECTIVES AND DESCRIPTION: DARPA's Advanced Technology Office (ATO) is soliciting proposals for advanced research and design of system and sub-system level technologies for integration into the operational environment. Its goal is the development of radical improvements over current procedures, while enabling new capabilities to address emerging and anticipated threats and operational challenges. Developed technologies and systems are intended to supplement, replace, support, or enhance existing systems. However, offerors should emphasize high-risk/high-payoff technologies with the potential for revolutionary impacts on national security. General areas of interest include, but are not limited to, maritime force projection, early entry/special operations, communications, and covert close-quarters activity. Specific technical topic areas of interest follow. This BAA constitutes the entire solicitation for this effort. No additional information is available, nor will a formal request-for-proposal, or other solicitation, regarding this research and development be issued. Requests for same will be disregarded. TECHNICAL TOPIC AREAS: Specific technical topic areas of interest include, but are not limited to: 1. Maritime Applications: Innovative sealift concepts; development of logistic-support systems to improve port-to-port support, mitigate logistic tails and dramatically reduce transportation timelines; innovative propulsion and hull concepts; mine sweeping/hunting techniques; submarine detection and tracking techniques; improved underwater/submarine connectivity; and littoral-space fire support; integrated weapon control techniques; automatic countermeasure identification and locating systems; improved sonar background noise suppression; reduction in submarine antenna detection; autonomous undersea vehicles and supporting technologies; 2. Early Entry/Special Forces/Light Forces: Expanded operational influence, extended standoff, survivability and self sustainability of the individual soldier; rapid ingress/egress, agile mobility, high speed mine detection and neutralization; alternatives to current landmines, smart bullets; high-endurance training equipment; non-lethal weapons, communications, and personal armor; expanded situational awareness for dismounted infantry; improved methods of threat-vehicle detection, tracking and engagement; rapid acquisition and engagement of dismounted infantry in an urban environment; development of small and or man-portable robotic devices capable of combat element maneuver speeds; satellite-based air-to-ground weapons and sensors; 3. Communications: Radio Frequency (RF) and optical techniques; Micro Electro-Mechanical Systems (MEMS) technology integration; advanced techniques for wireless communications to improve security, reliability, connectivity, and data throughput; Low Probability of Detection (LPD) and Anti-Jam (AJ) waveforms; RF "watermarking"; smart antennas; RF intrusion detection; dynamic key management, including role-based encryption; integrated encryption & biometrics; distributed secure network management; collaborative, adaptive security agent technology for intrusion detection and response; featureless low profile networking; distributed, collaborative boundary control; secure overlay networks/secure virtual enclaves; and technologies that provide for distributed, collaborative protection of infrastructure functions including routing, key management, directory services, and geolocation. Of particular interest are technology solutions that cut across protocol layers to provide capabilities such as coordinated jammer detection and evasion; communication co-site interference as well as multipath mitigation/exploitation; improved antenna technology for wideband, low profile operations inclusive of exploitation of Commercial-Off-The-Shelf (COTS) components and systems; low power signal detection in dense signal environments advanced systems that can enhance friendly unit communications while inflicting degraded communications to enemy forces; advanced geopositioning techniques (hardware and algorithmic) for both cooperative and uncooperative intercepts exploiting signal, geometric, and temporal characteristics; exploitation techniques for generation after next commercial communication systems and components for DoD applications; high capacity (100 Mbs), low cost, point-to-point communication systems; enhanced connectivity for beyond line of sight communications; 4. Close Quarters Sensing: Innovative techniques for intrusive detection and monitoring of facilities, activities and communications; insertion of sensors into denied areas and facilities; data exfiltration from denied areas and facilities; in situ detection of biological and chemical weapon RDT&E and production; innovative techniques for discriminating military from non-military personnel in the field; target detection and classification at close range, including physical contact; phenomenology associated with close range target detection and classification; advanced counter-denial and deception concepts; innovative tagging technologies and interrogation schemes, including wide-area, low-cost techniques; application of biomimetic and biological technologies for these purposes. PROGRAM SCOPE AND FUNDING: As much as $8,000,000 may be available in FY 2000 to fund research and development under this BAA. Multiple awards during FY 2000 are anticipated. SOURCE SELECTION, INITIAL AND SUBSEQUENT: Any responsible offeror may submit a proposal abstract and/or a proposal in accordance with the requirements and procedures identified in this BAA. These requirements and procedures include the form and format for proposal abstracts and proposals. ATO is under no obligation to review and evaluate a proposal abstract or a proposal that does not conform to form and format requirements identified in this BAA. Offerors may include foreign firms to the degree that they are eligible to receive awards that result from this solicitation. Offerors may also include foreign personnel as part of their proposed resources to the degree that these personnel are eligible to perform research and development required by awards that may result from this solicitation. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals, and to join others in submitting proposals; however, no portion of this BAA will be set aside for HBCUs or MIs because of the impracticality of reserving discrete or severable areas of research and development in Advanced Technology. ATO will conduct an initial round of source selection, and then subsequent rounds of source selection as needs warrant, and as funds may be or become available. Offerors should especially note that the submission of proposal abstracts, while encouraged, is optional for award consideration during the initial round of source selection. ATO will endeavor to respond to first-round proposal abstracts within 30 days of receipt. ATO will respond to proposal abstracts, submitted in support of award consideration during subsequent rounds of source selection, within 30 days after their receipt. However, ATO is under no obligation to respond to a proposal abstract that is received after Friday, 16 June 2000. PROPOSAL (AND, AS APPLICABLE, PROPOSAL ABSTRACT) SUBMISSION GUIDANCE AND DIRECTION: A typical proposal should express a consolidated effort in support of one or more related technical concepts or ideas. Disjointed efforts should not be included in a single proposal; offerors, however, may submit multiple proposals. A "proposal" is the two-volume document that conforms to the form and format requirements specified in this BAA. Other supporting or background materials submitted with proposals may be considered at a reviewer's convenience, only; they will not considered part of a proposal for the purpose of a proposal's evaluation. Proposals should be submitted for initial studies to be completed within 12 months after award and whose value approximates $300K to $500K. Proposed efforts beyond the 12-month initial funding period should be costed on an annual basis to coincide with the Government fiscal year. Further, in order that ATO may have programmatic and procurement flexibility, all offerors must segment their cost proposals into an initial 12-month effort, followed by one or more options. Any total effort, including options, should not exceed four (4) years. Teaming and cost sharing are encouraged. Proposal abstracts should contain neither proprietary nor classified information or data. Proposals, however, may contain either proprietary, or classified information or data (up the level of Top Secret/SCI). Proprietary information and data should be clearly marked with applicable restrictive legends. Offerors that intend to include classified information or data in their proposals should contact Mr. Barry Hennessey at the address identified in this BAA (or alternatively, the point-of-contact for this BAA, Dr. Parney Albright) for guidance and direction in advance of proposal preparation. Offerors must have existing approved capabilities (personnel and facilities) to perform research and development at the classification level they propose. It is the policy of DARPA to treat all proposals as competitive information, and to disclose their contents only for the purpose of evaluation. Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflicts of Interest. All offerors and proposed subcontractors must, therefore, affirm whether they are providing scientific, engineering and technical assistance (SETA), or similar support, to any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports, and identify the prime contract numbers. Affirmations should be furnished at the time of proposal submission. All facts relevant to the existence or potential existence of organizational conflicts of interest, as that term is defined at FAR 9.501, must be disclosed. The disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. The Government intends to use employees of Adroit Systems, Inc. (ASI) of Alexandria, Virginia, to assist in administering the evaluation of the proposals. These personnel will have signed, and will be subject to, the terms and conditions of non-disclosure agreements. By submission of its proposal, an offeror agrees that its proposal information may be disclosed to employees of ASI for the limited purpose stated above. Technical evaluations and award determinations under this BAA, however, will be made only by Government evaluators. Submission Dates, Proposal Abstracts: For the initial round of source selection, and for offerors that elect, proposal abstracts should be received by ATO not later than 1600 local time, Friday, 11 February 2000, in order for ATO to review abstracts and provide meaningful feedback. For subsequent rounds of source selection, proposal abstracts should be received by ATO not later than 1600, Friday, 16 June 2000. Proposal abstracts must be submitted to the ATO mailing address identified in this BAA. Proposal abstracts must be submitted in hard copy, an original and five copies; facsimile or electronic submissions will be disregarded. Submission Dates, Proposals: For the initial round of source selection, proposals must be received by ATO not later than 1600 local time, Friday, 31 March 2000. For subsequent rounds of source selection, proposals must be received by ATO not later than 1600 local time, Friday, 4 August 2000. Offerors are reminded that proposals submitted for award consideration in subsequent rounds of source selection must be preceded by the submission of proposal abstracts. Proposals must be submitted to the ATO mailing address identified in this BAA. Proposal must be submitted in hard copy, an original and five copies; facsimile or electronic submissions will be disregarded. As soon as proposal evaluation is completed, an offeror will be notified that: 1) its proposal has been accepted and the effort will be funded, 2) its proposal has been accepted pending the availability of funds, or 3) its proposal has not been accepted. Unless otherwise advised by the offeror at the time of submission, non-accepted proposals will be destroyed; however, one copy of non-accepted proposals may be retained for file purposes. Not all proposals evaluated acceptable will be funded. Decisions to fund acceptable proposals will be based on funds available, scientific and technical merit, and potential contribution and relevance to DARPA mission. Proposals may be considered for funding during the twelve-month period in which this BAA is open. Proposals identified for funding may result in a procurement contract, grant, cooperative agreement, technology investment agreement, or other transaction for prototypes, depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. If warranted, portions of resulting awards may be segregated into pre-priced options. LINKURL: http://www.darpa.mil/baa/ LINKDESC: http://www.darpa.mil/baa/ EMAILADD: BAA00-27@darpa.mil EMAILDESC: BAA00-27@darpa.mil CITE: (W-031 SN420261) ------------------------------------------------------------------------ [Printed Issue Date: February 2, 2000] From the Commerce Business Daily Online via GPO Access [cbdnet.access.gpo.gov] PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SERVICES CLASSCOD: A--Research and Development OFFADD: Defense Advanced Research Projects Agency (DARPA), Contract Management Directorate (CMD), 3701 N. Fairfax Dr., Arlington, VA 22203-1714 SUBJECT: A--ADVANCED TECHNOLOGIES SOL BAA00-27 DUE 083100 POC Dr. Parney Albright, DARPA/ATO, Fax: (703) 696-9781 DESC: PROGRAM OBJECTIVES AND DESCRIPTION: DARPA's Advanced Technology Office (ATO) is soliciting proposals for advanced research and design of system and sub-system level technologies for integration into the operational environment. Its goal is the development of radical improvements over current procedures, while enabling new capabilities to address emerging and anticipated threats and operational challenges. Developed technologies and systems are intended to supplement, replace, support, or enhance existing systems. However, offerors should emphasize high-risk/high-payoff technologies with the potential for revolutionary impacts on national security. General areas of interest include, but are not limited to, maritime force projection, early entry/special operations, communications, and covert close-quarters activity. Specific technical topic areas of interest follow. This BAA constitutes the entire solicitation for this effort. No additional information is available, nor will a formal request-for-proposal, or other solicitation, regarding this research and development be issued. Requests for same will be disregarded. TECHNICAL TOPIC AREAS: Specific technical topic areas of interest include, but are not limited to: 1. Maritime Applications: Innovative sealift concepts; development of logistic-support systems to improve port-to-port support, mitigate logistic tails and dramatically reduce transportation timelines; innovative propulsion and hull concepts; mine sweeping/hunting techniques; submarine detection and tracking techniques; improved underwater/submarine connectivity; and littoral-space fire support; integrated weapon control techniques; automatic countermeasure identification and locating systems; improved sonar background noise suppression; reduction in submarine antenna detection; autonomous undersea vehicles and supporting technologies; 2. Early Entry/Special Forces/Light Forces: Expanded operational influence, extended standoff, survivability and self sustainability of the individual soldier; rapid ingress/egress, agile mobility, high speed mine detection and neutralization; alternatives to current landmines, smart bullets; high-endurance training equipment; non-lethal weapons, communications, and personal armor; expanded situational awareness for dismounted infantry; improved methods of threat-vehicle detection, tracking and engagement; rapid acquisition and engagement of dismounted infantry in an urban environment; development of small and or man-portable robotic devices capable of combat element maneuver speeds; satellite-based air-to-ground weapons and sensors; 3. Communications: Radio Frequency (RF) and optical techniques; Micro Electro-Mechanical Systems (MEMS) technology integration; advanced techniques for wireless communications to improve security, reliability, connectivity, and data throughput; Low Probability of Detection (LPD) and Anti-Jam (AJ) waveforms; RF "watermarking"; smart antennas; RF intrusion detection; dynamic key management, including role-based encryption; integrated encryption & biometrics; distributed secure network management; collaborative, adaptive security agent technology for intrusion detection and response; featureless low profile networking; distributed, collaborative boundary control; secure overlay networks/secure virtual enclaves; and technologies that provide for distributed, collaborative protection of infrastructure functions including routing, key management, directory services, and geolocation. Of particular interest are technology solutions that cut across protocol layers to provide capabilities such as coordinated jammer detection and evasion; communication co-site interference as well as multipath mitigation/exploitation; improved antenna technology for wideband, low profile operations inclusive of exploitation of Commercial-Off-The-Shelf (COTS) components and systems; low power signal detection in dense signal environments advanced systems that can enhance friendly unit communications while inflicting degraded communications to enemy forces; advanced geopositioning techniques (hardware and algorithmic) for both cooperative and uncooperative intercepts exploiting signal, geometric, and temporal characteristics; exploitation techniques for generation after next commercial communication systems and components for DoD applications; high capacity (100 Mbs), low cost, point-to-point communication systems; enhanced connectivity for beyond line of sight communications; 4. Close Quarters Sensing: Innovative techniques for intrusive detection and monitoring of facilities, activities and communications; insertion of sensors into denied areas and facilities; data exfiltration from denied areas and facilities; in situ detection of biological and chemical weapon RDT&E and production; innovative techniques for discriminating military from non-military personnel in the field; target detection and classification at close range, including physical contact; phenomenology associated with close range target detection and classification; advanced counter-denial and deception concepts; innovative tagging technologies and interrogation schemes, including wide-area, low-cost techniques; application of biomimetic and biological technologies for these purposes. PROGRAM SCOPE AND FUNDING: As much as $8,000,000 may be available in FY 2000 to fund research and development under this BAA. Multiple awards during FY 2000 are anticipated. SOURCE SELECTION, INITIAL AND SUBSEQUENT: Any responsible offeror may submit a proposal abstract and/or a proposal in accordance with the requirements and procedures identified in this BAA. These requirements and procedures include the form and format for proposal abstracts and proposals. ATO is under no obligation to review and evaluate a proposal abstract or a proposal that does not conform to form and format requirements identified in this BAA. Offerors may include foreign firms to the degree that they are eligible to receive awards that result from this solicitation. Offerors may also include foreign personnel as part of their proposed resources to the degree that these personnel are eligible to perform research and development required by awards that may result from this solicitation. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit proposals, and to join others in submitting proposals; however, no portion of this BAA will be set aside for HBCUs or MIs because of the impracticality of reserving discrete or severable areas of research and development in Advanced Technology. ATO will conduct an initial round of source selection, and then subsequent rounds of source selection as needs warrant, and as funds may be or become available. Offerors should especially note that the submission of proposal abstracts, while encouraged, is optional for award consideration during the initial round of source selection. ATO will endeavor to respond to first-round proposal abstracts within 30 days of receipt. ATO will respond to proposal abstracts, submitted in support of award consideration during subsequent rounds of source selection, within 30 days after their receipt. However, ATO is under no obligation to respond to a proposal abstract that is received after Friday, 16 June 2000. PROPOSAL (AND, AS APPLICABLE, PROPOSAL ABSTRACT) SUBMISSION GUIDANCE AND DIRECTION: A typical proposal should express a consolidated effort in support of one or more related technical concepts or ideas. Disjointed efforts should not be included in a single proposal; offerors, however, may submit multiple proposals. A "proposal" is the two-volume document that conforms to the form and format requirements specified in this BAA. Other supporting or background materials submitted with proposals may be considered at a reviewer's convenience, only; they will not considered part of a proposal for the purpose of a proposal's evaluation. Proposals should be submitted for initial studies to be completed within 12 months after award and whose value approximates $300K to $500K. Proposed efforts beyond the 12-month initial funding period should be costed on an annual basis to coincide with the Government fiscal year. Further, in order that ATO may have programmatic and procurement flexibility, all offerors must segment their cost proposals into an initial 12-month effort, followed by one or more options. Any total effort, including options, should not exceed four (4) years. Teaming and cost sharing are encouraged. Proposal abstracts should contain neither proprietary nor classified information or data. Proposals, however, may contain either proprietary, or classified information or data (up the level of Top Secret/SCI). Proprietary information and data should be clearly marked with applicable restrictive legends. Offerors that intend to include classified information or data in their proposals should contact Mr. Barry Hennessey at the address identified in this BAA (or alternatively, the point-of-contact for this BAA, Dr. Parney Albright) for guidance and direction in advance of proposal preparation. Offerors must have existing approved capabilities (personnel and facilities) to perform research and development at the classification level they propose. It is the policy of DARPA to treat all proposals as competitive information, and to disclose their contents only for the purpose of evaluation. Awards made under this BAA are subject to the provisions of the Federal Acquisition Regulation (FAR) Subpart 9.5, Organizational Conflicts of Interest. All offerors and proposed subcontractors must, therefore, affirm whether they are providing scientific, engineering and technical assistance (SETA), or similar support, to any DARPA technical office(s) through an active contract or subcontract. All affirmations must state which office(s) the offeror supports, and identify the prime contract numbers. Affirmations should be furnished at the time of proposal submission. All facts relevant to the existence or potential existence of organizational conflicts of interest, as that term is defined at FAR 9.501, must be disclosed. The disclosure shall include a description of the action the offeror has taken, or proposes to take, to avoid, neutralize or mitigate such conflict. The Government intends to use employees of Adroit Systems, Inc. (ASI) of Alexandria, Virginia, to assist in administering the evaluation of the proposals. These personnel will have signed, and will be subject to, the terms and conditions of non-disclosure agreements. By submission of its proposal, an offeror agrees that its proposal information may be disclosed to employees of ASI for the limited purpose stated above. Technical evaluations and award determinations under this BAA, however, will be made only by Government evaluators. Submission Dates, Proposal Abstracts: For the initial round of source selection, and for offerors that elect, proposal abstracts should be received by ATO not later than 1600 local time, Friday, 11 February 2000, in order for ATO to review abstracts and provide meaningful feedback. For subsequent rounds of source selection, proposal abstracts should be received by ATO not later than 1600, Friday, 16 June 2000. Proposal abstracts must be submitted to the ATO mailing address identified in this BAA. Proposal abstracts must be submitted in hard copy, an original and five copies; facsimile or electronic submissions will be disregarded. Submission Dates, Proposals: For the initial round of source selection, proposals must be received by ATO not later than 1600 local time, Friday, 31 March 2000. For subsequent rounds of source selection, proposals must be received by ATO not later than 1600 local time, Friday, 4 August 2000. Offerors are reminded that proposals submitted for award consideration in subsequent rounds of source selection must be preceded by the submission of proposal abstracts. Proposals must be submitted to the ATO mailing address identified in this BAA. Proposal must be submitted in hard copy, an original and five copies; facsimile or electronic submissions will be disregarded. As soon as proposal evaluation is completed, an offeror will be notified that: 1) its proposal has been accepted and the effort will be funded, 2) its proposal has been accepted pending the availability of funds, or 3) its proposal has not been accepted. Unless otherwise advised by the offeror at the time of submission, non-accepted proposals will be destroyed; however, one copy of non-accepted proposals may be retained for file purposes. Not all proposals evaluated acceptable will be funded. Decisions to fund acceptable proposals will be based on funds available, scientific and technical merit, and potential contribution and relevance to DARPA mission. Proposals may be considered for funding during the twelve-month period in which this BAA is open. Proposals identified for funding may result in a procurement contract, grant, cooperative agreement, technology investment agreement, or other transaction for prototypes, depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. If warranted, portions of resulting awards may be segregated into pre-priced options. PROPOSAL ABSTRACT FORMAT: Proposal abstracts must contain: Section I of Volume I described under Proposal Format (see below); four (4)-page summary of Section II, III, IV; one (1)-page summary of Volume II. The cover sheet should be clearly marked "PROPOSAL ABSTRACT" and the total length should not exceed six (6) pages. All pages shall be printed on 8-1/2 by 11 inch paper with type not smaller than 12 point. The page limitation for proposal abstracts includes all figures, tables, and charts. No formal transmittal letter is required. Offerors must submit an original and five (5) copies of the proposal abstracts. PROPOSAL FORMAT: All proposals must be in the following format; nonconforming proposals may be rejected without review. Proposals shall consist of two volumes. All pages shall be printed on 8-1/2 by 11 inch paper with type not smaller than 12 point. The page limitation for proposals includes all figures, tables, and charts. Volume I, Technical and Management Proposal, may include an attached bibliography of relevant technical papers or research notes (published and unpublished) which document the technical ideas and approach upon which the proposal is based. Copies of not more than three (3) relevant papers can be included with the submission. The bibliography and attached papers are not included in the page counts given below. The submission of other supporting materials along with the proposal is strongly discouraged and will not be considered for review. Except for the attached bibliography, Volume I shall not exceed forty-nine (49) pages. Maximum page lengths for each section are shown in braces { } below. Offerors must submit an original and five (5) copies of the proposals. Volume I, Technical and Management Proposal: Section I. Administrative. A. {1} Cover sheet to include: (1) BAA number; (2) Technical area; (3) Lead Organization Submitting proposal; (4) Type of business, selected among the following categories: "LARGE BUSINESS," "SMALL DISADVANTAGED BUSINESS," "OTHER SMALL BUSINESS," "HBCU," "MI," "OTHER EDUCATIONAL," or "OTHER NONPROFIT"; (5) Contractor's reference number (if any); (6) Other team members (if applicable) and type of business for each; (7) Proposal title; (8) Technical point of contact to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available); and (9) Administrative point of contact to include: salutation, last name, first name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available). B. {1} Official transmittal letter. Section II. Summary of Proposal. This section provides an overview of the proposed work as well as an introduction to the associated technical and management issues. Further elaboration will be provided in Section III. A. {2} Innovative claims for the proposed research. This section is the centerpiece of the proposal and should succinctly describe the uniqueness and benefits of the proposed approach relative to the current state-of-art and alternate approaches. B. {3} Deliverables associated with the proposed research and the plans and capability to accomplish technology transition and commercialization. Include in this section all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated. C. {1} Cost, schedule and milestones for the proposed research, including estimates of cost for each task in each year of the effort, total cost and company cost share. D. {3} Technical rationale, technical approach, and constructive plan for accomplishment of technical goals in support of innovative claims and deliverable production. E. {1} General discussion of other research in this area. F. {2} A clearly defined organization chart for the program team which includes, as applicable: (1) the programmatic relationship of team members; (2) the unique capabilities of team members; (3) the task responsibilities of team members; (4) the teaming strategy among the team members; (5) the key personnel along with the amount of effort to be expended by each person during each year. Section III. Detailed Proposal Information. This section provides the detailed discussion of the proposed work necessary to enable an in-depth review of the specific technical and managerial issues. Specific attention must be given to addressing both risk and payoff of the proposed work that make it desirable to DARPA. A. {3} Statement of Work (SOW) written in plain English, outlining the scope of the effort and citing specific tasks to be performed and specific contractor requirements. B. {6} Description of the results, products, transferable technology, and expected technology transfer path enhancing that of Section II.B. C. {7} Detailed technical rationale enhancing that of Section II. D. {5} Detailed technical approach enhancing and completing that of Section II. E. {3} Comparison with other ongoing research indicating advantages and disadvantages of the proposed effort. F. {3} Discussion of proposer's previous accomplishments and work in this or closely related research areas. G. {2} Description of the facilities that would be used for the proposed effort. H. {6} Detail support enhancing that of Section II, including formal teaming agreements that are required to execute this program. Section IV. Additional Information. A brief bibliography of relevant technical papers and research notes (published and unpublished) which document the technical ideas upon which the proposal is based. Copies of not more than three (3) relevant papers can be included in the submission. Volume II, Cost Proposal - {No page limit}. A. A cover sheet to include: (1) Name and address of offeror (include zip code); (2) Name, title, and telephone number of offeror's point of contact; (3) Award instrument requested: cost-plus-fixed-fee (CPFF), cost-contract--no fee, cost sharing contract--no fee, or other type of procurement contract (specify), grant, or agreement; (4) Place(s) and period(s) of performance; (5) Total proposed cost separated by basic award and option(s) (if any); (6) Name, address, and telephone number of the offeror's cognizant Defense Contract Management Command (DCMC) administration office (if known); and (7) Name, address, and telephone number of the offeror's cognizant Defense Contract Audit Agency (DCAA) audit office (if known). B. Detailed cost breakdown to include: (1 LINKURL: http://www.darpa.mil/baa/ LINKDESC: http://www.darpa.mil/baa/ EMAILADD: BAA00-27@darpa.mil EMAILDESC: BAA00-27@darpa.mil CITE: (W-031 SN420226) -----------------------------------------------------------------------