You are on page 1of 21

JIEDDO BAA 10-01

Introduction

The Joint Improvised Explosives Device Defeat Organization (JIEDDO) Broad Agency
Announcement (BAA), which is issued under the provisions of paragraph 6.102(d)(2) of the
Federal Acquisition Regulation (FAR), provides the vehicle for the competitive selection of
basic and applied research, and that part of development not related to the development of a
specific system or hardware procurement. Contracts based on responses to this BAA are
considered to be the result of full and open competition and in full compliance with the
provisions of Public Law (PL) 98-369, “The Competition in Contracting Act of 1984.” As the
issuing agency, JIEDDO will not issue paper copies of this announcement. Any proposal
documents or other materials submitted in response to this BAA will not be returned. It is the
policy of JIEDDO and its contracting agencies to treat all proposals as sensitive competitive
information and to disclose their contents only for the purposes of evaluation.

Awards for submissions under this BAA are planned in Fiscal Year 2010 or 2011. However,
funds may not be available for all BAA requirements; no contract awards will be made until
appropriated funds are available from which payment for contract purposes can be made.
JIEDDO reserves the right to select for award all, some or none of the proposals in response to
this BAA. JIEDDO will not provide funding for direct reimbursement of proposal development
costs.

This BAA will remain open for no less than 180 days from the publication date. Proposals may
be submitted at any time during that period. At the conclusion of that period, JIEDDO will either
extend the submission deadline or publish a new BAA.

Approach

JIEDDO will use a two-phased proposal selection process for this solicitation to minimize cost
and effort of prospective offerors. Phase 1 will solicit and evaluate proposal quad charts and
white papers. Section provides general proposal preparation considerations. Section provides
detailed guidance on Phase 1 proposal preparation. Section provides information on the Phase 1
evaluation process. Proposals found to have technical and operational merit during Phase 1 will
be selected for Phase 2. Submitters will be contacted with specific instructions for Phase 2,
which will consist of technical meetings as well as more detailed presentations and submissions
to the JIEDDO acquisition management process. Subsequent to funding approval, full technical
proposals may be requested.

HBCU/MI and Small Business Set Aside

The Government encourages nonprofit organizations, educational institutions, small businesses,


small disadvantaged businesses (SDB), historically black colleges and universities (HBCU),
minority institutions (MI), women-owned businesses, and historically underutilized business
(HUB) zone enterprises as well as large businesses and Government agencies to submit
proposals for consideration or to join others in submitting proposals. However, no portion of the
BAA will be set-aside for these special entities because of the impracticality of reserving discrete
or severable areas of research and development in any specific requirement area. The final
determination will be made based on the relevance of the proposal to JIEDDO requirements,

1 of 21
JIEDDO BAA 10-01

individual technical merits of the proposal, and budget constraints within the mission priorities.
To ensure full consideration in these programs, registration in the BAA Information Delivery
System (BIDS), described later in this document, requires the appropriate business type selection
as well as accurate up-to-date information.

Limitation of Funds

The Government may incrementally fund contracts awarded from this BAA as provided by FAR
52.232-22, “Limitation of Funds.” Contracts awarded to proposals submitted under this BAA
are anticipated to be 6 to 24 months in duration. To facilitate incremental funding, submissions
shall include the cost and schedule by a task-phased structure organized by fiscal year (October
through September) with clear exit criteria, and shall be inclusive of all work to complete the
effort including any options. It is anticipated that the entire effort will be negotiated with the
initial contract award.

Technical Evaluation Support

JIEDDO will use contractor support personnel in the review, evaluation, and administration of
all submissions to this BAA. All individuals that have access to any proprietary data shall certify
that they will not disclose any information pertaining to this solicitation including any
submission, the identity of any submitters, or any other information relative to this BAA. They
shall also certify that they have no financial interest in any submissions evaluated. Submissions
and information received in response to this BAA constitute permission to disclose that
information to certified evaluators under these conditions.

GENERAL INFORMATION

1. BAA Issuing Agency Name: JIEDDO

2. Contracting Agency Name: Any United States Government contracting organization may
serve as the contracting agency for this BAA.

3. Sponsoring Agency Name: JIEDDO

4. Program Name: Rapid Development of Counter-IED Capabilities

5. Research Opportunity Number: BAA JIEDDO-10-01

6. Response Date: Offerors responding to this BAA may begin submitting responses on 18
May 2010. Final submissions for all proposals to this BAA are due by 1600 hours Eastern
Standard Time on 12 November 2010.

7. Definitions:

a. An Improvised Explosive Device (IED) is defined as a device placed or fabricated in an


improvised manner incorporating destructive, lethal, noxious, pyrotechnic, or incendiary

2 of 21
JIEDDO BAA 10-01

chemicals and designed to destroy, incapacitate, harass, or distract. It may incorporate


military supplies, but is normally devised from non-military components.

b. Counter-IED (C-IED) is defined as the collective efforts at all levels to defeat the IED
system in order to reduce or eliminate the effects of all forms of IEDs used against
friendly forces and non-combatants according to the mission. It includes offensive and
defensive measures taken to predict, prevent, detect, neutralize, and mitigate the IED
threat, as well as train our forces to counter it. It also includes operations to predict and
prevent the IED network.

c. The DETECT functional capability is the extraction of information from objects and
activities associated with IEDs (fabrication, transportation, and employment) or
components of IEDs and in sufficient time to achieve a favorable outcome.

d. The NEUTRALIZE functional capability is to provide the means to disable, disrupt or pre-
detonate IEDs or their sub-components.

e. The MITIGATE functional capability is to lessen or minimize the severity of IED-related


events through enhancement of protection. New capabilities will enhance the protection
of military personnel vehicles by mitigating the blast effects of IEDs.

8. Description of Opportunity: The Department of Defense (DoD) solicits proposals for the
development of innovative capabilities to defeat IEDs employed against U.S. and coalition
forces anywhere in the world, but especially in Iraq and Afghanistan. JIEDDO is seeking
innovative counter-IED capabilities that can be rapidly developed, demonstrated, and
deployed within 12 to 24 months from award. However, JIEDDO is willing to entertain less
mature systems with a potentially high payoff. Proposals must address one of the following
eight solicitation areas:

a. Detect, neutralize or mitigate buried IEDs or pressure initiation devices (Section ).

b. Provide stand-off detection and confirmation of explosives or chemical compounds


associated with explosives (Section ).

c. Detect, neutralize or mitigate person-borne & vehicle-borne IEDs (Section ).

d. EOD tools to remotely image and disrupt IEDs (Section ).

e. Airborne wire detection system (Section ).

f. Attack the network capabilities(Section ).

g. Counter-IED Medical Science and Technologies(Section ).

h. Any additional technology, information, or recommendations that would enhance


existing counter-IED systems (Section ).

3 of 21
JIEDDO BAA 10-01

I. BURIED IED & PRESSURE INITIATION DEVICE REQUIREMENTS.

Detection of Buried IEDs

Buried IEDs are emplaced on or under the ground with the intent to detonate them beneath
vehicles and personnel. They are used on roadways, thoroughfares and choke points where
intended victims are likely to pass over. Emplacements vary widely, but burial depth often
corresponds with the net explosive weight of the device (i.e. larger devices will be emplaced
more deeply or in culverts). The explosive charge can be composed of: metallic ordnance,
low metal mines or bulk explosives in metal, plastic or fabric containers. Devices are
frequently emplaced in or near features that screen their signatures and channel traffic over
them such as washouts, culverts, curves and choke points.

The most common initiators for buried IEDs are pressure switches and command wires.
Command wires lead from a remote off-road firing point to the main charge in the road. The
wire itself is often concealed from road traffic. It may be partially or entirely buried.
Pressure switches close a contact when compressed under a wheel or foot. They are
emplaced under light overburden within ten feet of the main charge. Frequent association
and proximity of pressure switches to buried charges enable detection strategies that address
either IED component or the wire that connects them.

Common pressure switches are fabricated from lightweight conductive components that are
held apart by non-conductive flexible or collapsible spacers. Common components are nails,
foil, dual conductor wires and commercial pressure switches. Metal content is deliberately
minimized. Other components associated with pressure switches are batteries and sometimes
radio control arming devices. These components may be co-located with the switch or
concealed elsewhere and connected with wire leads.

Detecting buried IEDs is a significant technical challenge. JIEDDO’s investments will


encompass technologies intended to directly detect the device in situ and technologies
intended to detect signs of emplacement, by change detection or by identifying the
characteristic signatures of disturbed earth and other artifacts. Potential platforms include
manned and unmanned ground vehicles and aircraft. Partially or fully automated threat
identification will be required in most operational scenarios; white papers should provide a
clear discussion of the automated threat identification approach proposed. Proposals to
develop automated threat recognition software independent of a sensor will be considered.

Principal performance metrics for buried IED detection are probability of detection (P d), false
alarm rate (FAR), rate of advance, stand-off distance from the target, ease of use and
compatibility to available platforms (e.g. size, power, durability, etc.). Ground detection
requires that the sensor payload be operated by coalition forces, either on foot or in military
vehicles (e.g. Husky, MRAP). The minimum safe detection range, performance and search
rate vary with the operation. There are several significant types of detection operations
addressed in this BAA:

• Explosive ordnance disposal (EOD) operations are performed when a possible


IED location has been identified. The EOD team may interrogate a location to confirm

4 of 21
JIEDDO BAA 10-01

the presence of an IED using a robot or manned-vehicle interrogation arm, but they also
require remote diagnostic tools such as high resolution imagers that enable precision
disruption of the device.

• Route Clearance operations are intended to find and remove threats on frequently
travelled routes. While advancing along the route, the clearance team directs its attention
to discovering threats; near likely threat locations, it may proceed at a slow pace, as
required by current sensors. Detection systems intended for route clearance require that
threats be automatically nominated with high Pd in time for the operator to stop, and that
the false alarm rate (FAR) be low enough to permit reasonable forward progress as
determined by the mission and operators. Route clearance rates are lower than desired,
so additional consideration will be given to sensors and systems that operate at a stand-
off distance that permits higher search speeds, as well as those that minimize operator the
task-load

• Tactical and convoy operations require higher speeds and demand more of the
operator’s attention, so detection systems need to automatically find and identify threats
independent of the operator at a distance that accommodates the vehicle speed. Tactical
and convoy scenarios may require a forward-looking, or closely linked, airborne system.
A lower Pd may be tolerated.

• Detection of buried IEDs from the air benefits all ground forces regardless of
mission, but success of an airborne system depends on: meeting the size, weight and
power requirements of the proposed platform; availability of the platform; search rate;
rapid communication of IED nominations to ground forces; and viability of the required
search CONOPS.

All viable solutions will exploit signatures that are robust, distinct and persistent. The
technical challenges include: penetration through air, pavement, and soil; identification of
target signatures in clutter; identification of a wide variety of target materials, depths and
shapes; automated threat detection; variations in sensor perspective and environment;
compatibility with other systems; and mitigation of collateral effects on friendly forces,
civilians, and electronic infrastructure.

II. STAND-OFF DETECTION & CONFIRMATION OF EXPLOSIVES

Stand-off explosives detection is different and more challenging than stand-off explosives
confirmation. Explosives detection is defined as the ability to find explosives associated with
a threat when there is no prior evidence of the presence of a target material or other cueing
indicator. Explosives confirmation is the ability to determine the composition of a material at
a suspicious location. Stand-off means that the explosives detection and confirmation should
be performed at a distance far enough away from the suspect device that the operator or
valued assets are protected should the device detonate. The stand-off distance will vary
depending on the specific scenario, but the main objective is to develop the capability to
rapidly and accurately interrogate from a safe distance. In terms of the JIEDDO mission, the
most challenging aspects of this problem are the requirements to have a high probability of

5 of 21
JIEDDO BAA 10-01

detection and a low probability of false alarms at relatively large stand-off distances in an
environment that is contaminated with explosives and potential pre-cursors.

1. Stand-off detection of explosives is challenging. A key consideration to meeting this


capability gap is that stand-off explosives detection is required for a wide variety of
situations, including but not limited to: personnel and vehicle borne IEDs in complex
environments such as marketplaces; buried or hidden IEDs; and assembly and production
facilities. Ideal solutions should encompass looking for all potential explosives, both in
the detection and confirmation mode. However, the following categories are of particular
interest: bulk home-made explosives and enclosed or hidden military grade explosives. In
general, detection capability should provide wide area scanning capability and a
preliminary indication of where the confirmation sensor should interrogate.

2. Stand-off confirmation of explosives is not a standalone capability. Cueing from another


system or an observable is usually required. In this context, cueing involves indicators
that an IED threat may be present and the need to perform stand-off explosives
confirmation. Cueing may be from the explosive itself, or other indicators (e.g. disturbed
earth, etc.). Ideally, confirmation should rapidly interrogate a selected area of interest and
provide an unambiguous indication that explosives are (or are not) present.

Comprehensive solutions to address the stand-off explosives confirmation gap should


include consideration of the following components:

• Sampling protocol: when, where, and how often to interrogate in order to confirm the
presence of an explosive threat.

• Discrimination: the ability to link the presence of a chemical species to the presence
of an explosive threat.

• Selectivity and sensitivity: the ability to detect the presence of an explosive threat in
an environment already contaminated with explosives.

3. Operational Utility of proposed stand-off capabilities is a key consideration in order to


meet the objectives of the JIEDDO mission. In order to more fully determine the
potential effectiveness of a proposed standoff explosives detection or confirmation
capability, consideration should be given to the specific scenario under which the
proposed technology could be employed. Examples of relevant operational scenarios are:

• Interrogation of suspect vehicles, at a checkpoint, parked along a roadway, or


travelling freely. Detection and confirmation can focus either on explosives (military
grade or homemade), or chemical materials required to construct an IED.

• Route clearance interrogation from ground or aerial assets. Consideration should be


given to the speed of the platform and the area to be interrogated in a set timeframe.

• Mounted and dismounted interrogation of suspect facilities where homemade


explosive production may be taking place or where IEDs are being assembled.

6 of 21
JIEDDO BAA 10-01

Detection and confirmation can focus on the explosive, the chemical materials
required for manufacturing explosives, or the assembly of an IED.

• Mounted and dismounted interrogation of a suspect individual, either at a checkpoint


or in an unstructured crowd. For this scenario detection and confirmation should be
limited to the explosive.

Scenarios are not limited to those listed above; however, proposed scenarios must be
clearly associated with the JIEDDO mission space.

4. Additional capabilities. As stand-off explosives detection and confirmation capabilities


advance, there will be a continuing need to increase the speed, accuracy, and automation
of the detection process. Solutions could include:

• Improved algorithms:

 Aided or automated detection

 Cooperative use of multiple sensors and data cueing

• Hardware improvements:

 Increased range

 Increased resolution and selectivity

 Reduced size, up to and including handheld sensors for


dismounted operations

• Novel approaches using new technologies. Examples include, but are not limited to:

 Capacitance trans-impedance array (CTIA) detector based


technologies

 Nanotechnology-based sensors with promise for more sensitive


IR and laser systems

 Effective sensors that are small, inexpensive and usable for


wide area surveillance by dispersal over an area of interest may be useful, but
sensing of this type has the potential for unintended consequences such as
environmental contamination, health effects, or other unforeseen outcomes that
must be addressed.

5. Technology Adaptation for Explosives Detection

Standoff detection and confirmation of explosives is often based on the molecular or


atomic structure of the explosive, but detection can also be based on physical properties,
such as density. Numerous sensors and technologies have been developed for other

7 of 21
JIEDDO BAA 10-01

applications that may be adapted for explosives detection. JIEDDO is interested in


exploring the modification of these technologies to meet the C-IED mission space. The
following examples are for illustrative purposes only and do not imply specific interest
by JIEDDO. All technological fields are of interest.

• Modification of mature sensor technologies developed for other applications.


For example, medical diagnostic techniques, such as enzymatic sensors, may be
modified to respond to explosives, providing significant improvements over
traditional colorimetric kits.

• Implementation of small, low-cost disposable sensors. Many disciplines utilize


small, low-cost disposable sensors for applications ranging from blood glucose
measurements to bacterial identification. Low cost, accurate sensors for explosives
detection are desirable.

• Adaptation of data processing algorithms and hardware. For example, software


developed for Computed Tomography (CAT Scans) or low-dose X-Rays may provide
enhanced capability for IED imaging and exploitation. Hardware architectures for
ultra-low-power sensing, computation, and communication may find applications in
advanced explosives sensor suites.

When adapting technologies from other fields, care must be taken to ensure that the
adaptation will result in a C-IED capability. Proposers should do a thorough literature
search on the properties of explosives prior to submission. Sensor developers should be
aware that the chemistry, vapor pressure, stability, and behavior of explosives are likely
to be significantly different than other molecules. Detectors that depend on the detection
of particulates are unlikely be effective.

III.STAND-OFF DETECTION OF PERSON-BORNE & VEHICLE-BORNE IEDs

The challenge in person-borne IED (PBIED) detection and verification is that it requires fast,
multimodal, surreptitious interrogation of each individual in a moving, unstructured crowd
(e.g. in a market square) from a standoff distance. Vendors should assume the operational
environment is permissive, and the crowds are uncooperative. “Stand-off” means the
operator is able to perform PBIED detection and verification at a distance that substantially
mitigates personal and operational risk should the PBIED detonate. The stand-off distance
will vary depending on the scenario.

The challenge in vehicle-borne IED (VBIED) detection and verification is fast, multimodal,
surreptitious interrogation of a moving vehicle in traffic, from a stand-off distance. Vendors
should assume the operational environment is permissive, and the traffic is uncooperative.
“Stand-off” means the operator is able to perform VBIED detection and verification at a
distance that substantially mitigates personal and operational risk should the VBIED
detonate. The stand-off distance will vary depending on the scenario.

JIEDDO seeks components and 'system-of-systems' technologies that will measurably


improve DoD capability to detect PBIEDs or VBIEDs. Proposals can include, for example,

8 of 21
JIEDDO BAA 10-01

multiple sensing modalities, specific and general fusion algorithms, and user-friendly
displays.

Due to interference, clutter, occlusion, system capabilities and limitations, potentially large
numbers of individuals, traffic speed, active enemy countermeasures, etc., no single system
can provide the desired sensor coverage and detection confidence to address every
operational situation in either the counter-PBIED or the counter-VBIED fight. Accordingly,
JIEDDO is structuring its counter-PBIED and counter-VBIED investments to build a plug-
and-play capability, enabling JIEDDO and Service managers to integrate components and
systems as necessary to achieve desired probabilities of detection (Pd) and false alarm (Pfa).
Thus, all developed software components will be non-proprietary and compliant with a
JIEDDO-specified architecture (e.g., the JIEDDO Fusion Exploitation Framework [FEF]),
and will be built to established standards (e.g., NEMA). Similarly, all hardware components
will be built to established standards (e.g., IEEE).

Modeling & simulation (M&S) will be shared with JIEDDO and used in parallel with the
development of the technology in order to reduce the risk and better understand the
performance and compatibility limitations of the proposed capability. Simulations should
also be considered for training users to operate the system.

Counter-PBIED and counter-VBIED proposals should address one or more of the following
focus areas:

1. Single- and multi-sensor aided or automated threat detection. Single- and


multi-sensor systems (hardware and software) are desired. To support detection of
PBIEDs in an operational environment, threat assessment algorithms must be able to
exploit very short sensor dwell times, i.e., no longer than one second, and provide real
time threat assessment. Simultaneous screening of multiple targets is desired. Proposed
solutions should measurably enhance state-of-art capabilities (i.e., increased Pd and
decreased Pfa). Confidence values should be included for weighting sensor inputs to
fusion algorithms.

a. Proposals for detection algorithm development should describe methods for


exploiting sensor data to extract threat features in an automated fashion to reduce
operator decision cycle, for example, automatically isolating anomalous regions in 2D
or 3D multispectral imagery.

b. JIEDDO is seeking intelligent decision fusion engines for combining multiple sensor
threat assessments and confidence values to improve overall Pd and minimize Pfa.
Additionally, JIEDDO is also seeking other types of fusion engines that operate
directly on fused data (e.g., images), rather than solely on detection probabilities.

c. Proposed solutions should address data transformation; data captured by sensors at


different ranges and look angles needs to be transformed to correct for perspective
and parallax.

9 of 21
JIEDDO BAA 10-01

2.Threat detection and verification sensor technologies. Screening and interrogation


of all individuals in a moving, unstructured crowd, requires sensors with a wide field of
regard to quickly detect and identify persons of interest, as well as sensors with small
fields of regard and fast slew rates (on the order of milliseconds), or with the ability to
screen multiple targets simultaneously, to quickly interrogate specific individuals. Some
examples follow; there are other modalities, and vendors are encouraged to be innovative
in their proposals.

a. Active or passive, imaging or non-imaging, millimeter wave (MMW) and terahertz


(THz) sensors. Preference will be given to those proposed sensor technologies which
operate in the 10-1200 GHz (0.01 to 1.2 THz) frequency range where clothing
transmission is significant. Modalities may include imaging, polarimetry and
spectroscopy.

b. Metal detection sensors. As the range of these sensors does not directly address the
requirement for standoff, proposed sensor deployment and employment concepts
should be militarily feasible in a permissive, non cooperative crowd scenario. The
metal detection sensor should be able to filter out confounding objects such as
stationary or moving cars, bicycles, etc and detect both ferrous and non-ferrous
metals.

c. Stand-alone air-sampling sensors; same as for metal detection sensors.

d. Active or passive, imaging or non-imaging, infrared (IR) sensors. Multi-bandwidth


approaches are desired along with bandwidth optimization approaches. Includes
technologies for standoff spectroscopic identification of explosives on (trace) and
through (bulk) clothing.

e. Electronics sensors for non-linear junction (diode) detection.

f. Person recognition technologies. Capabilities to quickly identify known or suspected


insurgents as well as persons of interest in a moving, unstructured crowd are desired.

3.VBIED threat detection and verification sensor technologies. In order to screen and
interrogate all vehicles moving past a fixed point in traffic, sensors are needed to quickly
identify contaminated vehicles, i.e., vehicle triage, and to then quickly interrogate
specific volumes in vehicles of interest with both detection and confirmation
technologies. Some examples follow. Energy transfer to living tissue is a key concern;
health effects of the proposed detection or verification technology must be fully
addressed. Given the ranges at which some of these technologies are effective,
collocation with the operator may not be an option. In these cases, proposals must
discuss feasible camouflage and concealment concepts for cities and villages in theater.
There are other modalities and vendors are encouraged to be innovative in their
proposals.

a. Penetrating and backscatter X-ray imagers.

10 of 21
JIEDDO BAA 10-01

b. Standoff spectroscopic approaches for identifying trace explosive contamination on


vehicle surfaces.

c. Neutron scattering approaches

d. Vehicle cargo anomaly screens

e. Person recognition technologies. Capabilities to quickly identify known or suspected


insurgents as well as persons of interest in moving vehicles are desired.

3.Tracking technologies.

a. Algorithms to track all individuals in the area of coverage. Capabilities to hand off
individual tracks from one sensor to another are required, particularly when
overlapping fields of coverage are not available.

b. PBIED-specific video analytics capabilities. Capabilities to detect and track specific


objects, e.g. person-carried and leave-behind bags, backpacks, unusual clothing, etc.,
in highly cluttered backgrounds are needed.

c. VBIED-specific video analytics capabilities. Capabilities to detect and track specific


vehicle attributes, e.g. color, shape, damage, rust, decals, etc., in highly cluttered
backgrounds are needed.

4.Proposals should include:

a. Description of key detection signatures or observables, as well as data and statistical


treatment to support why the signatures are unique and reliable. Proposals that
include modeling, observations and analysis, or preliminary test data supporting the
existence of a strong observable will be given preference.

b. Information or empirical data on system vulnerabilities will greatly assist JIEDDO in


assessing how and where the proposed solution best supports warfighter needs.

c. Description of sources of false alarm, and how false alarm sources will be mitigated.

d. Description of expected Pd and Pfa, and their dependence on operational conditions,


(e.g., range, environmental conditions, crowd density, variations in body type, etc.)
are required. For existing technologies, proposers are encouraged to provide test data
in support of the expected performance of the proposed detection system.

e. A clear statement of the current and end-state technical maturity of the primary
detection methods.

f. Interoperability in a radio-frequency jamming environment

g. Collateral effects (e.g. human exposure limits), and any other issue relevant to the
integration of the proposed system into a military operating environment.

11 of 21
JIEDDO BAA 10-01

5.Supporting capabilities.

a. Non-lethal interdiction technologies to isolate, neutralize, and secure PBIEDs or


VBIEDs at stand-off range are desired. In situations where the false alarm rate is not
sufficiently low, commanders require alternatives to kinetic engagement. Methods to
very quickly physically and electromagnetically isolate the suspect are required.
Methods to very quickly prevent the suspect from taking any further action are also
required.

b. Integration with local command and control architectures. Technologies and


CONOPS to integrate counter-PBIED and counter-VBIED capabilities with existing
Service-specific force protection and common operational picture capabilities are
required.

c. Leverage operator skills. Mechanisms and software that improve the linkage
between counter-IED technologies and the experience of trained observers are
desired. For example, technologies that track operator eye movement and provide
immediate feedback with supporting multimodal threat assessment may improve
operator decision time. Said technologies should be capable of rapidly switching
between semi-autonomous and slaved modes, and quickly switching between
observers.

d. Biological signature assessment capability. Highly accurate and precise


biosignature assays that assess the level of recent (days to weeks) explosives exposure
are desired. JIEDDO requires a quick assay that enables operators to distinguish
between civilians who are contaminated as a result of living in a contaminated
environment and suspects who have significant contamination caused by repeated
close contact with explosives. Proposals should lay out a short-term roadmap toward
an inexpensive, highly effective field test. Phenomenological studies (e.g., PK/PD,
transcriptomic, proteomic, etc.) that are required to support technology development
should be proposed as Phase I work. Previous experience in executing science and
engineering for disposable assays should be highlighted.

e. GIS-based planning tools. Technologies that integrate overhead and ground-


based imagery with counter-PBIED and counter-VBIED capabilities and limitations
information into a decision support tool are required. Intent is to assist operators in
placing sensors to maximize their operational utility, while mitigating operational risk
caused by gaps in sensor coverage.

IV. EOD TOOLS TO REMOTELY IMAGE, CHARACTERIZE AND DISRUPT IEDs

The objective is to develop systems which enable EOD technicians to remotely image found
IEDs (i.e. in known locations), characterize/categorize components, and then precisely aim
and fire a disruptor, disabling the IED. The systems must not require manual approaches by
EOD operators to the live IED, and must place the operators at a safe distance. A system
which can be quickly mounted and removed from an existing EOD robot platform, such as
the Talon or Packbot, is preferred, but other solutions may be proposed.

12 of 21
JIEDDO BAA 10-01

Comprehensive solutions for imaging and disrupting IEDs should have these capabilities:

• Locate and categorize the bulk explosive material prior to disruption.

• Image the IED with adequate quality to clearly identify and locate IED components
(e.g. wires, battery terminals and printed circuit board components) at which to fire
the disruptor; this may require the use of component image libraries presented to the
operator. The IED could be buried at depths of just a few inches up to many feet.

• Execute the imaging, aiming and IED disruption within 10 minutes.

• The disruptor must not damage the system itself or the robot on which it is mounted.

• The robot-mounted system should weigh less than approximately 70 lbs.

• The system characteristics indicate it will be safe, both to the operators and nearby
personnel.

V. AIRBORNE WIRE DETECTION SYSTEM

JIEDDO is interested in concepts for a small (i.e. ≤ 10 pounds) wire detection system that
can be deployed on small unmanned air vehicles. The threshold requirement for the system
is to detect all wires ≥ 100 meters (objective requirement is all wires ≥ 2 meters), from an
altitude ≥ 500 feet above ground level. Concepts may include ground-based systems that
work in conjunction with an airborne system.

VI. ATTACK THE NETWORK CAPABILITIES

Innovative programs designed to attack insurgent networks as well as predict and prevent
IED emplacements are desired. Attack the Network operation includes actions and activities
designed to reduce IED effects and interrupt the enemy's chain of IED activities by
identifying and exploiting vulnerabilities and enabling offensive operations. This effort is
accomplished through intelligence, surveillance, reconnaissance, information operations,
counter-bomber targeting, technical and forensic exploitation of devices, and persistent
surveillance directed towards defeating the enemy's capabilities.

VII. COUNTER-IED MEDICAL SCIENCE AND TECHNOLOGIES

In order to ensure and enhance medical research and studies, the JIEDDO Surgeon's office
provides Science and Technology and research for medical initiatives that enhance lifesaving
measures, prevention, early detection and informatics for US and Multinational Service
members; as a result of IED blasts.

13 of 21
JIEDDO BAA 10-01

• Proposals shall address capability gaps in which significant medical research is


required to conduct or mitigate the unknown effects of blast and blast trauma for
improved War Fighter performance.

• Proposals shall address specific medical research, studies, prototypes, software


enhancement, equipment and or training materials that will assist in attacking the
network, defeating the device, training the force or data fusion.

VIII. OTHER COUNTER-IED PROPOSALS

Offerors possessing any additional technology, information, or recommendations that would


enhance the detection, identification, or defeat of IEDs or their supporting manufacturing,
transportation, emplacement or personnel networks are also encouraged to submit proposals
to this BAA.

Training is an important enabler that should be considered for all proposal submitted. In
addition, JIEDDO is also seeking innovative, stand-alone, training solutions to enable the
defeat of IEDs or the networks that manufacture, emplace and operate these devices, or train
others to do so. Training proposals should specifically focus on the collective and special
skills required for C-IED capabilities.

Proposals submitted under this section must clearly identify what aspects of the IED problem
as a weapon system of strategic influence they are addressing, and how the proposed solution
mitigates the effectiveness of the IED weapon system.

Ensure your proposal otherwise follows the preparation instructions listed in Sections and of
this document.

IX. PROPOSAL PREPARATION CONSIDERATIONS

There are two key considerations for a successful proposal: it must be operationally relevant
and technically feasible.

The best technology in the world will be rejected if the warfighter says “so what;” therefore
proposals must demonstrate that they satisfy a valid C-IED requirement. While Section
allows for proposals that solve problems not considered when the BAA was published,
proposers must still discuss how they address a valid need for that solution.

In addition, careful thought must be given to the concept of operations (CONOPS) for the
system once it is deployed. Factors to consider are: interoperability and compatibility with
other systems; vehicle integration (size, weight and power); human factors; logistics burden;
and safety (both of the operators and civilian bystanders).

Proposals that are operationally relevant to the warfighter and satisfy a valid C-IED
requirement must also be technically feasible. JIEDDO is looking for innovative solutions to

14 of 21
JIEDDO BAA 10-01

our problems, and is willing to accept higher risk for the opportunity of higher payoffs in a
short time. However, proposals should balance these risks with a solid scientific foundation.

The application of modeling and simulation (M&S) is necessary for the mitigation of risk and
the evaluation of performance, compatibility, and interoperability of the proposed system.
Models will only be acquired, or developed as applicable, in parallel with system
development; results will be considered in the continuous evaluation process. Simulations,
where applicable, will be acquired or developed in order to facilitate training.

All proposals are initially evaluated by a panel of scientists and engineers with expertise
relevant to the proposed technology. Proposals that are little more than marketing brochures
or concept papers are not favorably considered. In fact, a common reason for rejecting
proposals is that they fail to provide sufficient technical detail for the evaluation panel to
understand the theory, and have confidence that the proposer can successfully develop it.

JIEDDO will occasionally fund multiple development efforts for the same C-IED capability
to reduce the risk of any one failure. However, proposals that duplicate already fielded
capabilities, or more mature development efforts, should provide sufficient technical detail to
demonstrate how they will significantly enhance those current operational capabilities.

Finally, data sometimes speaks louder than words. Performance claims substantiated by test,
experimental or modeling & simulation data provide a higher level of confidence. At a
minimum, proposals should provide theoretical calculations or scientific basis for their
performance claims.

Information Resources

To better understand the current threat and operational environments, as well as our
requirements, you should consider attending one of the JIEDDO Technical Outreach
Conferences. Please contact Ms. Leslie Darby at 703-601-5750 for more information.

Another source of useful information is the JIEDDO Reading Room. It is intended to


provide customers, stakeholders, and industry partners with easy access to information on
JIEDDO’s capability gaps, emerging critical initiatives, new developments, studies,
documents, and items of interests for the effort in defeating IEDs. You can learn how to
access the reading room at the following website: https://www.jieddo.dod.mil/rr.aspx.

X. PROPOSAL PREPARATION GUIDELINES

This section provides information and instructions for the preparation and submission of all
proposals under this BAA. All submissions must meet these requirements including format,
content, and structure, and must include all specified information to avoid disqualification,
submission rejection, or delays in evaluation.

1. Submission Process: All proposals must be submitted electronically to the BAA


Information Delivery System (BIDS) website at: https://bids.acqcenter.com/JIEDDO .
This secure website is used to collect all unclassified proposals, and to collect

15 of 21
JIEDDO BAA 10-01

placeholder records for classified submissions. DO NOT UPLOAD CLASSIFIED


DOCUMENTS TO THE BIDS WEBSITE; see paragraph 10 below for instructions
on classified submissions. BIDS also provides submission progress tracking, evaluation
comment collection, and results notification back to the submitter.

2. The BIDS web site will not allow proposals to be uploaded or modified, or classified
placeholders to be entered, after the closing date and time. Any proposal submitted by
any other means, or that is late will not be considered by the government.

3. Submitter Registration: Submitters must register on the BIDS website to respond to this
BAA. Existing BIDS accounts are acceptable for a new BAA; offerors should make sure
that the company contact information is current. A unique username is created by the
offeror and is used for BIDS login and submission tracking. Registration acceptance for
submitters is automatic, but takes several seconds to be recognized by BIDS. A success
email will be sent to indicate that the username and account were accepted. BIDS is
email dependent and uses the registration email as the single point of contact for all
notifications associated with the BAA. It is very important to keep BIDS registration
contact information updated, especially contact e-mail address, since all BIDS
notifications will be sent via e-mail to that address.

4. User Accounts and Password Resets: Registration account information such as the point
of contact (POC), e-mail, and password can be updated after login. The “Forgot My
Password” link on the BIDS homepage allows registered users with a valid e-mail
address to automatically reset a password. The system will verify the account name and
e-mail to send a new password to that e-mail.

5. Registration and Account Help: BIDS help requests can be emailed to the BIDS
administrator at the “Help Request” link located on the BIDS homepage.

6. BIDS Security and Access Control: All data uploaded to BIDS is secure from public
viewing. All submissions will be considered proprietary and source selection sensitive,
and protected accordingly. The documents can only be reviewed by the registrant and
authorized Government and contractor representatives with no conflict of interest. (See
paragraph 10 below for instructions on classified submissions).

7. Proposal Format: It is mandatory that offers provide both a quad chart and white paper
that meet the format requirements provided below. Acceptable file formats are Microsoft
Word, Microsoft PowerPoint and Adobe Acrobat.

16 of 21
JIEDDO BAA 10-01

a. Quad Chart Content: A quad chart conveys the essence of the proposed solution on
a single page. When preparing a submission, the offeror shall ensure that the specific
criteria of the requirement are addressed, the solution is clear, and can be
accomplished with the proposed technology, cost, and schedule. The quad chart
includes header information and four quadrants. The quad chart format and sample
are provided at the BIDS website under “Reference Materials”.

ι ) Header information shall include the BAA announcement number and the
proposal title. The date and company name should be included along with the
appropriate document markings.

ιι) The top left quadrant is a graphical depiction, photograph, or artist’s


concept of the proposed solution or prototype. Include labels or brief descriptive
text as needed for clarification. Ideally, this will convey the system concept, use,
capability, and any relevant size or weight.

ιι ι) The top right quadrant contains a summary of operational and


performance capabilities.

ιϖ) The bottom left quadrant contains a summary of the technical approach.
Specifically, describe the technology involved, how it will be used to solve the
problem, actions done to date, and any related on-going efforts. Briefly describe
the tasks to be performed for each phase if applicable. Bullet lists are acceptable.

ϖ) The bottom right quadrant contains the rough order of magnitude (ROM) cost,
schedule, products and deliverables, and corporate contact information. The ROM
and schedule shall be proposed in phases, and include the cost, period of
performance (POP), and exit criteria for each phase. A total cost and POP that
combines all phases shall also be included. Products and deliverables shall
include, by phase, a list of all prototype hardware and software. Corporate contact
information shall include the submitter’s company name, point of contact, phone
number, and e-mail address. Include any significant teaming partner (contact
information) relevant to the evaluation. Note that the contact information in the
BIDS registration is used for all notices and contact purposes.

b. White Paper Content: Offerors shall prepare and upload a white paper detailing
their proposed technical approach, schedule in phases, and ROM costs. Proposals are
evaluated by a technical panel of subject matter experts (i.e. scientists and engineers
with advanced degrees in the subject area), as well as experienced operational
personnel. The technical approach and concept of operations should be written with
sufficient detail for the panel to make an informed decision. If available, a summary
of modeling and simulation or test data should be provided to confirm performance
claims. The white paper shall be no more than 12 pages plus a cover page; each page
shall be 8 ½ by 11 inches with one inch margins. The text shall be double-spaced with
fonts no smaller than 10 point. Each page of the submission shall contain the BAA
announcement number and the proposal title in the header. If the white paper contains

17 of 21
JIEDDO BAA 10-01

more than 12 pages including tables, charts, and figures only the first 12 pages will be
evaluated.

8. Status and Inquiries: Inquiries by phone concerning the submission status will not be
accepted. Submitters can check the status of their submissions at the BIDS website
under “My Submissions.” All submission will complete the Phase 1 evaluation process;
the steps of that process correspond to the following BIDS website status levels:

a. Level 1: Initial Technical Reviews.

b. Level 2: Technical Evaluation Panel.

c. Level 3: Internal coordination and staffing of panel recommendation.

d. Level 4: Management review of panel recommendation.

e.Level 5: Vice Director approval of panel recommendation and release of


notification to offeror.

9. Notification to Offeror: The Government will notify the offeror by email when their
submission has completed Phase 1 evaluation.

10. Classified Proposal Submission Instructions: DO NOT UPLOAD CLASSIFIED


DOCUMENTS TO THE BIDS WEBSITE. For any proposal related to current or
previously funded Government work, the offeror should submit the proposal to the
sponsor for classification review prior to submission to BIDS. If any submission
contains classified information, the offeror shall upload an unclassified placeholder
document in BIDS, and identify in the comments section of the submission record that
the submittal cannot be uploaded due to classification. Classified proposals shall then be
mailed or delivered to the following address:

Polk Building
2521 South Clarke Street
Suite 1900
ATTN: Security/CAC/TTD
Arlington, VA 22202

The BIDS document identifier must be clearly identified on the mailed submittal.
Classified proposals (up to SECRET) must be appropriately and clearly marked
(including all paragraphs and pages containing the subject data), packaged, and
shipped in accordance with classified material handling procedures and security
regulations pertaining to the level of classification.

11. Intellectual Property, Technical Data and Software: All anticipated intellectual
property, technical data or software rights shall be disclosed.

18 of 21
JIEDDO BAA 10-01

12. Patents and Patent Applications: Identify any existing, applied for, or pending patents
that will be used in the conduct of this effort. Provide patent number or application
number and title. If no patents or patent applications are relevant; so state.

13. Identify any technical data and/or computer software that will be delivered with less
than unlimited rights as prescribed in DFARS 252.227-7017 and DFARS 252.227-7028.
If unlimited rights in technical data are proposed, state this.

14. Central Contract Registration (CCR): Prospective contractors must be registered in


the DoD CCR database prior to award of an agreement. By submitting an offer to this
BAA, the offeror acknowledges the requirement that they must be registered in the CCR
database prior to award, during performance, and through final payment of any
agreement resulting from this BAA. The CCR may be accessed at http://www.ccr.gov/.
Assistance with registration is available by phone at 1-888-227-2423.

XI. PHASE 1 EVALUATION PROCESS

1. Proposals are evaluated as they are received, not at the conclusion of the BAA submission
deadline. Upon receipt, proposals receive an administrative review for compliance with
BAA Section , above, followed by an initial technical review. Proposals are then
evaluated by the technical evaluation panel, which normally meets on a monthly basis.
Proposals are not evaluated against each other. After any necessary staff coordination, a
recommendation to either accept or reject the proposal for Phase 2 is staffed to the
JIEDDO Vice Director for approval.

2. Technical review panels will use the following selection criteria, in descending order of
importance, when conducting proposal evaluations:

a. Addresses one of the JIEDDO C-IED requirements published in this BAA.

b. Overall scientific and technical merits; to include potential for successful


performance of intended functions in an actual operational environment. Proposals
exhibiting technical or scientific innovation to solve a requirement are desired and,
in such instances, a higher than average risk of initial failure may be allowable.

c. The proposed solution provides a significant enhancement in operational


capability compared to existing fielded systems.

d. Offeror’s capabilities, experience, facilities, techniques or unique combinations of


these which are integral factors for achieving the proposal objectives.

e. Proposed schedule to deliver a prototype that can be tested at a Government


facility.

f. Proposed cost.

19 of 21
JIEDDO BAA 10-01

3. Each proposal will be evaluated on its own merit and relevance to the requirements listed in
Sections – , rather than against other proposals.

4. Proposal submissions may be rejected for the following reasons:

a. The submission does not comply with the guidelines listed in Section .

b. The proposed solution does not address a C-IED requirement;

c. The proposed solution includes development or acquisition of an aerial vehicle


platform which is not within JIEDDO’s fielding authority.

d. The proposed solution does not provide a significant enhancement in operational


capability compared to existing fielded systems.

5. Proposals submitted electronically to the BAA Information Delivery System (BIDS)


website which are determined to contain classified information will be rejected and the
potential breach of information security reported to the appropriate authority.

6. Proposal submissions that are determined to be offers of commercial items, as defined


by FAR, 2.01 may be rejected from BIDS. The FAR prescribes policies and procedures
unique to the acquisition of commercial items.

7. The socio-economic merits of each proposal seeking a procurement contract will be


evaluated in the context of the requirements described in this announcement. The
evaluation process will consider the extent of commitment in providing meaningful
subcontracting opportunities for small businesses, HUB Zone small businesses, small
disadvantaged businesses, woman-owned small business concerns, veteran-owned small
businesses, historically black colleges and universities, and minority institutions. The
North American Industry Classification System (NAICS) code for this solicitation,
334511 (which corresponds with the standard industrial classification code of 8731),
specifies a small business size standard of 750 employees or less. A Small Business
Subcontracting Plan prepared in accordance with FAR 52. 219-9 must accompany
contract proposals that exceed $500,000 submitted by all but small businesses. Entities
that must submit a Small Business Subcontracting Plan for contract proposals that
exceed $500,000 include universities/colleges, nonprofits, and large businesses.
Historically black colleges and universities (HBCU) and minority institutions (MI) are
encouraged to submit proposals and/or join others in submitting proposals. However, no
portion of this BAA will be set-aside for HBCU and MI participation due to the
impracticality of reserving discrete or functionally separable areas of this technology for
exclusive competition among these entities.

XII. OTHER BAA INFORMATION.

This notice constitutes a BAA as contemplated by FAR 6.102(d) (2). Unless otherwise stated
herein, no additional written information is available, nor will a formal RFP or other
solicitation regarding this announcement be issued. Requests for the same will be

20 of 21
JIEDDO BAA 10-01

disregarded. The Government reserves the right to select all, some, or none of the proposals
received in response to this announcement. Interested parties are invited to respond to this
synopsis. No hard copy version of this announcement will be made available. The
Government intends to issue awards based on the optimum combination of proposals that
offers the best overall value to the Government. One or more technology areas may receive
no funding. Also, the Government reserves the right to select for award some portions of the
proposals received in response to this BAA. In that event, the Government may select for
negotiation all, or portions, of a given proposal. The Government may incrementally fund
any award issued under this BAA. The Government will not pay for proposal preparation
costs. The cost of preparing proposals in response to this BAA is not allowable as a direct
charge to any contract resulting from this BAA or to any other Government contract.
Offerors are advised that only Contracting Officers are legally authorized to contractually
bind or otherwise commit the Government.

21 of 21

You might also like