Download as pdf or txt
Download as pdf or txt
You are on page 1of 66

DEPARTMENT OF INTERIOR

In partnership with

The Intelligence Advanced Research Projects Activity (IARPA)

BROAD AGENCY ANNOUNCEMENT FOR


Gaseous Radioisotope Analysis In Situ Laboratory (GRAIL)

DOI-BAA-GRAIL-FY22-03
Issued By:
The Department of the Interior (DOI), Interior Business Center (IBC), Acquisition Services
Directorate (AQD)
Email: IARPA_DOI_Grail@IBC.doi.gov

Release Date:
7 July 2022
GRAIL Program
Table of Contents

SECTION DESCRIPTION PAGE


Section 1 FUNDING OPPORTUNITIES DESCRIPTION 3-22
1.A Program Overview 3-7
2 Program Structure 7-13
3 Program Scope and Limitations 13
4 Program Metrics 13-17
5 Program Testing & Evaluation 17-18
6 Government Furnished Equipment 18
Program Milestones, Deliverable, and Waypoint
7 18-19
Timelines
8 Team Expertise 19
9 Meeting and Travel Requirements 19-21
10 Period and Place of Performance 21
11 Research Conferences and Publications 21-22
Section 2 AWARD INFORMATION 23
Section 3 ELIGIBILITY INFORMATION 23-26
Section 4 PROPOSAL INFORMATION 26-43
Section 5 PROPOSAL REVIEW INFORMATION 43-46
Section 6 AWARD ADMINISTRATION INFORMATION 46-55
Appendices Appendix A.1 – B.2 55-64
General Broad Agency Announcement Information

This notice constitutes a Broad Agency Announcement (BAA) and sets forth a research area of
modeling human movement. The BAA (Solicitation) process will follow the Federal Acquisition
Regulation (FAR) Part 35, Research and Development (R&D) Contracting, as supplemented
with additional information included in this notice. Awards based on responses to this BAA will
be the result of full and open competition.

Sponsoring Federal Agency: Office of the Director of National Intelligence


(ODNI)/Intelligence Advanced Research Projects Activity (IARPA)

Federal Contracting Office Responsible for this BAA: Department of the Interior (DOI),
Interior Business Center (IBC), Acquisition Services Directorate (AQD)

Announcement type: Initial

Funding opportunity number: DOI-BAA-GRAIL-FY22-03

Funding opportunity title: Gaseous Radioisotope Analysis In Situ Laboratory (GRAIL)


Program

GRAIL Program Summary: The goal of the GRAIL program aims to replace fixed-site
laboratory sample isolation and measurement infrastructure with a self-contained, fieldable
system. This goal necessitates aggressively pursuing a leap in both sampling and measurement
technology that, when integrated, will yield a fieldable system capable of new sample generation
and measurement every twenty-four (24) hours. The GRAIL Program consists of the following
three (3) Technical Areas (TA):

TA-1 Sampling: Research and develop component technologies to collect, isolate, and
concentrate tritium samples from air sampling. Develop methods for obtaining a single sample at
least every twenty-four (24) hours repeatedly over many months to enable field measurements
within the same system without human intervention.

TA-2 Measurement: Research and develop measurement component technologies capable of


measuring TA-1 samples with material compatibility with likely sample phase, chemical
properties, size, weight, and power (SWaP) limitations.

TA-3: Integration: Assess the engineering required for fieldability, maintenance, and long-term
performance of the research products developed in TA-1 and TA-2. The development of an
integrated technology device will need to ensure minimal degradation of integrated performance
or between the components of TA-1 and TA-2. Engineering integration will take into account
selection of mechanical components with intent to maximize performance between maintenance
cycles.

Proposers must propose to all TAs (TA-1 through TA-3)

DOI-BAA-GRAIL-FY22-03 Page 1 of 64
No research proposals involving human or animal subjects is anticipated under this BAA.

Anticipated Contract (POP):

Contract POP BAA Technical Area *POP **Anticipated Contract/Phase POP Dates
Base Period, Phase I TA-1 TA-2 TA-3 24 Months 27 February 2023 – 26 February 2025
Option Period, Phase II TA-1 TA-2 TA-3 24 Months 27 February 2025 – 26 February 2027
Total Contract POP 48 Months
*Proposers are expected to execute all of TA-1, all of TA-2 and TA-3 within the POP of each Contract and Phase
Period of performance.
**These dates are only estimates and may change when the contract is awarded.

Catalog of Federal Domestic Assistance Numbers (CFDA): Not applicable

Electronic Mail: Any questions pertaining to this BAA must be emailed to the following email
address: IARPA_DOI_Grail@IBC.doi.gov and Brian_Kehoe@ibc.doi.gov.

All emails must include the name of the Proposer’s organization and the full name, valid e-mail
address and phone number of the Proposer’s point of contact. Do not send questions with
proprietary content. A consolidated Question and Answer response will be posted on SAM.gov
for Contract Opportunities website (https://SAM.gov/) and linked from the IARPA website
(https://www.iarpa.gov/index.php/research-programs/grail). No answer will go directly to the
submitter.

BAA Estimated Timeline:


• BAA Posting date: July 7, 2022
• Proposer Questions Due No-Later-Than: July 26, 2022, 5:00 PM EDT
• BAA Closing date and Proposal Due Date: August 29, 2022, 5:00 PM EDT

Number of Anticipated Awards: Multiple awards are anticipated

Award Types: Procurement Contracts

Anticipated Contract Type: Cost Reimbursement

IAPRA Technical Point of Contact:

Dr. Donald Hornback, Program Manager (PM)


ATTN: DOI-BAA-GRAIL-FY22-03
Office of the Director of National Intelligence
Intelligence Advanced Research Projects Activity
Washington, DC 20511

Program website: https://www.iarpa.gov/research-programs/grail

DOI-BAA-GRAIL-FY22-03 Page 2 of 64
DOI IBC AQD Contracting Office Points of Contact:

Mr. Brian Kehoe


Contracting Officer
DOI-IBC-AQD,
Email: IARPA_DOI_GRAIL@IBC.doi.gov and Brian_Kehoe@ibc.doi.gov

Mr. Frank Kennedy


Contract Specialist
DOI-IBC-AQD,
Email: IARPA_DOI_GRAIL@IBC.doi.gov

SECTION 1: FUNDING OPPORTUNITY DESCRIPTION

IARPA often selects its research efforts through the Broad Agency Announcement (BAA)
process. The use of a BAA allows a wide range of innovative ideas and concepts. The BAA will
appear on the SAM.gov website at https://sam.gov and a link will be placed on the IARPA
website at https://iarpa.gov.

This BAA is issued in accordance with the Federal Acquisition Regulation (FAR) section
6.102(d)(2), which provides 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. Proposals submitted in response to this BAA that are selected for award are to be
in full compliance with Provisions of Public Law 98-369, “The Competition in Contracting Act”
of 1984 and subsequent amendments. The following information is provided for those wishing to
respond to this Program BAA. IARPA seeks innovative solutions for the GRAIL Program. Each
resulting contract(s) awarded under this BAA are anticipated to have a Period of Performance
(PoP) of approximately 48 months, estimated to begin in the first quarter of Calendar Year (CY)
2023.

1A. Program Overview


Program Concept
Effective atmospheric monitoring of tritium is of high value for the Intelligence Community (IC)
because of its role as a signature of nuclear activity. An in-situ tritium measurement system
capable of laboratory-level sensitivity has long been desired but has remained technologically
out of reach due to the difficulties in sample collection, isolation, and technical requirements for
measurement sensitivity. The GRAIL program seeks to replace fixed-site laboratory sample
isolation and measurement infrastructure with a self-contained, fieldable system. This goal
necessitates aggressively pursuing a leap in both sampling and measurement technology that,
when integrated, will yield a fieldable system capable of new sample generation and
measurement every 24 hours.

DOI-BAA-GRAIL-FY22-03 Page 3 of 64
The concept of the GRAIL program is a represented in Figure 1. The program will research new
ways of: (1) sampling atmospheric tritium in the field, (2) measuring tritium concentration in
those field samples, and (3) integrating these new technologies into a self-contained,
autonomous, fieldable collection-measurement system.

Figure 1. A GRAIL concept illustrating tritium sampling and measurement system component
and integration research and development into a fieldable system providing daily results that
match sensitivity achievable only at fixed-site measurement laboratories.
1.A.1 The Problem of low-level environmental tritium monitoring:
Quantitative field measurements of tritium at very low environmental levels are currently not
feasible. Tritium concentrations are most often discussed in terms of units of radioactivity. The
SI derived unit of radioactivity is the becquerel (Bq), which has units of reciprocal seconds (s-1)
representing the activity of material where one nucleus decays per second.1 While it is a
straightforward calculation to convert radioactivity for a specified sample mass to mass units,2
the language in this BAA will primarily rely upon Bq for discussion of tritium concentration.
Environmental activity levels for tritium are commonly <1 Bq/kg. Typical environmental
concentrations of hydrogenated samples are known to be extremely low, <1 Bq/L in water vapor
and ~1-2 Bq/kg in biological samples. Atmospheric tritium concentrations of the different
chemical forms, HTO (water vapor), HT (molecular gas), and CH3T (methanes and
hydrocarbons) and have been reported in literature, with values typically <15 mBq/m3 [1].

1
In the United States, the non-SI unit curie (Ci) is often used. 1 Bq ~ 2.703e-11 Ci ~ 27 picocuries.

2
The following page offers helpful details on conversions: https://www.perkinelmer.com/lab-products-and-services/application-support-
knowledgebase/radiometric/radiochemical-calculations.html

DOI-BAA-GRAIL-FY22-03 Page 4 of 64
1.A.2 Existing Tritium Detection Methods and Limitations
High-sensitivity tritium measurements are typically performed in a two-step process:
(1) collection of a pure sample, and (2) a quantification measurement. There is a strong coupling
between the sample collection/preparation step and the technique used to quantify tritium
concentration.

Quantification measurements most often rely upon tritium’s radioactive decay. The extremely
low tritium levels in the environment are typically measured by detecting tritium decay events
via low energy electron counting in proportional counters or liquid scintillation cocktail. Other
isotopic methods such as mass spectrometry can be used to quantify the presence of tritium.

1.A.2.1 Existing High-Sensitivity Tritium Sampling Methods and GRAIL Program Needs
While tritium can be monitored in real-time by flowing air through measurement chambers that
employ either ionization or proportional counters to measure tritium’s beta decay electron, this
method is negatively affected by several technical factors, including ambient background
contamination of other radioactive gases and sensitivity to pressure changes [2]. Thus, the most
sensitive tritium sample collection and concentration approaches typically rely upon the creation
of an aqueous sample by oxidizing molecules containing hydrogen isotopes in one or more
chemical form of tritium. Atmospheric tritium is typically collected passing whole air through a
system to capture HTO, HT, and/or CH3T, depending on the method used.

An early method for in situ tritium sampling (but not measurement) is reported by Ostlund [3]
and based on two principles: (1) absorption of water vapor with 100% efficiency using a
molecular sieve, and (2) catalytic combustion of hydrogen gas on palladium metal. In this
approach, air is first passed through the sieve trap to remove all water species at rates of ~1
L/min or higher. The dried air is then passed through a second step that is referred to as a
combustion trap. In the combustion trap, hydrogen species are oxidized by atmospheric oxygen
into water (H2, HTO, HDO‡) and are absorbed in situ on a sieve carrying palladium metal. This
approach yields sieve traps that require subsequent laboratory processes to extract samples for
measurement. Aqueous sample volumes extracted from this approach are typically ~10-15 mL
[1]. When conducted at ambient temperatures, hydrocarbons are not combusted and trapped by
this method. Methods for oxidizing hydrocarbons on palladium require elevated temperatures.

More sophisticated approaches have been explored to increase tritium concentration in water
samples. A prominent approach uses a multi-step electrolysis cell apparatus which permits
sample volume reduction and increases sensitivity for certain measurement techniques [4]. In
this approach, H2 is preferentially discharged from a cathode relative to deuterium or tritium,
which allows the tritium to be concentrated in the remaining water sample. This approach
requires applied charge but also a cooling bath and other laboratory assemblies. Typically, these
enriched tritium samples are measured using liquid scintillation methods [5].

‡ HDO is water containing deuterium.


The GRAIL program goals include tritium sample collection d concentration techniques that do
not require either, (1) a separate step for sample extraction requiring a sample processing
laboratory setup, or (2) a separate laboratory-based measurement apparatus. An ideal GRAIL

DOI-BAA-GRAIL-FY22-03 Page 5 of 64
system will have the capability to prepare and measure individual, daily samples to distinguish
all three tritium chemical forms that meet or exceed the program’s sensitivity goal for tritium
concentration measurements. Furthermore, ideal GRAIL systems will have limited requirements
for consumables and/or sample waste processing or disposal so that the system can function
without resource replenishment or maintenance for many months.

1.A.2.2 Existing High-Sensitivity Measurement Methods and GRAIL Program Needs

The measurement of tritium samples can be grouped into two general categories: (1) direct
radiation measurement of its decay that can be conducted using several radiation detection
technologies, and (2) isotopic measurement techniques.

Presently, tritium is measured at very low concentrations and with high sensitivity using
radiometric methods due to tritium’s high specific activity of 3.57e14 Bq/g (9650 Ci/g).
However, as a pure beta emitter with a low endpoint energy of 18.6 keV and a mean beta energy
of ~5.7 keV, the low energy measurement presents a significant technical challenge, especially
when pursued outside a laboratory setting.

Depending on the final tritium sample form (HT or HTO) the methods that have demonstrated
the most sensitivity are liquid scintillation (LSC) [6] or gas proportional counters [7] [8]. For the
low energy beta in tritium decay, LSC has the advantage of the sample being fully immersed so
the beta can directly interact with the scintillator to produce the light required to measure the
decay.

The use of gas proportional counters is given detailed treatment by Bowman [9]. The
proportional counters are made from commercially available tube fittings with a counter volume
of about 1 L. The counters are typically housed in a passive steel shielding vault and operated at
~3000 V with rack-mounted pulse shape analyzer electronics. In addition to passive shielding,
plastic scintillators are used for active cosmic ray vetoes. Count times are ~1000 minutes. This
method has demonstrated an impressive overall sensitivity for tritium in water samples of 0.02
pCi/g.

Other methods employing beta counting can be found in the literature, such as silicon avalanche
photodiodes [10], plastic scintillators [11]. Additionally, silicon charge couple devices (CCDs)
potentially offer unique advantages in the pursuit of low energy beta measurements (see
discussion on the Government-Furnished Equipment (GFE) detector module described in Section
6). As the tritium beta decay measurement offers a number of technical challenges, a leap in
existing technology is needed to meet the GRAIL program goal of measuring tritium at
environmental levels in the field.

When considering non-radiometric approaches, two mass spectrometry (MS) methods are
commonly reported for measuring tritium. The first uses the accumulation of tritium decay
products in a closed vessel, namely 3He, that is measured using MS [12]. The second MS
method is accelerator mass spectrometry (AMS) using specially prepared tritium sources [13]
[14]. At present these existing high-sensitivity approaches require large fixed-site laboratory
equipment, significant shielding, and extensive sample preparation equipment.

DOI-BAA-GRAIL-FY22-03 Page 6 of 64
Demonstrated tritium measurement sensitivity levels for a few different methods are shown in
Table 1.

Table 1. Summary of tritium measurement capabilities

Technical Limitations relevant to


Measurement Method Demonstrated Sensitivity GRAIL program goals
Proportional counters 0.02 pCi/g (water) [9] Sample preparation and transfer,
required shielding, fragility of
measurement equipment
Liquid scintillator 12.5 mBq, 2.5e-8 ng [14]
0.95 Bq/kg in 10 ml sample Sample preparation and transfer,
50 mBq (1e-16 g) [4] required measurement time
Accelerator Mass Spec 0.5 mBq per ml [14] Long analysis time, sample preparation,
(AMS) using 3He availability of an AMS system with
appropriate SWaP
AMS (3H/1H) 1 mBq [14] Small sample size, but complicated
sample preparation, availability of AMS
system

2. Program Structure

The GRAIL program is anticipated to have a duration of four years, structured into two, two-year
phases. Both phases are being solicited under this BAA. Both Phase 1 and Phase 2 are comprised
of three Technical Areas (TAs) described below. Given the inherent interdependencies between
the three TAs, proposals must fully describe the offeror’s combined technical approach
addressing each of the three listed TAs. Anticipated developments by program phase are
discussed in Section 2.2. Associated metrics for each TA and associated program phase are
provided in Section 4.

2.1 Technical Areas

The GRAIL program is focused on research to develop technologies that will permit in field
measurements, to include a proof-of-concept integration; however, the program is not pursuing
the development and delivery of final, ruggedized, field prototypes. All three identified chemical
forms of tritium are of interest to GRAIL, and an ideal system will provide sampling capability
for separate HT, HTO, and CH3T measurements. The minimum capability for the program is
a system providing measurement results from HT samples.

As highlighted in the GRAIL concept figure (Figure 1), the GRAIL program is organized into
three technical areas: TA-1 Sampling, TA-2 Measurement, and TA-3 Integration. High-level
scope for the three TAs is outlined in the following subsections:

DOI-BAA-GRAIL-FY22-03 Page 7 of 64
2.1.1 TA-1 Sampling

The goal of TA-1 is to research and develop component technologies to collect, isolate, and
concentrate tritium samples from air sampling § that meet program metrics identified in Section
4. These GRAIL program metrics require development of methods for obtaining a single sample
at least every 24-hours repeatably over many months to enable field measurements within the
same system without human intervention.
(§ Nominal air flow rates will depend on the proposed technology, but expected rates range from 1-10 L/min).

Because there are a variety of approaches to produce tritium samples for different measurement
methods that could potentially satisfy program goals, it is not necessary or desirable to constrain
certain aspects of TA-1 for GRAIL. Additionally, given the interdependency between TA-1
sampling and TA-2 measurement, it is anticipated that TA-1 sampling approaches are strongly
coupled to the TA-2 measurement method. Therefore, successful technical approaches will
clearly indicate sample properties and related, potential methods of TA-2 measurement in the
context of relevant program metrics. Proposals should outline technical details and concerns for
compatibility of sample transfer into and out of potential measurement technologies. The list
below outlines a set of critical TA-1 technical topics that must be addressed in proposals.

• Expected whole air flow rate requirements (liter/minute) and implementation.


• Description of water isolation methods.
• Description of tritium concentration methods and expected concentration of samples.
• Explanation of expected sample volume.
• Explanation of expected chemical forms of tritium in final sample(s).
• Expected total power requirements for equipment.
• Expected physical size of system and challenges/limitations imposed by the program metrics.
• Sensitivity/fluctuations to external environmental conditions, temperature/pressure, etc.
• Compatibility of the technology to autonomous operation.
• Waste byproducts requiring disposal or regeneration.
• Engineering gaps in the proposed sample transfer process.

TA-1 sampling deliverables include sampling component technologies that are capable of
producing tritium samples in a standalone mode or as part of a TA-1/TA-2/TA-3 integrated
system. TA-1 sampling technologies will be evaluated by the Government Testing and
Evaluation (T&E) Team using the GRAIL sample test-bench outlined in Section 5 and according
to the schedule outlined in Figure 3.

2.1.2 TA-2 Measurement

The goal of TA-2 is to research and develop measurement component technologies capable of
measuring TA-1 samples to meet identified GRAIL program metrics. These metrics include
likely tritium measurement sensitivity for a specified measurement time, material compatibility
with likely sample phase, chemical properties, size, weight, and power limitation.

The GRAIL program is agnostic to a specific measurement technique, and any technology that
can demonstrate potential to achieve GRAIL program goals will be considered. This includes the

DOI-BAA-GRAIL-FY22-03 Page 8 of 64
use of either gaseous or aqueous samples derived from whole air processing. Successful TA-2
approaches will clearly outline expected TA-1 sample form, placement, and removal from the
TA-2 measurement component, to include potential/likely issues that will require research to
mitigate potential development challenges.

The list below outlines a set of critical TA-2 technical topics that must be addressed in proposals:

• Requirements for tritium sample. For radiation measurements details considering challenges
facing low energy beta measurements should be thoroughly described. For isotopic methods,
such as mass spectrometry, challenges related to sample preparation, usage, and efficiency must
be described.
• Method for introduction and removal of sample.
• Method of measurement, including measurement duration, expected sensitivity.
• Likelihood of contamination from sample in repeated measurement.
• Description of detection technology basis, expected tritium sensitivity lower bound.
• Expected detector technology background sources and levels and methods for mitigation.
• Capability for multiple measurements performed serially.
• Operating conditions of the detection sensor, requirements for cooling/heating, maintenance.
• Sensitivity/fluctuations to external environmental conditions, temperature/pressure, etc.
• Expected power requirements.
• Expected physical size of system and challenges/limitations imposed by the program metrics.
• Required calibration methods and expected intrinsic stability.
• Detection technology data readout/extraction and processing requirements, to include required
computational needs and data format and volume.
• Compatibility of the technology to autonomous operation.

TA-2 component system deliverables included measurement technologies will be evaluated by


the T&E Team using the GRAIL sample test-bench outlined in Section 5.

2.1.3 TA-3 Integration

The goal of TA-3 is to assess the engineering required for field-ability, maintenance, and long-
term performance of the research products developed in TA-1 and TA-2. The development of an
integrated technological device will need to ensure minimal degradation of integrated
performance or between the components of TA-1 and TA-2. Engineering integration will take
into account selection of mechanical components with intent to maximize performance between
maintenance cycles. Packaging of the integrated system should adopt a philosophy that seeks:

• robustness for system ship-ability,


• ease of set-up in the field by minimally trained personnel,
• ease of performance after system set-up, and
• ease of long-term maintenance in the field.

Successful proposals will address all expected technical challenges involving the integration of
TA-1 and TA-2 into a single TA-3 GRAIL system. A particular technical challenge that must be
specifically and fully addressed in the proposal include sample transfer from TA-1 to TA-2 in an

DOI-BAA-GRAIL-FY22-03 Page 9 of 64
integrated system. Additionally, the system must be able to provide accurate, repeatable daily
measurements with limited waste products and in such a way that the release of the analyzed
sample does not impact future sample measurement results (e.g., contamination).

While TA-1 and TA-2 systems may generate component-level data, it is anticipated that TA-3 is
responsible for final data output and reporting, to include the integration of any ancillary data
into a final result analysis.

The list below outlines a non-exhaustive set of critical TA-3 technical topics that must be addressed
in proposals.

• Total system size, weight, and power required.


• Details regarding final data output.
• Technical development required to target one measurement meeting program metrics for time
and sensitivity.
• Duration of autonomous operation.
• Result report periodicity.
• Sound/noise generation (e.g., pumps, chillers).
• Environmental conditions for integrated operations, temperature, humidity, etc.

The final TA-3 system deliverable is an integrated test system capable of demonstrating
measurements according to the program phase progression in paragraph 2.2 (reference the next page).
TA-3 integrated systems will be evaluated by the T&E Team using the GRAIL sample test-
bench outlined in Section 5.
Figure 2. Concept figure for GRAIL Technical Area relationships. The concept figure from Figure 1 in this BAA is
represented in a diagram (below) that is a notional schematic representation and not intended to be strictly
prescriptive for proposed concepts.

Figure 2 provides a GRAIL concept figure of the relationship between the three technical areas.
It is expected that program success will require all three technical areas to work in concert from
the beginning of the program. However, specifications for TA-1 and TA-2 that are compatible

DOI-BAA-GRAIL-FY22-03 Page 10 of 64
within an integrated TA-3 concept will permit parallel, coordinated work in each TA to meet
program milestone and completion deadlines. Milestones for each TA and expected T&E events
are described in the section on program phases.

Challenges associated with system integration of sampling and measurement technologies will
depend upon the technologies pursued. Regardless, there are common concerns that can be
identified that involve incorporation into an integrated GRAIL system. If a proposed system
requires transfer of the sample component to the measurement component, this transfer must be
done in a repeatable manner over all measurements. In this case, metrics must be developed to
quantify the efficiency of the sample transfer and removal process. It is worth noting that
compatibility between sample methods and measurement components, and the particular
chemistry of tritium, could present challenges involving material compatibility and robustness to
avoid buildup of contamination.

2.2 Program Phases

As previously stated, the GRAIL program is anticipated to be four years duration structured into
two, two-year phases. Both phases are being solicited under this BAA.

As presented, both Phase 1 and Phase 2 are comprised of three Technical Areas (TAs). Offers
must address both phases and all three TAs in their proposals; however, teams can be
composed of contributors in the separate TAs.

The two-phase program structure is designed to capture the natural progression technology R&D
from initial component development in the TA-1 and TA-2 areas, to the incorporation of these
technologies in an integrated system for TA-3. The following sections provide a high-level
description of program phase activities to aid in proposal development and are summarized in
Table 2.

Table 2. GRAIL program phase activities and major milestones for the technical areas and
T&E.

Activity TA-1 TA-2 TA-3 T&E


Sampling Measurement Integration Activity
Phase 1 Sampling component system Measurement component Component Monthly status
activity design and research system design and research integration risk study meetings
description
Phase 1 12-month R&D sampling 12-month R&D measurement Attendance of the 12- TA-1 & 2 metric
midpoint metrics review metrics review month TA-1 and TA- evaluation and TA-3
milestone 2 review. design review
End-of-Phase Deliverable: sampling Deliverable: measurement Deliverable: TA-1 & 2 metric
1 go/no-go component to T&E component to T&E integration risk study evaluation
milestone
Phase 2 Continued development of Continued development of Integration Monthly status
activity sampling component for measurement component for development and meetings
description integration into TA-3 system integration into TA-3 system engineering using
Phase 1 component
system prototypes.

DOI-BAA-GRAIL-FY22-03 Page 11 of 64
Activity TA-1 TA-2 TA-3 T&E
Sampling Measurement Integration Activity
Phase 2 Delivery of Final TA-1 Delivery of final TA-2 Deliverable: TA-1 & 2 metric
midpoint prototype component for prototype component for Integrated system evaluations
milestone integration into TA-3 integration into TA-3 development review
End-of-Phase Deliverable: Final Deliverable: Final component Full integration and Execution of final
2 milestone component T&E as part of T&E as part of full GRAIL testing, field system test exercise
full GRAIL System System measurement

Figure 3. GRAIL summary schedule for a 48-month, two phase program with three technical areas with
major milestones and testing and evaluation activities as described in Table 2.

2.2.1 Phase 1 Description

The goal of the 24-month GRAIL Phase 1 is to develop TA-1 sampling and TA-2 measurement
components. At the end of Phase 1, TA-1 and TA-2 performers shall deliver component system
prototypes designed to meet specified GRAIL milestones and metrics (Tables 3 and 4).
Subsequently in Phase 2, TA-3 will deliver an integrated GRAIL system design based on the
team’s TA-1 and TA-2 methods.

A Phase 1 midpoint 12-month review of TA-1 and TA-2 performers will evaluate status and
satisfactory progress of the component systems performance against Phase 1 goals. At the end of
Phase 1, the Offerors will provide both TA-1 and TA-2 component systems capable of
performance that can be evaluated against Phase 1 program metrics by the GRAIL T&E Team.
At the same time, TA-3 performers will submit a technical plan for a fully integrated system
incorporating the offeror’s TA-1 and TA-2 component systems. TA-3 Phase 1 work will not
include integration engineering but an assessment of the proposed integration approach and
anticipated technical issues for integration in Phase 2. The GRAIL T&E will evaluate the
technical plan for the likely outcome of integration success. Combined T&E results for all
technical areas in Phase 1 will be considered in a go/no-go decision for progression to Phase 2.

2.2.2 Phase 2 Description

DOI-BAA-GRAIL-FY22-03 Page 12 of 64
The goal of the 24-month GRAIL Phase 2 is to transition from component system design for TA-
1 and TA-2 to the full system integration effort of TA-3. Development of TA-1 and TA-2
component systems should be finalized by the 12-month midpoint review of Phase 2. Phase 2
will culminate with a full system integration for a series of T&E exercises. Final TA-3 system
function will be evaluated against program goals listed in Section 4.

3. Program Scope and Limitations

Proposals shall explicitly address all elements listed below.

• Underlying theory: proposed strategies to meet program-specified metrics must have firm
theoretical bases that are described with enough detail that reviewers will be able to assess the
viability of the proposed approaches. Proposals shall properly describe and reference previous
work upon which their approach is founded.
• Research & Development approach: proposals shall describe the technical approach to
meeting program metrics.
• Technical risks: proposals shall identify technical risks and proposed mitigation strategies for
each.
• Analysis Software development: if used, proposals shall describe the approach to software
architecture and integration required to extract sample measurement results for reporting.

The following areas of research are out of scope for the GRAIL program:
• Research that does not have strong theoretical and experimental foundations that support
reaching the measurement sensitivity goals of the GRAIL program.
• Approaches that are likely to result in only incremental improvements over the state of the art.
• Approaches with significantly limited operation parameters relative to the GRAIL program
metrics that will limit achieving program goals.
• Development of component technologies that does not advance the offeror’s proposed
approach.
• Approaches that are not fully integrable by the end of Phase 2.

4. Program Metrics

Achievement of metrics is a key performance indicator under IARPA research programs. IARPA
has defined GRAIL program metrics to evaluate effectiveness of the proposed solutions in
achieving the stated program goal and objectives, and to determine whether satisfactory progress
is being made throughout the life of the program. The metrics described in this BAA are shared
with the intent to scope the effort, while affording maximum flexibility, creativity, and
innovation to offerors proposing solutions to the stated problem. Proposals with a plan to exceed
the defined metrics in one or more categories are desirable, provided that all of the other metrics
are met, and provided that the proposals provide clear justification as to why the proposed
approach will be able to meet or exceed the enhanced metric(s).

The final GRAIL T&E protocols and evaluation methodology are currently under development,
and additional details will be provided at program kickoff. Program metrics may be refined

DOI-BAA-GRAIL-FY22-03 Page 13 of 64
during the various phases of the GRAIL program; if metrics change, revised metrics will be
communicated in a timely manner to performers. The evaluation methodology may be revised by
the Government at any time during the program lifecycle to better meet program needs.

In accordance with professional project management principles, proposals must include a section
that identifies, and documents technical and project implementation risks relevant to meeting
program goals identified in this BAA. This information should be presented in the form of a risk
register. Technical risk identification includes elements of technical research and development
that indicate development objectives that are particularly at risk. Proposal implementation risks
include elements such as cost, schedule, and risk management. Proposals that do not fully
address technical risks in their narrative will be considered technically unacceptable and not
eligible for an award.

4.1 TA-1 Sampling - Program Metrics*

The GRAIL program is targeting whole air sampling to prepare a final liquid or gas tritium
sample. These metrics require the minimization of isotopic disturbances as the sample
enrichment process is conducted. The basic approach to evaluate TA-1 is to perform side-by-side
testing of an existing “gold standard” methodology that relies upon an existing laboratory-based
capability. An independent laboratory test bench system will also be established to measure
absolute sample extraction from a fixed source amount determined by the T&E Team to be
appropriate for each proposed technology.

Since the GRAIL program is agnostic to proposed technical solutions, the metrics are defined to
apply to any proposed approach. In addition, the requirements of specific technologies for TA-2
will strongly determine required performance for sample volume and phase. Until the approaches
for TA-1 and TA-2 are identified, it is not possible to identify specific target values for sample
volume and phase. Proposals should include this information as part of the narrative addressing
proposed TA-1 technology and expected ability address GRAIL program goals. Table 3 outlines
program metrics for TA-1.

Table 3. TA-1 Sampling – Program Metrics


Metric Phase 1 Goal Phase 2 Goal Stretch Goal
Sample collection time – 36 hours 24 hours 12 hours
maximum duration
Whole air flow rate Any amount permitted Any amount permitted N/A
incorporated into total SWaP incorporated into total SWaP
metrics metrics
Sample phase or maximum As required by TA-2 As required by TA-2 As required by
volume approach approach TA-2 approach
Total sampling component, 20 kg 15 kg 10 kg
system maximum weight
Total sampling component 0.5 m3 0.25 m3 0.15 m3
system maximum size
Efficiency of tritium 50% 90% 90+%
extraction
TA-1 System Power wall power 20 A circuit wall power 20 A circuit wall power 15 A
circuit

DOI-BAA-GRAIL-FY22-03 Page 14 of 64
Metric Phase 1 Goal Phase 2 Goal Stretch Goal
External Operating Indoor laboratory Outdoor testing TBD
Temperature
*Additional information can be found in A Guide to the Project Management Body of Knowledge (PMBOK
Guide) (6th ed.) Project Management Institute.

Additional explanation of TA-1 specific metrics:

• SWaP – Size, weight, and power goals are associated with the program goal of developing in
situ capabilities. The values for weight and size are approximate and will be evaluated according
to proposed technology. The ability for the TA-1 system to run from a single 20 A circuit is a
strict goal.
• Sample collection time represents the total time of whole air sampled. Whole air flow rates (for
instances in L/min) are not specifically stated and are assumed to be incorporated into SWaP. As
previously noted, anticipated air flow rates will depend on the proposed technology, but expected
rates range from 1 to 10 L/min.
• Tritium extraction efficiency is evaluated through an independent bench test and alongside an
existing laboratory capability.

4.2 TA-2 Measurement - Program Metrics

As outlined in Section 1.3, under certain conditions several technical approaches are capable of
measuring tritiated samples. Since the GRAIL program is agnostic to proposed technical
solutions, the metrics are defined to apply to any proposed approach for TA-2. The GRAIL TA-2
measurement goal is adopted from the standard beta decay measurement sensitivity readily
demonstrated in an existing laboratory. This sensitivity level can then be converted from
pCi/SCM†† to a measure of number of tritium atoms per unit mass of sample per SCM.

Program metrics for TA-2 are listed in Table 4. The TA-1 permitted sample collection time of
24-hours is implicit in the delivery of a sample to TA-2. The separate maximum measurement
time of the TA-1 sample for TA-2 is also 24-hours. The TA-2 component is expected to define
sample purity and volume requirements that feed back to TA-1 development.

Table 4. TA-2 Measurement - Program Metrics

DOI-BAA-GRAIL-FY22-03 Page 15 of 64
Metric Phase 1 Goal Phase 2 Goal Stretch Goal

TA-2 sample measurement 36 hours 24 hours 12 hours


time – maximum duration

Measured TA-2 mass 1e-16 g/SCM ± 10% 1e-17 g/SCM ± 10% 5e-18 g/SCM ± 10%
sensitivity from TA-1
sample

Total TA-2 component 20 kg 15 kg 10 kg


system weight

Total TA-2 component 0.5 m3 0.25 m3 0.15 m3


system size

TA-2 System Power wall power 20-amp wall power 20-amp wall power 15-amp
circuit circuit circuit

External Operating Indoor laboratory Outdoor testing


Temperature

Additional explanation of TA-2 specific metrics:

• SWaP – Size, weight, and power goals are associated with the program goal of developing in
situ capabilities. The values for weight and size are approximate and will be evaluated
according to proposed technology. The ability for the TA-2 system to run from a single 20 A
circuit is strict goal.
• Mass sensitivity is derived from a ~1 pCi/SCM sensitivity and converted to mass/SCM so that
non-radiation measurement approaches can define sensitivity in technology appropriate units.
Proposal details for TA-2 should provide a clear description of expected technology performance
with a clear tie to stated program metrics and a detailed description of how unit conversions are
calculated to extract mass sensitivity in g/SCM.

4.3 TA-3 Integration - Program Metrics

Program metrics for TA-3 are listed in Table 5. The key development of TA-3 is the integration
of TA-1 and TA-2 technologies to permit sample collection, transfer, measurement, and
reporting. GRAIL is seeking technologies capable of demonstrating long duration functionality
without human operation. The desired endurance is six months in ambient indoor room
temperature environments.

Table 5. TA-3 Integration – Program Metrics


Metric Phase 1 Goal Phase 2 Goal Stretch Goal
Duration of autonomous operation - One month Three months
TA-3 integrated system tritium - 1e-17 grams/SCM ± 5e-18 grams/SCM ±
sensitivity 10% 10%
Result report periodicity - 24-hours 12-hours
TA-3 System mass - 30 kg 20 kg
TA-3 System volume - 0.25 m3 0.15 m3
TA-3 System Power - Two 20 A circuits Two 15 A circuits
Data format - TBD TBD

DOI-BAA-GRAIL-FY22-03 Page 16 of 64
Metric Phase 1 Goal Phase 2 Goal Stretch Goal
Sound generation - 60 dB 50 dB

Additional explanation of TA-3 specific metrics:


• SWaP – Size, weight, and power goals are associated with the program goal of developing in
situ capabilities. The values for weight and size are approximate and will be evaluated according
to proposed technology. The ability for the TA-3 system to run from two 20 A circuits is strict
goal.
• Mass sensitivity is derived from TA-2.
• Result report periodicity assumes a 24-hour result after the production of the first sample within
a previous 24-hour period.

5. Program Testing & Evaluation

The GRAIL program will pursue rigorous and comprehensive T&E to ensure that research
outcomes are well characterized, deliverables are aligned with program objectives. T&E
activities will not only inform Government stakeholders on GRAIL research progress but will
also serve as valuable feedback to the Performers to improve their research approaches, and
system development. The GRAIL program will work closely with Government stakeholders to
ensure relevance of T&E methodologies.

The GRAIL program will pursue rigorous and comprehensive T&E to ensure that research
outcomes are well characterized, deliverables are aligned with program objectives. T&E
activities will not only inform Government stakeholders on GRAIL research progress but will
also serve as valuable feedback to the Performers to improve their research approaches, and
system development. The GRAIL program will work closely with Government stakeholders to
ensure relevance of T&E methodologies.

T&E results and feedback will be provided to performers at regular intervals to keep them
abreast of current independent performance measurements and to inform and improve their R&D
approaches and methods. T&E results from all performers will be presented at program
workshops; T&E results will also be shared with USG external stakeholders, including their
contractors, for Government purposes only. IARPA may conduct other supplemental evaluations
or measurements in its sole discretion to evaluate the Performers’ research and deliverables.

As described in the GRAIL program Phase and milestone sections, it is expected that each TA
team will provide separate results in Phase-1 and an integrated prototype in Phase-2.

The end-of-Phase-1 T&E event will consist of quantitative performance evaluations of TA-1 and
TA-2 capabilities developed in the phase. The T&E capability to do this will leverage an existing
laboratory-based gold-standard technology (to be defined) for direct comparison of performance.
Test benches for TA-1 and TA-2 technology evaluation will also be established and protocols
communicated to performers at program or phase kickoff.

The Phase-2 end-of-program T&E events will be conducted on fully integrated TA-1-2-3
systems. Phase 2 will consist of a lab demonstration milestone and an outdoor demonstration test
series that will be planned and shared at the Phase-2 kickoff workshop.

DOI-BAA-GRAIL-FY22-03 Page 17 of 64
6. Government Furnished Equipment (GFE)

The Government will make available a TA-2 measurement component technology to all
performer teams. This technology will be based on large area, highly pixelated charge-coupled
devices (CCD) capable of measuring low energy electrons tritium’s beta decay. As outlined in
the literature [15], these CCDs are thick (675 micron) fully depleted silicon that have been back-
thinned to improve low energy beta detection efficiency. As part of the GFE development effort
in GRAIL, the program will make available TA-2 prototypes to performer teams according to the
same milestone and waypoint schedule outlined for non GFE TA-2 performers.

Details of the CCD GFE element of the GRAIL program will be communicated to all interested
offerors during the proposer’s day meeting. Teams desiring to incorporate TA-2 GFE technology
into their full GRAIL proposal are required include this information in the initial proposal and
outline the compatibility of proposed TA-1 and TA-3 plans to the GFE technology.

7. Program Milestones, Deliverable, and Waypoint Timelines

Milestones, deliverables, and waypoints are program events that are established at the program’s
onset to ensure alignment with GRAIL program goals. These events organize research activities
in a logical and reportable manner and facilitate consistent and efficient communication among
all stakeholders – IARPA, the GRAIL T&E Team, USG Stakeholders, and Research Performers.
A preliminary schedule of key program Milestones and Deliverables is shown in Table 6.

Table 6. GRAIL Program schedule including government defined program milestones,


deliverables, and waypoints
Phase Program Event Type Description Comments Performer
Month Deliverables
1&2 All Waypoint Written Monthly Due on 15th of each month; MSR
Status Report Technical and cost
(MSR)
1&2 All Waypoint Progress and Monthly teleconference with N/A
Status Meeting GRAIL Government Team
1 1 Waypoint Program Kickoff Performers present Phase-1 plans N/A
Workshop and T&E outlines guidelines for
planned metric evaluation
1 6 Waypoint Site Visit At performer site N/A
1 11 Deliverable Phase-1 midpoint All TAs Written
progress report report
1 12 Milestone Phase-1 midpoint Both a technical and program N/A
progress review management review against
schedule, milestones, and waypoints
1 18 Waypoint Site Visit At performer site N/A
1 23 Deliverable Phase-1 T&E T&E team reports performer TA-1, TA-2
Event performance against Phase 1 component
program metrics and goals systems,
Integrated
TA-3 design

DOI-BAA-GRAIL-FY22-03 Page 18 of 64
Phase Program Event Type Description Comments Performer
Month Deliverables
1 24 Waypoint Site Visit At performer site N/A
1 24 Deliverable Phase-1Technical All TAs Report
report
2 25 Waypoint End of Phase-1 Review of Phase-1 T&E results, N/A
and start of Phase- Performers present Phase-2 plans
2 workshop and T&E outlines guidelines
2 30 Waypoint Site Visit At performer site N/A
2 36 Waypoint Site Visit At performer site N/A
2 37 Milestone Phase-2 midpoint Both a technical and program N/A
progress review management review against
schedule, milestones, and waypoints
2 42 Waypoint Site Visit At performer site N/A
2 46 Deliverable Phase-2 T&E T&E team reports performer TA-1, TA-2
Events performance against Phase 2 component
program metrics and goals systems,
Integrated
TA-3 design
2 47 Deliverable Final report All TAs Report
2 48 Waypoint Program Closeout Location TBD N/A
Meeting

8. Team Expertise

Collaborative efforts and teaming among Offerors are highly encouraged. It is anticipated that
performer teams will be multidisciplinary and may include expertise and experience in multiple
fields related to the GRAIL program goals. Proposals should include a description and the mix of
skills and staffing that the Offeror determines will be necessary to carry out the proposed research
and achieve program metrics.

9. Meeting and Travel Requirements Offerors are expected to assume responsibility for
administration of their projects and to comply with contractual and program requirements for
reporting, attendance at program workshops, meetings, and site visits. The following paragraphs
describe expectations for program related meetings and travel for GRAIL, as well as the
contemplated frequency and locations of such meetings.

9.1 Program Phase Kickoff Workshop and Phase Midpoint Review Meetings All Performer
teams are expected to attend kickoff and review meetings, to include key personnel from prime
and subcontractor organizations. The 48-month duration GRAIL program intends to hold the
following in-person workshops and review meetings occurring annually:

• A program kickoff meeting workshop for Phase-1 held in the first month of the program.
• A program review meeting in approximately month 12 of Phase-1.
• An end of Phase-1/Phase-2 kickoff workshop in the first month of Phase-2.
• A program review meeting in approximately month 12 of Phase-2 (program month 36).

The dates and locations of these meetings will be set at a later date by the Government. For
planning purposes, offerors should use the preliminary dates outlined in Table 6. Both workshop
and review meetings will likely be held in the Washington, D.C. metropolitan area, but IARPA

DOI-BAA-GRAIL-FY22-03 Page 19 of 64
may opt to co-locate the meeting with a relevant external conference or workshop to increase
synergy with stakeholders. IARPA reserves the right to hold the meeting virtually for logistical
or health and safety reasons.

The initial kickoff meeting will be one day in duration and will focus on program plans for
Phase-1, performer planned research, and internal program discussions. The midpoint phase
program review meetings (program months 12 and 36) will typically be two days in duration and
will have a greater focus on communicating program progress and plans.

Both the phase kickoff and midpoint review meetings will focus on technical aspects of the
program and on facilitating open technical exchanges, interaction, and sharing among the various
program participants and interested government stakeholders. Program participants will be
expected to present the technical status and progress of their projects to other participants and
invited guests. To the maximum extent possible, the research and data presented at these
collaboration meetings will not include proprietary information. However, the government will
offer the opportunity for proprietary information to be privately shared with government
transition partners in closed sessions.

9.2 Site Visits

Site visits by the Government Team (IARPA & T&E) are anticipated to take place semiannually
during the life of the program. These visits will occur at the Performer’s facility. Reports on
technical progress, details of successes and issues, contributions to the program goals, and
technology demonstrations will be expected at such site visits. IARPA reserves the right to
conduct additional site visits on an as-needed basis or reduce the number of site visits for
logistical or health and safety reasons.

9.3 Remote Monthly Meetings

To ensure that all necessary details of developed hardware, software, and operational instructions
are clear and complete, each Performer will be required to be available for questions and
troubleshooting from the T&E Team in Performer status meetings.

Virtual monthly meetings will be established after the GRAIL kickoff to facilitate regular
communication with IARPA. These meetings will present the previous month’s research
activities, review open action items, discuss upcoming research, and identify any concerns or
issues which could impact the program. If IARPA or a performer determines it is beneficial to
program goals, virtual meetings may be established every two weeks.

9.4 Test & Evaluation Field Demonstration

Delivery of Phase-2 integrated systems will coincide with an outdoor test at a government site to
test and evaluate GRAIL developed in situ tritium measurement technologies. Additional details
will be developed during the program. Performers should anticipate one extended domestic on-
site trip (approximate duration of one week) for a few key team individuals to facilitate T&E of
final GRAIL prototypes. GRAIL prototypes will be tested by comparison of existing gold-

DOI-BAA-GRAIL-FY22-03 Page 20 of 64
standard environmental level tritium measurement capabilities at a domestic location to be
determined.

10. Period and Place of Performance

Technical Area R&D performance will be conducted at the Performers’ sites. T&E events will
be held at the T&E team site at the end of Phase 1 and Phase 2.

11. Research Conferences and Publications

Performers may plan to publish their research to academic journals or present their research at
appropriate research conferences and may include in their proposal an expectation to participate
in these events. During the program, a request to travel must be submitted to the contracting
officer (CO), contracting officer’s technical representative (COTR), and IARPA technical team.
IARPA will expect a courtesy copy of publications, posters or presentations associated with
GRAIL research at least ten (10) days in advance of the submission deadline. All published
material shall include the proper acknowledgement to IARPA and the contracting organization,
including contract information. IARPA and/or the Contracting Agent will provide appropriate
language to use for acknowledgement of papers, presentations, and/or posters.

(REMAINDER of PAGE LEFT BLANK INTENTIONALLY)

DOI-BAA-GRAIL-FY22-03 Page 21 of 64
References

[1] N. Akata, H. Kakiuchi, N. Shima, T. Iyogi, N. Momoshima and S. Hisamatsu, "Tritium concentrations in the
atmospheric environment at Rokkasho, Japan before the final testing of the spent nuclear fuel reprocessing plant," Journal
of Environmental Radioactivity, vol. 102, no. 9, pp. 837-842, 2011.
[2] T. Aoyama, H. Sugiura and T. Watanabe, "Application of air proportional counters to a tritium-in-air monitor,"
Nuclear Instruments and Methods in Physics Research Section A, vol. 254, no. 3, pp. 620-626, 1987.
[3] H. Ostlund, "A Sampling System for Atmospheric HT and HTO," IEEE Transactions on Nuclear Science, vol.
21, no. 1, pp. 510-512, 1974.
[4] W. Plastino, I. Chereji, S. Cuna, L. Kaihola, P. De Felice, N. Lupsa, G. Balas, V. Mirel, P. Berdea and C. Baciu,
"Tritium in water electrolytic enrichment and liquid scintillation counting," Radiation Measurements, vol. 42, pp.
68-73, 2007.
[5] E. Furuta, R.-I. Ohyama, S. Yokota, T. Nakajo, Y. Yamada, T. Kawano, T. Uda and Y. Watanabe,
"Measurement of tritium with high efficiency by using liquid scintillation counter with plastic scintillator," Applied
Radiation and Isotopes, vol. 93, pp. 13-17, 2014.
[6] K. Hofstetter, P. Cable, D. Beals, J. Noakes, J. Spaulding, M. Neary and R. Peterson, "Field deployable tritium
analysis system for ground and surface water measurements," Journal of Radioanalytical and Nuclear Chemistry,
vol. 233, no. 1-2, pp. 201-205, 1998.
[7] P. Theodorsson, "A review of low-level tritium systems and sensitivity requirements," Applied Radiation and
Isotopes, vol. 50, pp. 311-316, 1999.
[8] D. Stanga and P. Cassette, "Improved method of measurement for tritiated water standardization by internal gas
proportional counting," Applied Radiation and Isotopes, vol. 64, pp. 160-162, 2006.
[9] W. W. Bowman and M. B. Hughes, "Proportional counting techniques for routine tritium analyses at
environmental levels," in IAEA international symposium on methods of low-level counting and spectrometry,
Berlin, F.R. Germany, 1981.
[10] K. S. Shah, P. Gothoskar, R. Farrell and J. Gordon, "High Efficiency Detection of Tritium Using Silicon
Avalanche Photodiodes," IEEE Transactions on Nuclear Science, vol. 44, no. 3, pp. 774-776, 1997.
[11] T. Uda, T. Kawano, M. Tanaka, S. Tomatsuri, T. Ito and K. Tatenuma, "Detection efficiency of plastic
scintillator for gaseous tritium sampling and measurement system," Fusion Engineering and Design, vol. 85, pp.
1474-1478, 2010.
[12] P. Jean-Baptiste, E. Fourre, A. Dapoigny, D. Baumier, N. Baglan and G. Alanic, "3He mass spectrometry for
very low-level measurement of organic tritium in environmental samples," Journal of Environmental Radioactivity,
vol. 101, no. 2, pp. 185-190, 2010.
[13] A. H. Love, J. R. Hunt, J. S. Vogel and J. P. Knezovich, "Improving tritium exposure reconstructions using
accelerator mass spectrometry," Analytical and Bioanalytical Chemistry, vol. 379, pp. 198-203, 2004.
[14] X. Hou and P. Roos, "Critical comparison of radiometric and mass spectrometric methods for the determination
of radionuclides in environmental, biological and nuclear waste samples," Analytica Chimica Acta, vol. 608, pp.
105-139, 2008.
[15] SENSEI Collaboration, "SENSEI: Direct-Detection Results on sub-GeV Dark Matter from a New Skipper
CCD," Physical Review Letters, vol. 125, no. 17, p. 171802, 2020.

DOI-BAA-GRAIL-FY22-03 Page 22 of 64
SECTION 2: AWARD INFORMATION

The Government intends to award procurement contracts encompassing two (2) Phases of the
program from this BAA. Proposers must propose on all three TAs. Teams can be composed of
contributors in the separate TAs. Exercise of the Option Periods shall depend upon performance
during Phase 1 - Base Period and subsequent Option Period, as well as program goals, the
availability of funding, and IARPA priorities. Exercising Option Period, Phase 2, is at the sole
discretion of the Government.

Multiple awards are anticipated. The resources made available under this BAA shall depend on
the quality of the proposals received and the availability of funds.

The DOI reserves the right to select for negotiation all, some, or none of the proposals received
in response to this BAA and to make awards without discussions with Proposers. The DOI also
reserves the right to conduct discussions if determined to be necessary. Additionally, DOI
reserves the right to accept proposals in their entirety or to select only portions of proposals for
negotiations for award. Evaluation and award of proposals will follow FAR Part 35 processes as
described herein.

Awards under this BAA shall be made to Proposers on the basis of the Evaluation Factors listed
in section 5 of the BAA, as well as successful completion of negotiations. Proposals selected for
negotiation may result in a procurement contract.

The Government shall contact Proposers whose proposals are selected for negotiations to obtain
additional information required for award. The Government may establish a deadline for the
close of fact-finding and negotiations that allows a reasonable time for the award of a contract.
Proposers that are not responsive to Government deadlines established and communicated with
the request may be removed from award consideration. Proposers may also be removed from
award consideration should the parties fail to reach agreement within a reasonable time on
contract terms, conditions, and cost/price.

SECTION 3: ELIGIBILITY INFORMATION

3.A. Eligible Applicants

All responsible sources capable of satisfying the Government's needs may submit a proposal.
Historically Black Colleges and Universities, Small Businesses, Small Disadvantaged Businesses
and Minority Institutions are encouraged to submit proposals and team with others to submit
proposals; however, no portion of this announcement shall be set aside for these entities. Other
Government Agencies, Federally Funded Research and Development Centers, University
Affiliated Research Centers, Government-Owned, Contractor-Operated facilities, Government
Military Academies, and any other similar type of organizations that have a special relationship
with the Government, that gives them access to privileged and/or proprietary information or
access to Government equipment or real property, are not eligible to submit proposals under this
BAA or participate as team members under proposals submitted by eligible entities. An entity of
which only a portion has been designated as a University Affiliated Research Center (UARC)

DOI-BAA-GRAIL-FY22-03 Page 23 of 64
may be eligible to submit a proposal or participate as a team member subject to an organizational
conflict of interest review. Foreign entities and/or individuals may participate but only as a part
of a U.S. based team and only in accordance with deemed export restrictions/licensing
requirements when applicable. The prime contractor must be a U.S. entity.

Foreign entities and individuals may participate as subcontractors or employees of a U.S. entity;
however, all foreign participation must comply with any necessary Non-Disclosure Agreements,
Security Regulations, Export Control Laws, and other governing statutes applicable under the
circumstances. Proposers are expected to ensure that the efforts of foreign participants do not
either directly or indirectly compromise the laws of the United States, nor its security interests.
As such, both foreign and domestic Proposers should carefully consider the roles and
responsibilities of foreign participants as they pursue teaming arrangements.

3.A.1 Organizational Conflicts of Interest (OCI)

According to FAR 2.101 “Organizational Conflict of Interest” means that because of other
activities or relationships with other persons, a person is unable or potentially unable to render
impartial assistance or advice to the Government, or the person’s objectivity in performing the
contract work is or might be otherwise impaired, or a person has an unfair competitive
advantage.

In accordance with FAR 9.5, Proposers are required to identify and disclose all facts relevant to
potential OCIs involving the Proposer’s entity and any proposed team member (sub-contractor,
consultant). Under this Section, the Proposer is responsible for providing this disclosure with
each proposal submitted pursuant to the BAA. The disclosure must include the Proposer’s, and
as applicable, proposed team member’s OCI mitigation plan. The OCI mitigation plan must
include a description of the actions the Proposer has taken, or intends to take, to prevent the
existence of conflicting roles that might bias the Proposer’s judgment and to prevent the
Proposer from having an unfair competitive advantage. The OCI mitigation plan will specifically
discuss the disclosed OCI in the context of each of the OCI limitations outlined in FAR 9.505-1
through FAR 9.505-4.

IARPA generally prohibits Performers from concurrently providing Scientific Engineering


Technical Assistance (SETA), Advisory and Assistance Services (A&AS) or similar support
services and being a technical Performer. Therefore, as part of the FAR 9.5 disclosure
requirement above, address whether a Proposer or a team member (e.g. subcontractor,
consultant) is providing SETA, A&AS, or similar support (e.g., T&E services) to IARPA under:
(a) a current award or subaward; or (b) a past award or subaward.
If SETA, A&AS, or similar support is or was being provided to IARPA, the proposal must
include:
(1) The name of the IARPA program or office receiving the support;
(2) The prime contract number, and;
(3) Identification of proposed team member (sub awardee, consultant)
providing the support.

DOI-BAA-GRAIL-FY22-03 Page 24 of 64
As part of their proposal, Proposers shall include either (a) a copy of their OCI notification
including mitigation plan or (b) a written certification that neither they nor their subcontractor
teammates have any potential conflicts of interest, real or perceived. A sample certification is
provided in Appendix A.2, Attachment 3.

The Government will evaluate OCIs and potential OCIs to determine whether they can be
avoided, neutralized or mitigated and/or whether it is in the Government’s interest to grant a
waiver. The Government will make OCI determinations, as applicable, for proposals that are
otherwise selectable under the BAA Evaluation Factors. The Government may require Proposers
to provide additional information to assist the Government in evaluating OCIs and OCI
mitigation plans.

If the Government determines that a Proposer failed to fully disclose an OCI; or failed to provide
the affirmation of IARPA support as described above; or failed to reasonably provide additional
information requested by the Government to assist in evaluating the Proposer’s OCI and
proposed OCI mitigation plan, the Government may reject the proposal and withdraw it from
consideration for award under this BAA.

3.A.2 Multiple Submissions to the BAA

Entities may participate as a prime or subcontractor in more than one submission to the BAA.
However, if multiple submissions to the BAA which include a common team member are
selected, such common team members shall not receive duplicative funding (i.e., no one entity
can be paid twice to perform the same task).

3.B. U.S. Academic Institutions

According to Executive Order 12333, as amended, paragraph 2.7, “Elements of the Intelligence
Community are authorized to enter into contracts or arrangements for the provision of goods or
services with private companies or institutions in the United States and need not reveal the
sponsorship of such contracts or arrangements for authorized intelligence purposes. Contracts or
arrangements with academic institutions may be undertaken only with the consent of appropriate
officials of the institution.”

Proposers must submit a completed and signed Academic Institution Acknowledgement Letter
for each U.S. academic institution that is a part of their team, whether the academic institution is
serving in the role of a prime, or a subcontractor or a consultant at any tier of their team with
their technical proposal. Each Letter must be signed by a senior official from the institution (e.g.
President, Chancellor, Provost, or other appropriately designated official). A template of the
Academic Institution Acknowledgement Letter is enclosed in Appendix A.2 Attachment 1 of this
BAA.

Note that DOI shall not enter into negotiations with a Proposer whose team includes a U.S.
academic institution until all required Academic Institution Acknowledgment Letters are
received.

DOI-BAA-GRAIL-FY22-03 Page 25 of 64
3.C. Other Eligibility Criteria

3.C.1 Collaboration Efforts. Collaborative efforts and teaming arrangements among potential
Proposers are strongly encouraged. Specific content, communications, networking, and team
formations are the sole responsibility of interested Proposers.

SECTION 4: PROPOSAL AND SUBMISSION INFORMATION

This notice constitutes the total BAA and contains all information required to submit a proposal.
No additional forms, kits, or other materials are required.

4.A. Proposal Information

4.A.1. Submission Requirements. Interested Proposers are required to comply with the
following proposal submission requirements for proposals to be considered compliant. Proposals
that are considered non-compliant will not be evaluated and will not be considered for an award
under this BAA. Specifically, Proposers must comply with the following:

(1) Proposers must submit current, accurate and complete proposals which must consist of
“Volume I - Technical and Management Proposal” and, “Volume II - Cost Proposal.”
for the two (2) Phases of the proposed contract award to receive consideration for
award. Volume I and Volume II proposals that do not reflect two (2) Phases will not be
evaluated and will not be considered for an award under this BAA.

(2) Proposals must be received by the time and date specified in this BAA, August 29, 2022
5:00 PM EDT, Proposal Due Date for Selections, in order to be considered for an award
under this BAA. Proposals received after the BAA Closing Date will be deemed late, will
not be evaluated, and will not be considered for an award under this BAA.

(3) Proposers must use the GRAIL Cost Proposal Template provided with this BAA when
preparing cost proposals. Cost Proposals that don’t use the required template will not be
evaluated and Proposers will be requested to resubmit using the provided Cost Proposal
Template which may result in a delayed award.

(4) Proposals must comply with all the proposal format and content requirements specified
in Section 4.B of this BAA.

(5) Proposals must comply with the page limitations outlined in Section 4 of this BAA. The
Government will only evaluate Volume I, Technical Approach up to the page limitation
specified in Section 4. The Government will not evaluate any excess pages exceeding the
required page limitation. If the content of any excess pages is germane to the quality of
the Proposer’s technical approach, the Government will downgrade the overall rating of
the Proposer’s Technical proposal accordingly.

(6) Additional supporting or background materials submitted with the proposal(s) not
specified in Section 4 of the BAA will not be evaluated.

DOI-BAA-GRAIL-FY22-03 Page 26 of 64
(7) Proposer selection for award remains contingent on the technical and funding availability
evaluation factors outlined in Section 5 of this BAA.

4.A.2. Proposal Evaluation Participants. Both IARPA and DOI intend to use SETA support
to provide expert advice, regarding portions of the proposals submitted to the Government and/or
to provide logistical support in carrying out the evaluation and award process.

The following entities will be supporting DOI & IARPA:

• Airin Technologies, Inc.


• ALKU
• Bluemont Technology & Research, Inc.
• Booz Allen Hamilton
• Central Research, Inc. (CRI)
• CENTRA Technology, Inc.
• Crimson Government, LLC
• Crimson Phoenix
• Federal Data Systems
• IM Solutions, LLC
• Martek Global Services, Inc.
• MBO Partners
• Navstar
• Northwood Global
• Patriot Solutions Group
• Science Applications International Corporation (SAIC)
• Serco, Inc.
• Tarragon Consulting Corporation
• The Infusement Group, LLC
• Vista Consulting

If any additional Contractor support is identified, DOI will share this information with Proposers.

In addition to the SETA entities identified above, the following entities will be supporting T&E
activities for contracts awarded under this program and should also be considered as part of a
Proposer’s OCI disclosure:

• Johns Hopkins University Applied Physics Laboratory (JHU/APL)


• The MITRE Corporation
• Massachusetts Institute of Technology Lincoln Laboratory (MIT/LL)

All Government and SETA personnel shall have signed, and be subject to, the terms and conditions
of non-disclosure agreements. By submission of its proposal, a Proposer agrees that its proposal
information may be disclosed to employees of these organizations for the limited purposes stated
above. Proposers who object to this arrangement shall provide clear notice of their objection as

DOI-BAA-GRAIL-FY22-03 Page 27 of 64
part of their transmittal letter. If Proposers do not send a notice of objection to this arrangement in
their transmittal letter, the Government shall assume consent to the use of Contractor support
personnel in assisting the review of submittal(s) under this BAA.

Only Government personnel will make evaluation and award determinations under this BAA.

4.B. Proposal Format and Content

To facilitate the evaluation of the proposal, the government encourages Proposers to submit
proposals which: are clear and concise; are limited to essential matters sufficient to demonstrate
a complete understanding of the Government’s requirements; include sufficient detail for
effective evaluation; and provide a convincing rationale to address how the Proposer intends to
meet these requirements and objectives, rather than simply rephrasing or restating the
Government’s requirements and objectives.

All proposals shall be in the format outlined below. Proposals shall consist of “Volume I -
Technical and Management Proposal” and, “Volume II - Cost Proposal.” All proposals shall be
written in English.

Additionally, when printed text should be black and paper size 8-1/2 by 11-inch, white in color
with 1” margins from paper edge to text or graphic on all sides. IARPA desires Times New
Roman font with font size not smaller than 12-point. IARPA desires that the font size for figures,
tables and charts not be smaller than 10-point. All contents shall be clearly legible with the
unaided eye. Excessive use of small font, for other than figures, tables, and charts, or
unnecessary use of figures, tables, and charts to present information may render the proposal
non-compliant. Text and graphics, if applicable, may be printed on both sides of a sheet (double-
sided). Front and backside of a single sheet are counted as two (2) pages if both sides are printed
upon. Foldout pages are not permitted. The page limitation for full proposals includes all figures,
tables, and charts. All pages should be numbered. No other materials may be incorporated in any
portion of the proposal by reference, to circumvent page count limitations. All information
pertaining to a volume shall be contained within that volume. Any information beyond the page
limitations will not be considered in the evaluation.

The Government anticipates proposals submitted under this BAA will be UNCLASSIFIED.
Proposals that contain classified information will not be evaluated.

Each proposal submitted in response to this BAA shall consist of the following:

Volume I – Technical & Management Proposal (See Section 4.B.1 below)


Section 1 - Cover Sheet (see Appendix A.1, Template for Volume Section 1 Technical
Proposal) & Transmittal Letter (A Table of Contents is not required but if included, will
not be considered in the page count)
Section 2 – Summary of Proposal
Section 3 – Detailed Proposal

DOI-BAA-GRAIL-FY22-03 Page 28 of 64
Section 4 – Attachments. Attachments 1-10 below are not included in the overall page
limitation for Volume I. No research proposals involving human subjects are anticipated
under this BAA; however, proposals that include human use testing must include an
Attachment #10. Templates for Attachments 1-5 are in Appendix A.2 of the BAA.
Attachment 1 – Academic Institution Acknowledgment Letter (See Appendix A.2.
Template is required, if applicable)
Attachment 2 – Intellectual Property (IP) Rights (See Appendix A.2), estimated not to
exceed 4 pages
Attachment 3 – OCI Notification or Certification (See Appendix A.2. Template is
required, if applicable)
Attachment 4 – A Three Chart Summary of the Proposal (See Appendix A.2.
Template is required)
Attachment 5 – Research Data Management Plan (See Appendix A.2. Template is
required)
Attachment 6 – Privacy Plan, (No Template, See Section 1.D.2), no page limit
Attachment 7 – Bibliography (No Template Provided)
Attachment 8 – Relevant Papers (up to three) (No Template Provided)
Attachment 9 – Consultant Letters of Commitment (No Template Provided)
Attachment 10 – Human Use Documentation (see Section 6.B.3) (No Template
Provided) - Not Anticipated for GRAIL Program

Volume II – Cost Proposal (See Section 4.B.2 below)

Section 1 – Cover Sheet (See B.1 for Template)


Section 2 – Estimated Cost Breakdown (Reference Attachment to BAA for Cost Proposal
Template)
Section 3 – Supporting Information

4.B.1 Volume I: Technical and Management Proposal (not to exceed 35 pages)

Volume I may include an attached bibliography of relevant technical papers or research notes
(published and unpublished) which document the technical ideas and approach on which the
proposal is based. No more than three copies of relevant papers can be included with the
submission. Other supporting materials will not be evaluated.

4.B.1.a Section 1: Cover Sheet & Transmittal Letter

A. Cover sheet: (See Appendix B.1 for template)


B. Transmittal Letter
The transmittal letter shall include the following (not to exceed one page):

DOI-BAA-GRAIL-FY22-03 Page 29 of 64
Introduction of Proposer and team (subcontractors and consultants), the BAA number DOI-
BAA-GRAIL-FY22-03, IARPA program name, Proposers’ Program name, the proposal validity
period, the type contract vehicle being requested (procurement contract or other transaction) with
a short rationale, any non-negotiable conditions on which the offer is based such as contract type
(cost reimbursement), IP restrictions, etc., and the Proposer’s points of contact information
including: name, email and phone number for both technical and administrative issues.

Note: Any information required elsewhere in the proposal must be included in the appropriate
section of the proposal (i.e. including the information in the transmittal letter alone may not be
sufficient). If there is a conflict between the transmittal letter and the proposal the proposal shall
control.

4.B.1.b Section 2: Summary of Proposal (not to exceed 5 pages)

Section 2 shall provide an overview of the proposed work as well as introduce associated
technical and management issues. This section shall contain a technical description of technical
approach to the research as well as a succinct portrayal of the uniqueness and benefits of the
proposed work. It shall make the technical objectives clear and quantifiable and shall provide a
project schedule with definite decision points and endpoints.

The Summary shall include the elements specified in the sections below:

A. A technical overview of the proposed research and plan. This section is the centerpiece
of the proposal and shall succinctly describe the proposed approach and research. The overview
shall clearly articulate the approach and design, technical rationale, and constructive plan for
accomplishment of technical objectives and deliverable production. The approach will be
supported by basic, clear calculations. Additionally, proposals shall clearly explain the
innovative claims and technical approaches that will be employed to meet or exceed each
program metric along with an explanation outlining why the proposed approaches are feasible.
Proposals must also clearly identify any technical uncertainties and potential mitigations. The
use of non-standard terms and acronyms should be avoided. This section shall be supplemented
with a more detailed plan in Volume I, Section 3 of the proposal.

B. Summary of the products, transferable technology and deliverables associated with the
proposed research results. Define measurable deliverables that show progress toward achieving
the stated program milestones. All proprietary claims to the results, prototypes, IP, or systems
supporting and/or necessary for the use of the research, results, and/or prototype shall be detailed
in Appendix A.2. Attachment 2. Government assumes that all deliverables will be delivered to
the USG with Unlimited Rights in accordance with FAR 52.227-14.

C. Schedule and milestones for the proposed research. Summarize, in table form the
schedule and milestones for the proposed research. Do not include proprietary information with
the milestone chart.

DOI-BAA-GRAIL-FY22-03 Page 30 of 64
D. Related research. Include a general discussion of other research in this area, comparing the
significance and plausibility of the proposed innovations against competitive approaches to
achieve Program objectives.

E. Project contributors. Include a clearly defined organizational chart of all anticipated project
participants and affiliations (e.g. subcontractor, consultant), organized under functional roles for
the effort, along with the associated task number responsibilities for each individual.

F. Technical Resource Summary:

• Summarize the total level of effort by labor category/technical discipline (e.g., Research
scientist/chemist/physicist/engineer/administrative) and affiliation (e.g., prime/
subcontractor/consultant). All Key Personnel and significant contributors shall be
identified by name. Provide a brief description of the qualifications for each labor
category/technical discipline (e.g., education, certifications, years of experience).
• Summarize level of effort by labor category/technical discipline for each major task.
• Identify software and IP required for performance, by affiliation. List each item
separately, identifying the task number for which the software or IP is required and the
Performer team requiring it.
• Identify materials or equipment (such as IT) required for performance. List each item
separately, identifying the task number for which the material or equipment is required
and the Performer team requiring it.
• Identify any other resources required to perform (e.g., services, data sets, data set
repository, facilities, Government furnished property). List each item separately,
identifying the task number for these other resources are required and the Performer team
requiring it.
• Estimated travel, including purpose of travel and number of personnel per trip, by
affiliation. The above information shall cross reference to the tasks set forth in the
Proposer’s Statement of Work and shall be supported by the detailed cost and pricing
information provided in the Proposer’s Volume II Cost Proposal.

4.B.1.c. Section 3: Detailed Proposal Information

This section of the proposal shall provide the detailed, in-depth discussion of the proposed
research as well as supporting information about the Proposer’s capabilities and resources.
Specific attention shall be given to addressing both the risks and payoffs of the proposed
research and why the proposed research will achieve the goals, objectives, metrics, and
milestones in this BAA. The Government reserves the right to reject a proposal if the information
requested below is not adequately addressed. This part shall provide:

A. Statement of Work (SOW) - Clearly define the technical tasks and sub-tasks to be
performed, their durations and the dependencies among them. For each task and sub-task,
provide:

• A general description of the objective;

DOI-BAA-GRAIL-FY22-03 Page 31 of 64
• A detailed description of the approach to be taken, developed in an orderly progression
and in enough detail to establish the feasibility of accomplishing the goals of the task;
• Identification of the primary organization responsible for task execution (prime,
subcontractor, team member, etc.) by name;
• The exit criteria for each task/activity (i.e., a product, event or milestone that defines its
completion); and
• Identification of all deliverables (e.g., data rights, reports, software) to be provided to the
Government.

Note: Do not include any proprietary information in the SOW.


At the end of this section of the proposal, provide a Gantt chart, showing all the tasks and sub-
tasks on the left (grouped by research thrust) with the performance period (in years/quarters) on
the right. All milestones shall be clearly labeled on the chart. If necessary, use multiple pages to
ensure legibility of all information.

B. A detailed description of the objectives, scientific relevance, technical approach and


expected significance of the work. Clearly identify the key elements of the proposed work and
how they relate to each other. Describe the technical methods or approaches that will be used to
meet or exceed each program milestone along with an explanation outlining why the proposed
methods/approaches are feasible. Additionally, describe any anticipated risks along with possible
mitigations. Proposals containing only a general discussion of the problem without detailed
description of approaches, plausibility of implementation, and critical metrics may be deemed
not selectable.

C. State-of-the-Art. Compare with the proposed approach to other on-going research,


highlighting the uniqueness of the proposed approach and differences between the proposed
effort and the current state-of-the-art. Identify advantages and disadvantages of the proposed
work with respect to potential alternative approaches.

D. Data sources. Identify and describe data sources to be utilized in pursuit of the stated
research goals.

Proposers proposing to use existing data sets shall provide written verification that said data sets
were obtained in accordance with U.S. laws and, where applicable, use will be in compliance
with End User License Agreements, Copyright Laws, Terms of Service, and laws and policies
regarding privacy protection of U.S. Persons. Proposers proposing to obtain new data sets shall
ensure that their plan for obtaining the data complies with U.S. Laws and, where applicable, with
End User License Agreement, Copyright Laws, Terms of Service, and laws and policies
regarding privacy protection of U.S. Persons. Proposers shall also address IP restrictions on the
use or transfer of such data sets, in Appendix A.2, as described in Section 4.B.1.d.

E. Deliverables. Based on the required deliverables, clearly identify the data to be delivered,
including technical data and computer software. In Appendix A.2 Proposers shall address IP
rights in such data, as described in Section 4.B.1.d.

DOI-BAA-GRAIL-FY22-03 Page 32 of 64
F. Cost, Schedule, & Milestones.* Describe the cost, schedule, and milestones for the proposed
research, including cost estimates by cost element for base period, the option period(s) and the
total program summary, and company cost share, if any, as well as, costs by technical area(s) and
tasks (see tables below for sample format). The milestones shall not include proprietary
information (Proposer can use their own format for milestones).
* The attached Cost Proposal template must be used in your submission.

G. Proposer’s previous accomplishments. Discuss previous accomplishments and work in this


or closely related research areas and how these will contribute to and influence the current work.

H. Facilities. Describe the facilities that shall be used for the proposed effort, including
computational and experimental resources.

I. Detailed Management Plan. Provide the Management Plan that clearly identifies both
organizations and individuals within organizations that make up the team, and delineate the
expected duties, relevant capabilities, and task responsibilities of team members and expected
relationships among team members. Identify the expected levels of effort (percentage time, or
fraction of an FTE) for all Key Personnel and significant contributors. Additionally, include a
description of the technical, administrative, and business structure of the team along with an
internal communications plan. Describe project/function/sub-contractor relationships (including
formal teaming agreements), Government research interfaces, and planning, scheduling, and
control practices utilized, as well as the team leadership structure. Provide a brief biography of
all Key Personnel (including alternates, if desired) and significant contributors who shall be
involved in the research along with the amount of effort to be expended by each person during
the year. Participation by all Key Personnel and significant contributors is expected to exceed
25% of their time. A compelling explanation is required for any variation from this figure.

If the team intends to use consultants, they shall also be included in the organizational chart with
an indication of whether the person shall be an “individual” or “organizational” consultant (i.e.,
representing themselves or their organization), and organizational affiliation.

See Table (7) below for the required format.

Table 7: Team organization (Example) * if applicable


Unique, Clearance
Role:
Participants Org Role Relevant Level (If Time
Tasks
Capabilities Required)
RST Key Design,
Dan Wind Univ Personnel Physics FAB 90%

DOI-BAA-GRAIL-FY22-03 Page 33 of 64
J. Resource Share. Include the type of support, if any, the Proposer might request from the
Government, such as facilities, equipment, materials, or any such resources the Proposer is
willing to provide at no additional cost to the Government to support the research effort. Cost
sharing is not required from Proposers and is not an evaluation criterion but is encouraged where
there is a reasonable probability of a potential commercial application related to the proposed
research and development effort.

K. The names of other federal, state or local agencies or other parties receiving the
proposal and/or funding the proposed effort. If none, state “None”. Concurrent submission of
the proposal to other organizations will not prejudice its review but may impact IARPA’s
decision to fund the effort. See 5.A.2.a.

L. Research Data Management Plan. (RDMP). Submit a RDMP that outlines how they will
manage and preserve the Research Data, as defined below, collected or produced through the
course of performance. The RDMP need not require the preservation of all Research Data:
Proposers shall consider the cost and benefits of managing and preserving the Research Data in
determining whether to preserve it. At a minimum, all Research Data associated with a peer-
reviewed manuscript or final published article (hereinafter “Publications”) must be made
publicly accessible by the award recipient before, on or at a reasonable time after the publication
date. The Publications whose associated data must be covered in this RDMP.

Research Data is defined herein as the digital recorded factual material commonly accepted in
the scientific community as necessary to validate research findings including data sets used to
support scholarly publications, but does not include laboratory notebooks, preliminary analyses,
drafts of scientific papers, plans for future research, peer review reports, communications with
colleagues, or physical objects, such as laboratory specimens.

The RDMP must address the following:

(1) Describe the types of Research Data collected or produced in the course of the project.
Include standards to be used for Research Data and metadata content and format.
(2) A plan for making the Research Data that underlie Publications digitally accessible to the
public before or, at the time of publication or conference presentation, or within a
reasonable time after publication. The requirement could be met by including the data as
supplementary information to the Publication or by depositing the Research Data in a
searchable, machine readable and digitally accessible form suitable for repositories
available to the public free of charge. Such repositories could be discipline-specific
repositories, general purpose research data repositories or institutional repositories. The
published article or conference paper should indicate how the public may access
Research Data underlying the paper’s results and findings. Proposers should attempt to
make the Research Data available for at least three years after published article or
conference. (NOTE: Proposers shall make a best effort in identifying research data sets
that may be used for Publications that occur after contract end. The Proposer shall deliver
these data sets to the Government and make them available in repositories available to the

DOI-BAA-GRAIL-FY22-03 Page 34 of 64
public prior to the end of the period of performance, if not included as supplementary
information to Publications.)
(3) Policies and provisions for sharing and preservation, including a) policies and provisions
for appropriate protection of privacy, confidentiality, security, and IP, b) descriptions of
tools, including software, needed to access and interpret the Research Data, and c)
policies and provisions for re-use, re-distribution, and production of derivatives.
(4) If, for legitimate reasons (e.g., privacy, confidentiality, security, IP rights considerations;
size of data sets, cost; time), the Research Data underlying the results of peer-reviewed
publications or conference papers cannot be shared and preserved, the plan must include
a justification citing such reasons.

In addressing these elements (e.g., types of data to be shared and preserved, standards to be used
for data and metadata, repositories to be used for archiving data, timeframes for sharing and
preservation), the RDMP should reflect the best practices of the relevant scientific discipline and
research community. At a minimum, Research Data underlying Publications and associated
metadata shall include an acknowledgement of IARPA support and a link to the associated
Publication.

4.B.1.d. Section 4: Attachments

Each attachment listed below shall be included with the proposal, if applicable. They do
not count against the Volume I-page limit.

Attachment 1. Signed Academic Institution Acknowledgement Letter(s) (if applicable). A


template is provided in Appendix A.2.

Attachment 2. Intellectual Property Rights. This attachment is estimated not to exceed 4 pages
and shall address the following:

(1) Representation as to Rights. A Proposer shall provide a good faith representation


that they either own or have sufficient licensing rights to all IP that will be utilized
under their proposal.

(2) Program-Specific IP Approach. IARPA requires sufficient rights to IP developed or


used in the conduct of the proposed research to ensure that IARPA can successfully
(a) manage the program and evaluate the technical output and deliverables,
(b) communicate program information across Government organizations, and (c)
support transition to and further use and development of the program results by IC
users and others. IARPA anticipates that achieving these goals for the GRAIL
program will necessitate a minimum of Unlimited Rights in all deliverables.
However, there may be any number of other approaches to intellectual property rights
to achieve IARPA’s program goals. As outlined in FAR 52.227-14 Rights in Data-
General, “Unlimited rights” means the rights of the Government to use, disclose,
reproduce, prepare derivative works, distribute copies to the public, and perform
publicly and display publicly, in any manner and for any purpose, and to have or

DOI-BAA-GRAIL-FY22-03 Page 35 of 64
permit others to do so. In addressing their approach to IP rights, Proposers should (1)
describe the intended use of patented invention(s) or data, including, technical data
and computer software, in the conduct of the proposed research; (2) describe the
rights being offered to the Government along with a justification if less than
Unlimited Rights is being offered; (3) explain how IARPA will be able to reach its
program goals (including transition) with the rights offered to the Government; (4)
identify the cost to the Government to acquire additional or alternative rights beyond
those being offered, if applicable; and (5) provide possible alternatives in any area in
which the offered rights may be insufficient for IARPA to achieve its program goals
(e.g., the possibility of future licensing of privately-developed software to U.S.
Government agencies at a reasonable cost.)

(3) Patented Inventions. Proposers proving ownership of or sufficient rights to all


inventions (or inventions for which a patent application has been filed) that will be
utilized under the proposal for the IARPA program. If a patent application has been
filed for an invention that the proposal intends to utilize, but the application has not
yet been made publicly available and contains proprietary information, the Proposer
may provide only the serial number, inventor name(s), assignee names (if any), filing
date, filing date of any related provisional application, and a summary of the patent
title, together with either: (1) a representation that the Proposer owns the invention, or
(2) proof of sufficient licensing rights in the invention. Proposers shall also indicate
their intention to incorporate patented technology into any deliverable- i.e., if
Proposers intend for any deliverable to embody any invention covered by any patent
or patent application listed by the Proposers in Volume I, Appendix A.2, Proposers
shall also specify in the Attachment the deliverable into which the Proposers expects
to incorporate the invention. In doing so, the Government requests that Proposers
further specify any rights offered to the Government for inventions that will be
utilized in the program (beyond the implied license that accompanies a patent owner’s
sale of a patented product).

(4) Noncommercial Data. Proposers shall identify all noncommercial data, including
technical data and computer software, that it plans to generate, develop and/or deliver
under any proposed award instrument in which the Government shall acquire less
than unlimited rights. In doing so, Proposers must assert (a) the specific restrictions
the Government’s rights in those deliverables, (b) the basis for such restrictions,
(c) the intended use of the technical data and noncommercial computer software in
the conduct of the proposed research and development of applicable deliverables, and
(d) a supporting rationale of why the proposed approach to data rights is in the
Government’s best interest (please see program specific goals above). If no
restrictions are intended, then the Proposer shall state “NONE.”

(5) Commercial Data. Proposers shall identify all commercial data, including technical
data and commercial computer software, that may be included in any deliverables
contemplated under the research effort and assert any applicable restrictions on the
Government’s use of such commercial data (please see program specific goals
above). If no restrictions are intended, then the Proposer shall state “NONE.”

DOI-BAA-GRAIL-FY22-03 Page 36 of 64
(6) Data Developed with Mixed Funding. If mixed funding is anticipated in data
generated, developed, and/or delivered under the research effort, the Government
seeks at minimum “Government Purpose Rights” (GPR) for all noncommercial data
deliverables; offering anything less shall be considered a weakness in the proposal.
United States Government purposes include any activity in which the United States
Government is a party, including cooperative agreements with international or multi-
national defense organizations, or sales or transfers by the United States Government
to foreign governments or international organizations. Government purposes include
competitive procurement, but do not include the rights to use, modify, reproduce,
release, perform, display, or disclose technical data or computer software for
commercial purposes or authorize others to do so. Government Purpose Rights
continue for a five-year period upon execution of the contract, and upon expiration of
the five-year period, the Government obtains Unlimited Rights in the data.

(7) Open Source. If Proposers propose the use of any open-source data or freeware, any
conditions, restrictions or other requirements imposed by that software shall also be
addressed. Proposers should leverage the format in Appendix A.2 for their response.

(8) Identification of Relevant Government Contracts. For all technical data and
computer software that a Proposer intends to deliver with other than unlimited rights
that are identical or substantially similar to technical data and computer software that
the Proposer has produced for, delivered to, or is obligated to deliver to the
Government under any contract or subcontract, the Proposer shall identify (a) the
contract number under which the data, software, or documentation was produced;
(b) the contract number under which, and the name and address of the organization to
whom, the data and software was most recently delivered or shall be delivered; and
(c) any limitations on the Government’s rights to use or disclose the data and
software, including, when applicable, identification of the earliest date the limitations
expire.

(9) Definitions. For this solicitation, IARPA recognizes only the definitions of IP rights
in accordance with the terms as set forth in the Federal Acquisition Regulation (FAR)
Part 27 Patents, Data, and Copyrights or as defined herein. If Proposers propose IP
rights that are not defined in FAR Part 27 or herein, Proposers shall clearly define
such rights in the “Intellectual Property Rights” Attachment of their proposal.
Proposers are reminded of the requirement for prime contractors to acquire sufficient
rights from subcontractors to accomplish the program goals.

(10) Evaluation. The Government will use the asserted data rights during the evaluation
process to evaluate the impact of any identified restrictions. The technical content of
the “Intellectual Property Rights” Attachment shall include only the information
necessary to address the proposed approach to IP; any other technical discussion in
the attachment shall not be considered during the evaluation process.

Attachment 3: OCI Notification or Certification Template provided in Appendix A.2

DOI-BAA-GRAIL-FY22-03 Page 37 of 64
Attachment 4: A Three Chart Summary of the Proposal. A PowerPoint summary that quickly
and succinctly indicates the concept overview, key innovations, expected impact, and other
unique aspects of the proposal. The format for the summary slides is included in Appendix A.2
and is required to be used by the Proposer. Attachment 4 does not count against the page limit.
Slide 1 should be a self-contained, intuitive description of the technical approach and
performance. These slides may be used during the evaluation process to present a summary of
the proposal from the Proposer’s view.

Attachment 5: Research Data Management Plan. (estimated as 2 to 3 pages). Template provided


in Appendix A.2 and is required to be used by the Proposer.

Attachment 6: Privacy Plan (No page limit). No template provided.

Attachment 7: Bibliography. A brief bibliography of relevant technical papers and research


notes (published and unpublished) which document the technical ideas on which the proposal is
based. No template provided.

Attachment 8: Relevant Papers. Copies of not more than three relevant papers may be included
in the submission. The Proposers shall include a one-page technical summary of each paper
provided, suitable for individuals who are not experts in the field. No template provided.

Attachment 9: Consultant Commitment Letters. If needed. No template provided.

Attachment 10: Human Use Documentation. See section 6.B.3. No template provided. Not
anticipated for GRAIL program.

4.B.2. Volume II: Cost Proposal (No Page Limit)

The DOI anticipates awarding cost-type procurement contracts.

The Proposer’s cost proposal shall contain sufficient factual information to establish the
Proposer’s understanding of the project, the perception of project risks, the ability to organize
and perform the work and to support the realism and reasonableness of the proposed cost, to the
extent appropriate. DOI recognizes that undue emphasis on cost may motivate Proposers to offer
low-risk ideas with minimum uncertainty and to staff the effort with junior personnel in order to
be in a more competitive posture. DOI discourages such cost strategies. Cost reduction
approaches that shall be received favorably include innovative management concepts that
maximize direct funding for technology and limit diversion of funds into overhead.

4.B.2.a. Section 1: Cover Sheet.


See Appendix B.1 for the Cover Sheet Template. Proposers must use and submit this template.

4.B.2.b. Section 2: Estimated Cost Breakdown.


See GRAIL Cost Proposal Template attached to the BAA.

DOI-BAA-GRAIL-FY22-03 Page 38 of 64
Proposers must submit numerical cost and pricing data using the GRAIL Cost Proposal
Template. The Excel files may be write-protected but shall not be password protected. The cost
proposal template is tabbed by each Task Area (TA-1, TA-2 and TA-3), and shall include intact
formulas and shall not be hard numbered. The GRAIL Cost Proposal Template has multiple cost
tabs. Proposers must complete the Cost Proposal Template as follows:

• Propose costs for all TAs (TA-1, TA-2, and TA-3). NOTE: Proposers must propose for
both phases for the chosen task area(s) to be considered for a contract award.
• Each task area must have the base and one option phase total in the total all phases tab.
• Separate Tabs for Base and Optional Phase are provided for Labor/Indirect Rates,
Subcontractors, Consultants, Materials/Supplies, Equipment, Travel, and Other Direct
Cost (ODC) Details.
• Each tab includes helpful instructions.
• Any proposed Cost Sharing shall be reflected in a separate spreadsheet created and
provided by Proposers.

4.B.2.c. Section 3: Supporting Information

In addition to the above, supporting cost and pricing information shall be provided in sufficient
detail to substantiate the Proposer’s cost estimates. Include a description of the basis of estimate
(BOE) in a narrative for each cost element and provide supporting documentation, as
applicable:

Direct Labor. Provide a complete cost breakout by labor category, hours and rates (template
available as Attachment). Specify all Key Personnel by name and clearly state their labor
category and proposed rate. Describe the basis of the proposed rates and provide a copy of the
most recent Forward Pricing Rate Agreement (FPRA) and/or Forward Pricing Rate
Recommendation (FPRR) with the Government. If Proposers do not have a current FPRA with
the Government, provide payroll records or contingency hire letters with salary data to support
each proposed labor category, including those for key individuals, and the most recent Forward
Pricing Rate Proposal Submission, if applicable. Proposer should also address whether any
portion of their labor rates is attributable to uncompensated overtime.

Labor Escalation Factor. State the proposed escalation rate and the basis for that rate (e.g.,
based upon Global Insight indices, Cost Index or historical data). If the escalation rate is based
upon historical data, provide data to demonstrate the labor escalation trend. Provide a sample
calculation demonstrating application of the factor to direct labor including the last three years
(if available) of historical labor escalation that was incorporated into Government contracts.

Subcontracts. (to include consultants and Inter-organizational Transfers (IOTs)) – The


Proposer is responsible for compiling and providing full subcontractor proposals with the Cost
Volume. Subcontractor cost element sheets shall be completed for the base period, each option
period and the total summary using the same format required for the prime contractor (See
Attachment). If available, provide a copy of the most recent Forward Pricing Rate Agreement

DOI-BAA-GRAIL-FY22-03 Page 39 of 64
(FPRA) and/or Forward Pricing Rate Recommendation (FPRR) with the Government
Information shall be presented in Excel with intact formulas using the format provided as
Attachment and addressing the supporting cost information as outlined in Section 4 of the BAA.
In addition to the full and complete subcontractor cost proposals, the Proposer shall also provide
its analysis of each subcontractor’s proposal including justification for why the subcontractor
was selected and its determination that the cost/price is fair and reasonable (Reference FAR Part
44 Subcontracting Policies and Procedures and FAR clause 52.244-2 Subcontracts). If
subcontractors have concerns about proprietary cost information, then subcontractors can
contact the CO for instructions.

Materials and Equipment. Provide copies of quotes, bill of materials, historical data, past
invoices, or any other information including Proposer’s analysis to support proposed costs.

Travel. The proposed travel supporting detail shall include destination and purpose of the trip,
number of trips, number of travelers and days per trip and price per traveler in sufficient detail
to verify the BOE. Proposed travel costs shall comply with the limitations set forth in FAR Part
31 Contract Cost Principles and Procedures.

Proposed conference travel must have an immediate, direct, and tangible benefit to the
Government such as providing a deliverable at the conference (e.g., gives a presentation,
presents a paper or research findings that are sponsored in whole or in part by IARPA).
Travel for personnel to simply attend a conference will not be approved as a direct charge to the
contract.

Other Direct Costs (ODCs). ODCs shall be listed separately and supported by quotes,
historical data or any other information including the Proposer’s analysis.

Indirect Costs. The Proposer shall show indirect cost calculations, identify the proposed
indirect rate by contractor fiscal year and program period (base, option period) and provide
information on indirect cost pools and allocation bases for each year and program period
involved. If a Government agency recently audited the Proposer’s indirect rates, the Proposer
shall identify the agency that conducted the audit, when the rates were approved and the period
for which they are effective. Include a copy of this rate agreement. Absent current Government
rate recommendations, it is incumbent on the Proposer to provide some other means of
demonstrating indirect rate realism (e.g., 3 years of historical actual costs with applicable pools
and bases). If proposed rates vary significantly from historical experience, the Proposer shall
explain the variance.

Cost Sharing. Describe the source, nature and amount of cost-sharing, if any. Reference
Resource Share from Section 4.B.1.c, paragraph J of the BAA

Other Pricing Assumptions. Identify all pricing assumptions, that should be incorporated into
the resulting award instrument (e.g., use of Government Furnished
Property/Facilities/Information, access to Government Subject Matter Experts, etc.). Reference
Resource Share from Section 4 of the BAA.

DOI-BAA-GRAIL-FY22-03 Page 40 of 64
Facilities Capital Cost of Money (FCCM). If proposing FCCM, the Proposer shall show
FCCM cost calculations, identify the proposed FCCM factors by contractor fiscal year and
program year and provide a copy of the Forward Price Rate Agreement (FPRA), Forward Price
Rate System (FPRS) or Forward Pricing Rate Recommendation (FPRR), if available.

Fixed Fee. If applicable, then identify the proposed fixed fee percentage and the proposed fixed
fee base. Provide justification for your proposed fixed fee.

Business Systems. For the Business Systems listed below, provide a brief description of the
cognizant federal agency responsible for auditing these Business Systems and any audit results.
If the system has been determined inadequate, provide a short narrative describing the steps
your organization has taken to address the inadequacies and the current status. If a formal audit
has been performed by a Government Agency, please provide a complete copy of the audit
report or adequacy determination letter. If the system has never received a formal Government
review and approval include a statement to that effect. Address whether your organization has
contracts that are Cost Accounting Standards (CAS) covered and if so, whether they are subject
to full or modified CAS coverage.

• Accounting System
• Purchasing System
• Estimating System

For any proposer without a deemed adequate accounting system, DOI will require the attached
DCAA Pre-Award Survey of Prospective Contractor Accounting System Checklist to be
submitted by proposer.

Certified Cost or Pricing Data. Certified Cost or Pricing Data may be requested for
procurement contract awards that exceed the threshold for submittal as set forth in the FAR,
unless the CO approves an exception from the requirement to submit cost or pricing data.
(Reference FAR Part 15.403 Obtaining certified cost or pricing data.)

4.C. Submission Details

4.C.1. Due Dates

Reference BAA General Information Section for proposal due dates and times.

4.C.2 Proposal Delivery

Proposals shall be submitted electronically through the IARPA Distribution and Evaluation
System (IDEAS). Proposers interested in providing a submission in response to this BAA shall
first register by electronic means in accordance with the instructions provided on the following
web site: https://iarpa-ideas.gov. Proposers who plan to submit proposals for evaluation are
strongly encouraged to register at least one week prior to the due date for the first round of
proposals. Proposers who do not register in advance do so at their own risk, and DOI shall not

DOI-BAA-GRAIL-FY22-03 Page 41 of 64
extend the due date to accommodate such Proposers. Failure to register as stated shall prevent
the Proposer’s submittal of documents.

After registration has been approved, Proposer’s should upload a complete proposal which
includes Volume I and Volume II scanned certifications and permitted additional information in
‘pdf’ format, or as otherwise directed (Excel, PowerPoint, etc.). Proposers are responsible for
ensuring a compliant and timely submission of their proposals to meet the BAA submittal
deadlines. Time management to upload and submit is the responsibility of the Proposer.

Note: IDEAS will require Proposers to complete a proposal cover sheet within IDEAS at
the time that Volume I – Technical and Management Proposal and Volume II Cost
Proposal are submitted

Upon completing the proposal submission, the Proposer shall receive an automated
confirmation email from IDEAS. Please forward that automated message to
IARPA_DOI_GRAIL@IBC.doi.gov and Brian_kehoe@ibc.doi.gov.

DOI strongly suggests that the Proposer document the submission of their proposal package by
printing the electronic receipt (time and date stamped) that appears on the final screen following
compliant submission of a proposal to the IDEAS website.

Proposals submitted by any means other than IDEAS (e.g., hand-carried, postal service,
commercial carrier and email) shall not be considered unless the Proposer attempted electronic
submittal, but was unsuccessful and notified the Government using the following procedure
below:

(1) The Proposer shall send an e-mail to IARPA_DOI_GRAIL@IBC.doi.gov


and brian_kehoe@ibc.doi.gov prior to the proposal due date and time specified in the
BAA and indicate that an attempt was made to submit electronically, and that the
submittal was unsuccessful.

(2) This e-mail shall include contact information for the Proposer. Upon receipt of such
notification, the Government will provide additional guidance regarding submission.

Proposals must be submitted by 5:00PM EDT, August 29, 2022 for Initial Round of Selections,
in order to be considered in the initial round. Selection remains contingent on the technical and
funding availability evaluation factors. Proposals received after the BAA Closing Date are
deemed to be late and will not be evaluated and not considered for contract award.
Although classified proposals are not anticipated for this program, if a Proposer chooses to
submit a classified proposal, the Proposer must first contact DOI via
IARPA_DOI_GRAIL@IBC.doi.gov and brian_kehoe@ibc.doi.gov for detailed submittal
instructions. In no case shall classified information be uploaded into IDEAS.

DOI-BAA-GRAIL-FY22-03 Page 42 of 64
4.D. Funding Restrictions

Facility construction costs are not allowable under this activity. Funding may not be used to
pay for commercialization of technology.

SECTION 5: PROPOSAL REVIEW INFORMATION

5.A. Technical and Funding Availability Evaluation Factors

The factors used to evaluate and select proposals for negotiation for this Program BAA are
described in the following paragraphs. Because there is no common SOW, each proposal shall
be evaluated on its own merits and its relevance to the Program goals rather than against other
proposals submitted in response to this BAA. The proposals shall be evaluated based on
technical and funding availability factors. These are of equal importance. Within the technical
evaluation factor, the specific technical criteria are in descending order of importance, as
follows: Overall Scientific and Technical Merit, Effectiveness of Proposed Work Plan,
Contribution and Relevance to the IARPA Mission and Program Goal, Relevant Experience
and Expertise, and Resource Realism. Specifics about the evaluation criteria are provided
below. Award(s) shall be made to a Proposer based on the technical and funding availability
factors listed below, and subject to successful negotiations with the Government. Award shall
not be made to Proposer(s) whose proposal(s) are determined not to be selectable. Proposers
are cautioned that failure to follow submittal and proposal instructions may negatively impact
their proposal evaluation or may result in rejection of the proposal for non-compliance.

5.A.1. Technical Evaluation Factor (technical criteria listed below)

5.A.1.a. Overall Scientific and Technical Merit

Overall scientific and technical merit of the proposal is substantiated, including unique and
innovative methods, approaches, and/or concepts. The Proposer clearly articulates an
understanding of the problem to be solved. The technical approach is credible and includes a
clear assessment of primary risks and a means to address them. The proposed research
advances the state-of-the-art.

5.A.1.b. Effectiveness of Proposed Work Plan

The feasibility and likelihood that the proposed approach will satisfy the Program’s milestones
and metrics are explicitly described and clearly substantiated along with risk mitigation
strategies for achieving stated milestones and metrics. The proposal reflects a mature and
quantitative understanding of the program milestones and metrics, and the statistical
confidence with which they may be measured. Any Proposer proposed milestones and metrics
are clear and well-defined, with a logical connection to enabling Proposer decisions and/or
Government decisions. The schedule to achieve the milestones is realistic and reasonable.

The roles and relationships of prime and sub-contractors are clearly delineated with all
participants fully documented. Work plans shall demonstrate the ability to provide full

DOI-BAA-GRAIL-FY22-03 Page 43 of 64
Government visibility into and interaction with key technical activities and personnel, and a
single point of responsibility for contract performance. Work plans shall also demonstrate that
all Key Personnel and significant contributors have sufficient time committed to the Program
to accomplish their described Program roles.

The requirement and rationale for and the anticipated use or integration of Government
resources, including but not limited to all equipment, facilities, information, etc., are fully
described including dates when such Government Furnished Property (GFP), Government
Furnished Equipment (GFE), GFI or other similar Government-provided resources shall be
required.

The Proposer’s RDMP is complete, addressing the types of data to be collected or produced,
describing how each type of data will be preserved and shared, including plans to provide
public access to peer reviewed publications and the underlying Research Data, or provides
justifiable rationale for not doing so.

5.A.1.c. Contribution and Relevance to the IARPA Mission and Program Goal

The proposed solution meets the letter and intent of the stated program goals and all elements
within the proposal exhibit a comprehensive understanding of the problem. The Proposer
clearly addresses how the proposed effort shall meet and progressively demonstrate the
Program goals. The Proposer describes how the proposed solution contributes to IARPA’s
mission to invest in high-risk/high-payoff research that can provide the U.S. with an
overwhelming intelligence advantage.

The Proposer’s proposed IP and data rights are consistent with the Government’s need to be
able to effectively manage the program and evaluate the technical output and deliverables,
communicate program information across Government organizations and support transition to
and further use and development of the program results by IC users and others at a reasonable
cost that is acceptable to the Government. The proposed approach to IP rights is in the
Government’s best interest.

5.A.1.d Relevant Experience and Expertise

The Proposer’s capabilities, related experience, facilities, techniques, or unique combination of


these, which are integral factors for achieving the proposal's objectives, shall be evaluated, as
well as qualifications, capabilities, and experience of all Key Personnel and significant
contributors critical in achieving the program objectives.

5.A.1.e Resource Realism (For Technical Evaluation)

The proposed resources demonstrate a clear understanding of the program, a perception of the
risks and the Proposer’s ability to organize and perform the work. The labor hours and mix are
consistent with the technical approach and are realistic for the work proposed. Material,
equipment, software, data collection and management, and travel, especially foreign travel, are
well justified, reasonable, and required for successful execution of the proposed work.

DOI-BAA-GRAIL-FY22-03 Page 44 of 64
5.A.2. Funding Availability Factor

5.A.2.a. Budget Constraints

The Government will seek to maximize the likelihood of meeting program objectives within
program budget constraints. This may involve awarding one or more contracts.

Note: If the Proposer has submitted the proposal to other federal, state or local agencies or
other parties that may fund the proposed effort, it may impact IARPA’s decision to fund the
effort.

5.A.2.b. Program Balance

The Government will consider IARPA’s overall mission and program objectives, which may
include but are not limited to the following: broadening the variety of technical approaches to
enhance program outcomes, transitioning the technology to Government partners, developing
capabilities aligned with the priorities of the IC and national security.

5.B. Method of Evaluation and Selection Process

IARPA conducts impartial, equitable, comprehensive proposal reviews to select the source (or
sources) whose offer meets the Government's technical, policy and programmatic goals. For
evaluation purposes, a proposal is the document described in Section 4 of the BAA. Additional
supporting or background materials submitted with the proposal(s) not specified in Section 4 of
the BAA shall not be evaluated.

The contract award process for this BAA has two steps. The first step is selection for
negotiations and is made based on the review of the technical and funding availability factors
(See BAA Section 5.A.). The second step is cost negotiation and contract award. Contract
award is contingent on CO determination of a fair and reasonable cost/price and agreement on
terms and conditions.

Selection for negotiation will be conducted through a peer or scientific review process led by
IARPA Program Manager (PM). This process entails establishing a Scientific Review Panel
(SRP) made up of qualified Government personnel who will review and assess each proposal’s
strengths, weaknesses and risks against the technical evaluation criteria. If necessary, non-
Government technical experts with specialized expertise may advise Government panel
members and the PM. However, only Government personnel will make selection
recommendations and decisions under this BAA.

Proposals will be reviewed individually and will not be compared against each other as they
are not submitted in accordance with a common SOW. When SRP reviews are complete, the
PM will prepare a recommendation to the IARPA Scientific Review Official (SRO) identifying
proposals as selectable, selectable with modification, or not selectable based on consideration

DOI-BAA-GRAIL-FY22-03 Page 45 of 64
of all stated factors (technical and funding availability factors). The SRO will make the final
decision as to select ability for negotiations. At this point, Proposers will be notified in writing
as to whether they have been determined selectable, selectable with modification, or not
selectable.

5.C. Negotiation and Contract Award

After selection and before award, the CO will contact Proposers whose proposals were selected
or selected with modifications to engage in negotiations. The CO will review the cost proposal
using the proposal analysis techniques described in FAR Part 31 as appropriate, to determine a
fair and reasonable cost. The CO’s evaluation will include review of proposed anticipated
costs/prices of the Proposer and those of associate, participating organizations, to ensure the
Proposer has fully analyzed the budget requirements, provided sufficient supporting
information, has adequate systems for managing the contract (accounting, purchasing), and that
data is traceable and reconcilable. The CO will also determine whether the prospective
contractor meets the responsibility standards of FAR Section 9.104 Standards. Additional
information and supporting data may be requested.

If proposed costs submitted are substantially different than the estimates provided in the
technical proposal, then a contract may not be awarded.

Procurement contracts, as determined by the contracting officer, shall be awarded to those


Proposers whose proposals are deemed most advantageous to the Government, all stated
evaluation factors considered, and pending the successful conclusion of negotiations.

5.D. Proposal Retention

Proposals shall not be returned upon completion of the source selection process. The original
of each proposal received shall be retained at IARPA and all other non-required copies shall be
destroyed. A certification of destruction may be requested, provided that the formal request is
sent to IARPA via e-mail to IARPA_DOI_GRAIL@IBC.doi.gov and
brian_kehoe@ibc.doi.gov within 5 days after notification of proposal results.

SECTION 6: AWARD ADMINISTRATION INFORMATION

6.A. Award Notices

As soon as practicable after the evaluation of a proposal is complete, the Proposer will be
notified that: (1) its proposal has been selected for negotiations, or (2) its proposal has not
been selected for negotiations.

6.B. Administrative and National Policy Requirements

6.B.1. Proprietary Data

DOI-BAA-GRAIL-FY22-03 Page 46 of 64
IARPA treats all proposals as proprietary information and will disclose their contents only for
the purpose of evaluation. All proposals containing proprietary data shall have the cover page
and each page containing proprietary data clearly marked as containing proprietary data. It is
the Proposer’s responsibility to clearly define to the Government what the Proposer considers
proprietary data.

6.B.2. Intellectual Property

General. The Government may request additional information from the Proposer, as may be
necessary, to evaluate the Proposer’s IP rights assertions. If Proposers do not identify any
restrictions with respect to a particular deliverable, the Government shall assume in its review
of the proposal that there are no restrictions on the Government’s use of such deliverables.
Further, failure to provide full information may result in a determination that the proposal is
not compliant with the BAA, and the Government reserves the right to reject a proposal if the
Proposer does not appropriately address all required IP rights issues.

IP Ownership. Regardless of the scope of the Government’s rights, Proposers may freely use
data for their own commercial purposes (unless restricted by the negotiated contract, U.S.
export control laws or security classification). Therefore, data including technical data and
computer software developed under any contract resulting from this BAA may remain the
property of the Proposers, subject to IARPA’s rights as set forth in the contract. IARPA seeks
the rights to technical data and/or computer software, developed, or used for the GRAIL
program in accordance with FAR 52.227-14 Rights in Data-General. For inventions first
conceived or actually reduced to practice under for this effort, IARPA will obtain a
nonexclusive, nontransferable, irrevocable, paid-up license to practice, or have practiced for
or on its behalf, such invention throughout the world; Proposer may elect to retain title as
described in FAR 52.227-11 Patent Rights-Ownership by the Contractor.

Indemnification. Proposers expecting to use, but not to deliver, data or patentable inventions,
including commercial open source tools in implementing their approach shall be required to
indemnify the Government against legal liability arising from such use.

Technical Data--Withholding of Payment. If technical data specified to be delivered under a


contract awarded under this BAA is not delivered within the time specified by the contract or
is deficient upon delivery (including having restrictive markings not specifically authorized by
the contract), the CO is permitted, until such data are accepted by the Government, to
withhold payment to the contractor. Payments may not be withheld, nor any other action taken
pursuant to this paragraph when the contractor's failure to make timely delivery or to deliver
such data without deficiencies arises out of causes beyond its control and without fault or
negligence of the contractor. The withholding of any amount or subsequent payment to the
contractor shall not be construed as a waiver of any rights accruing to the Government under
the contract.

DOI-BAA-GRAIL-FY22-03 Page 47 of 64
6.B.3. Human Use (No research proposals involving human subjects are anticipated
under this BAA)

All research involving human subjects, to include use of human biological specimens and
human data, selected for funding must comply with the federal regulations for human subject
protection, namely 45 CFR Part 46, Protection of Human Subjects.

Institutions awarded funding for research involving human subjects must provide
documentation of a current Assurance of Compliance with Federal regulations for human
subject protection, for example a Department of Health and Human Services, Office of
Human Research Protection Federal Wide Assurance (http://www.hhs.gov/ohrp). All
institutions engaged in human subject research, to include subcontractors, must also have a
valid Assurance. In addition to a local IRB approval, IARPA will review and approve the
HSR documentation before HSR may begin. However, IARPA does not require a secondary
review by a Government IRB.

For all proposed research that will involve human subjects, the institution must provide
evidence of or a plan for review by an Institutional Review Board (IRB) with the final
proposal submission to IARPA as outlined in the management plan. The IRB conducting the
review must be the IRB identified on the institution’s Assurance. The informed consent
document must comply with federal regulations (45 CFR Part 46).

The amount of time required to complete the IRB review/approval process may vary
depending on the complexity of the research and/or the level of risk to study participants.
Ample time should be allotted to complete the approval process. No IARPA funding can be
used towards human subject research until ALL approvals are granted.

In limited instances, human subject research may be exempt from Federal regulations for
human subject protection, for example, under Department of Health and Human Services, 45
CFR 46.101(b). Proposers claiming that their research falls within an exemption from Federal
regulations for human subject protection must provide written documentation with their
proposal that cites the specific applicable exemption and explains clearly how their proposed
research fits within that exemption.

6.B.4. Animal Use

No research proposals involving animal subjects shall be accepted under this BAA.

6.B.5. Publication Approval

It is anticipated that research funded under this Program shall be unclassified research that
shall not require a pre-publication review. However, Proposers should note that pre-
publication approval of certain information may be required if it is determined that its release
may result in the disclosure of sensitive intelligence information. A courtesy soft copy of any

DOI-BAA-GRAIL-FY22-03 Page 48 of 64
work submitted for publication shall be provided to the IARPA PM and the COTR a
minimum of 5 business days prior to release in any forum.

6.B.6. Export Control

(1) The Proposer shall comply with all U.S. export control laws and regulations, including the
International Traffic in Arms Regulations (ITAR), 22 C.F.R. Parts 120 through 130, and the
Export Administration Regulations (EAR), 15 C.F.R. Parts 730 through 799, and any
amendments thereto, in the performance of this contract. In the absence of available license
exemptions/exceptions, the Proposer shall be responsible for obtaining the appropriate
licenses or other approvals, if required, for exports of (including deemed exports) hardware,
technical data, and software, or for the provision of technical assistance.

(2) The Proposer shall be responsible for obtaining export licenses, if required, before
utilizing non-U.S. persons (as defined in the ITAR and EAR, as applicable) in the
performance of a contract, including instances where the work is to be performed on-site at
any Government installation (whether in or outside the United States), where the foreign
person shall have access to export-controlled technologies, including technical data or
software.

(3) The Proposer shall be responsible for all regulatory record keeping requirements
associated with the use of licenses and license exemptions/exceptions.

(4) The Proposer shall appropriately mark all contract deliverables controlled by ITAR and/or
EAR.

(5) The Proposer shall be responsible for ensuring that the provisions of this section apply to
its subcontractors.

(6) The Proposer may be required to certify knowledge of and intended adherence to these
requirements in the representations and certifications of the contract.

6.B.7. Subcontracting

It is the policy of the Government to enable small business and small disadvantaged business
concerns to be considered fairly as subcontractors to contractors performing work or
rendering services as prime contractors or subcontractors under Government contracts and to
assure that prime contractors and subcontractors carry out this policy. Each large business
Proposer that is selected for negotiation for award will be asked to submit a subcontracting
plan before award in accordance with FAR 19.702(a) (1) Statutory requirements. The plan
format is outlined in FAR 19.704 Subcontracting plan requirements.

Proposers shall declare teaming relationships in their Technical and Cost proposals and shall
specify the type of teaming arrangement in place, including any exclusive teaming
arrangements. IARPA neither promotes nor discourages the establishment of exclusive

DOI-BAA-GRAIL-FY22-03 Page 49 of 64
teaming agreements within Proposer teams. Individuals or organizations associated with
multiple teams shall take care not to over-commit those resources being applied.

6.B.8. Reporting

Fiscal and management responsibility are important to the Program. Although the number and
types of reports shall be specified in the award document, all Proposers shall, at a minimum,
provide the CO, COTR and PM with monthly technical reports and monthly financial reports.
The reports shall be prepared and submitted in accordance with the procedures contained in
the award document and mutually agreed upon before award. Technical reports shall describe
technical highlights and accomplishments, priorities and plans, issues and concerns,
evaluation results, and future plans. Financial reports shall present an on-going financial
profile of the project, including total project funding, funds invoiced, funds received, funds
expended during the preceding month, and planned expenditures over the remaining period.
Additional reports and briefing material may also be required, as appropriate, to document
progress in accomplishing program metrics.

The Proposer shall prepare and provide a research report of their work by month 24 for Phase
1 and by month 48 for Phase 2. The reports shall be delivered to the CO, COTR and the PM.
The reports shall include:

• Problem definition
• Findings and approach
• System design
• Possible generalization(s)
• Information on performance limitations and potential mitigation
• Anticipated path ahead
• Final identification of all commercial, third-party, or proprietary hardware, software,
or technical data integrated into any deliverable and all applicable use restrictions.
• Any research products, including publications, data, and software, resulting from the
project during the reporting period. The final report shall list in-progress scientific
manuscripts and other research products.
• Any patent application related to developed technologies

6.B.9. System for Award Management (SAM)

Selected Proposers will be required to register in the SAM system prior to any award under
this BAA unless otherwise directed by the Contracting Officer. Information on SAM
registration is available at http://www.sam.gov.

DOI-BAA-GRAIL-FY22-03 Page 50 of 64
6.B.10. Representations and Certifications

Selected Proposers will be required to complete electronic representations and certifications at


http://www.sam.gov and may also be required to complete additional representations and
certifications prior to award, unless otherwise directed by the Contracting Officer.

6.B.11. Lawful Use and Privacy Protection Measures

All data gathered by the Proposer shall be obtained in accordance with U.S. laws and in
compliance with the End User License Agreement, Copyright Laws, Terms of Service, and
laws and policies regarding privacy protection of U.S. Persons. Before using such data, the
Proposer shall provide proof that the data was acquired in accordance with U.S. laws and
regulations.

6.B.12. Public Access to Results

IARPA is committed to making the results of this research available and maximally useful to
the public, industry, government, and the scientific community, in accordance with the policy
set forth in the White House Office of Science and Technology Policy’s memorandum
“Increasing Access to the Results of Federally Funded Scientific Research,” dated February
22, 2013, consistent with all other applicable law and policy; agency mission; resource
constraints; and U.S. national, homeland, and economic security.
(https://obamawhitehouse.archives.gov/sites/default/files/microsites/ostp/ostp_public_access_
memo_2013.pdf)

Upon acceptance for publication, the author’s final peer-reviewed manuscript(s) or conference
paper(s) must be submitted to the IARPA-designated repository for public access, in
accordance with the instructions on IARPA’s website at www.iarpa.gov.
The Government will make the Publication available to the public through the repository at no
charge, following a one-year embargo to preserve the rights of the publisher. The author must
inform the publisher of rights that will be retained by the author and IARPA by including in
the publishing/transfer of copyright agreement a provision substantially as follows:

“Journal acknowledges that Author retains the right to provide a copy of the final peer-
reviewed manuscript (“Work”) to the Federal agency funding the research on which the Work
is based upon acceptance for Journal publication, for public archiving as soon as possible but
no later than 12 months after publication by Journal. Journal further acknowledges that the
Federal Government, having funded the research upon which the Work is based, has certain
irrevocable and non-exclusive contractual rights in the Work, which are not affected or altered
in any way by this Agreement.”

Additionally, awardee must deposit the data underlying the results and findings in the
publication in a suitable public repository, in accordance with the project’s Data Management
Plan. If the metadata describing the underlying or supporting research data is not included in
the Publication, the awardee must provide the metadata to the IARPA-designated public
access repository, in accordance with the instructions on IARPA’s website at www.iarpa.gov.

DOI-BAA-GRAIL-FY22-03 Page 51 of 64
IARPA will accept a final published article in lieu of a final peer-reviewed manuscript,
provided the author has the right to provide the article and authorize IARPA to release the
article publicly.

Data produced under the program, reports to IARPA, and program-related publications should
be consistent with the Transparency and Openness Promotion Guidelines of the Center for
Open Science, including preregistration of studies and analysis plans. (https://cos.io/our-
services/top-guidelines/).

To the extent possible, all reports to IARPA and all program-related publications should be
consistent with statistical best practices described in (Psychological Science (2014)
http://pss.sagepub.com/content/25/1/3).

For example, wherever appropriate, effect sizes and confidence intervals (or the Bayesian
equivalents) should be reported, and the data and methodology must be presented so that it is
easily used for meta-analysis and independent re-analysis of the data. All Proposers must
describe plans to ensure that the above requirements are satisfied.

6.B.13. Other Contract Requirements

6.B.13.a. Provisions

The outline that follows is illustrative of the types of general provisions required by the
Federal Acquisition Regulation for Cost Reimbursable Research & Development type
contracts and IARPA. This is not a complete list of provisions, nor does it contain specific
wording. Copies of complete provisions will be made available prior to award. The
Government reserves the right to update this list at time of contract award.

FAR General Provisions applicable to the solicitation:

FAR 52.204-7 System for Award Management (Oct 2018)

FAR 52.204-16 Commercial and Government Entity Code Reporting (Aug 2020)

FAR 52.204-24 Representation Regarding Certain Telecommunications and Video


Surveillance Services or Equipment (Nov 2021)

FAR 52.215-16 Facilities Capital Cost of Money (Jun 2003)

FAR 52.215-20 Requirements for Certified Cost or Pricing Data and Data Other Than
Certified Cost or Pricing Data (Nov 2021)

FAR 52.215-22 Limitations on Pass-Through Charges-Identification of Subcontract Effort


(Oct 2009)

FAR 52.216-1 Type of Contract (Apr 1984)

DOI-BAA-GRAIL-FY22-03 Page 52 of 64
FAR 52.216-27 Single or Multiple Awards (Oct 1995)

FAR 52.217-4 Evaluation of Options Exercised at Time of Contract (Jun 1988)

FAR 52.217-5 Evaluation of Options (Jul 1990)

FAR 52.222-24 Pre-award On-Site Equal Opportunity Compliance Evaluation (Feb 1999)

FAR 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or


Transactions Relating to Iran Representation and Certifications (Jun 2020)

FAR 52.230-2 Cost Accounting Standards (Jun 2020)

FAR 52.230-3 Disclosure and Consistency of Cost Accounting Practices (Jun 2020)

FAR 52.230-7 Proposed Disclosure- Cost Accounting Practice Change (Apr 2005)

FAR 52.233-2 Service of Protest (Sept 2006)

(a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that
are filed 52 directly with an agency, and copies of any protests that are filed with the
Government Accountability Office (GAO), shall be served on the Contracting Officer
(addressed as follows) by obtaining written and dated acknowledgment of receipt
from:

Department of the Interior


Interior Business Center
Acquisition Services Directorate
ATTN: Mr. Brian Kehoe

An e-mail shall be sent to: IARPA_DOI_GRAIL@IBC.doi.gov and


Brian_Kehoe@ibc.doi.gov

6.B.13.b. Clauses

The outline that follows is illustrative of the types of general clauses required by the Federal
Acquisition Regulation for Cost Reimbursable Research & Development type contracts. This
is not a complete list of clauses to be included, nor does it contain specific wording. A full list
of applicable FAR clauses, to include full text IARPA Clauses, will be made available for
review after selection and prior to contract award. The Government reserves the right to
update this list at time of contract award.
Examples of Anticipated FAR General Clauses:

FAR 52.202-1 Definitions (Jun 2020)

DOI-BAA-GRAIL-FY22-03 Page 53 of 64
FAR 52.203-5 Covenant Against Contingent Fees (May 2014)

FAR 52.203-7 Anti-Kickback Procedures (Jun 2020)

FAR 52.203-17 Contractor Employee Whistleblower Rights and Requirement to


Inform Employees of Whistleblower Rights (Jun 2020)

FAR 52.204-19 Incorporation by Reference of Representations and Certifications (Dec


2014)

FAR 52.204-21 Basic Safeguarding of Covered Contractor Information Systems (Jun


2016)

FAR 52.204-23 Prohibition on Contracting for Hardware, software, Services


Developed or Provided by Kaspersky Lab and Other Covered Entities (Jul 2018)

FAR 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video


Surveillance Services or Equipment (Aug 2020)

FAR 52.204-26 Covered Telecommunications Equipment or Services Representations


(Oct 2020)

FAR 52.215-23 Limitations on Pass-Through Charges (Jun 2020) (ALT I)

FAR 52.216-7 Allowable Cost and Payment (Aug 2018)

FAR 52.216-8 Fixed Fee (Jun 2011)

FAR 52.216-11 Cost Contract-No Fee (Apr 1984)

FAR 52.217-8 Option to Extend Services. (Nov 1999)

FAR 52.217-9 Option to Extend the Terms of the Contract (Mar 2000)

FAR 52.222-35 Equal Opportunity for Veterans (Jun 2020)

FAR 52.222-36 Equal Opportunity for Workers With Disabilities (Jun 2020)

FAR 52.222-50 Combating Trafficking in Persons (Oct 2020)

FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving
(Jun 2020)

FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2021)

FAR 52.227-14 Rights in Data – General (May 2014)

DOI-BAA-GRAIL-FY22-03 Page 54 of 64
FAR 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013)

FAR 52.232-40 Providing Accelerated Payments to Small Business Subcontractors


(Dec 2013)

FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004)

FAR 52.242-15 Alt I Stop-Work Order (Aug 1989)

FAR 52.244-6 Subcontracts for Commercial Items (Jul 2021)

FAR 52.246-8 Inspection of Research and Development—Cost-Reimbursement (Apr


1984)

FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998)

Appendix A.1: Template for Volume I, Section 1: Technical Proposal

Cover Sheet for Volume I: Technical Proposal (Required to be included in Volume I:


Technical Proposal)

(1) BAA Number DOI-BAA-GRAIL-


FY22-03
(2) Technical Area(s) – (TA)(s), if applicable
(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: Title, First Name, Last Name, Street
Address, City, State, Zip Code, Telephone, Fax (if available), Electronic Mail
(if available)
(9) Administrative Point of Contact to Include: Title, First Name, Last Name,
Street Address, City, State, Zip Code, Telephone, Fax (if available), Electronic
Mail (if available)
(10) Volume I no more than the specified page limit Yes/No

DOI-BAA-GRAIL-FY22-03 Page 55 of 64
(11) Restrictions on Intellectual property rights details provided in Appendix Yes/No
A format?
(12) Research Data Management Plan included? Yes/No

(13) OCI Waiver Determination, Notification or Certification [see Section 3 Yes/No


of the BAA] Included?
(13a) If No, is written certification included (Appendix A)? Yes/No

(14) Are one or more U.S. Academic Institutions part of your team? Yes/No

(14a) If Yes, are you including an Academic Institution Acknowledgment Yes/No


Statement with your proposal for each U.S. Academic Institution that is part
of your team (Appendix A)?
(15) Total Funds Requested from IARPA and the Amount of Cost Share (if $
any)
(16) Date of Proposal Submission

Appendix A.2: Attachment Templates for Volume I, Section 4: Technical Proposal


Attachment 1 Template - Academic Institution Acknowledgment Letter

Proposers must use the Attachment 1 Template.


-Please Place on Official Letterhead –
<Insert date>

To: Contracting Officer


Department of the Interior
Interior Business Center
Acquisition Services Directorate
Herndon, VA 20170

Subject: Academic Institution Acknowledgment Letter Reference: Executive Order


12333, As Amended, Para 2.7

This letter is to acknowledge that the undersigned is the responsible official of insert
name of academic institution, authorized to approve the contractual relationship in
support of the Office of the Director of National Intelligence’s Intelligence Advanced
Research Projects Activity and this academic institution.

The undersigned further acknowledges that he/she is aware of the Intelligence


Advanced Research Projects Activity’s proposed contractual relationship with insert
name of institution through DOI-BAA-GRAIL-FY22-03 and is hereby approved by the
undersigned official, serving as the president, vice president, chancellor, vice-
chancellor, or provost of the institution. Date

DOI-BAA-GRAIL-FY22-03 Page 56 of 64
Attachment 2 Template - Intellectual Property (IP) Rights
The use of the Attachment 2 Template is optional; however, any other format used must
include the same content as that in the Attachment 2 Template below.
[Please provide here your good faith representation of ownership or possession of
appropriate licensing rights to all IP that shall be utilized under the Program.]
PATENTS
Patent
number (or Patent Incorporation
application Patent Inventor owner(s) or into
number) name name(s) assignee deliverable
(Yes/No;
applicable
(List) (List) (List) (List) deliverable)

(1) Intended use of the patented invention(s) listed above in the conduct
of the proposed research:
(2) Description of license rights to make, use, offer to sell, or sell, if
applicable, that are being offered to the Government in patented
inventions listed above:
(3) How the offered rights will permit the Government to reach its
program goals (including transition) with the rights offered:
(4) Cost to the Government to acquire additional or alternative rights, if
applicable:
(5) Alternatives, if any, that would permit IARPA to achieve program
goals:

Data (Including Technical Data and Computer Software)


NONCOMMERCIAL ITEMS
Technical Data,
Computer
Software To be Asserted Name of Person
Furnished With Rights ASSERTING
Restrictions Basis for Assertion Category Restrictions
(List) (List) (List) (List)

DOI-BAA-GRAIL-FY22-03 Page 57 of 64
COMMERCIAL ITEMS
Technical Data,
Computer
Software To be Asserted Name of Person
Furnished With Rights ASSERTING
Restrictions Basis for Assertion Category Restrictions
(List) (List) (List) (List)

(1) Intended use of the data, including, technical data and computer
software, listed above in the conduct of the proposed research:
(2) Description of Asserted Rights Categories, specifying restrictions on
Government’s ability to use, modify, reproduce, release, perform, display,
or disclose technical data, computer software, and deliverables
incorporating technical data and computer software listed above: (3) How
the offered rights will permit the Government to reach its program goals
(including transition) with the rights offered:
(4) Cost to the Government to acquire additional or alternative rights, if
applicable:
(5) Alternatives, if any, that would permit IARPA to achieve program
goals:

Attachment 3 Template - Organizational Conflicts of Interest Certification Letter

The use of the Attachment 3 Template is Required if applicable.

(Month DD, YYYY)

Department of the Interior


Interior Business Center
Acquisition Services Directorate
REF: IARPA/GRAIL Program
ATTN: Brian Kehoe, Contracting Officer
Herndon, VA 20170

Subject: OCI Certification

Reference: DOI-BAA-GRAIL-FY22-03, (Insert assigned proposal ID#, if received)

Dear________________,

In accordance with IARPA Broad Agency Announcement DOI-BAA-GRAIL-FY22-03

DOI-BAA-GRAIL-FY22-03 Page 58 of 64
Organizational Conflicts of Interest (OCI), and on behalf of (Proposer name) I certify
that neither (Proposer name) nor any of our subcontractor teammates has as a potential
conflict of interest, real or perceived, as it pertains to the GRAIL program. Please note
the following subcontractors and their proposed roles:

[Please list all proposed contractors by name with a brief description of their proposed
involvement.]

If you have any questions, or need any additional information, please contact (Insert
name of contact) at (Insert phone number) or (Insert e-mail address).

Sincerely,

(Insert organization name) (Shall be signed by an official that has the authority to bind
the organization)

(Insert signature)

(Insert name of signatory)


(Insert title of signatory)

Attachment 4 Template - Three Chart Summary of the Proposal


The use of the Attachment 4 Template is Required.

DOI-BAA-GRAIL-FY22-03 Page 59 of 64
Attachment 5 Template - Research Data Management Plan (RDMP),
DOI-BAA-GRAIL-FY22-03

The use of the Attachment 5 Template is Required.


The Proposer must address each of the elements noted below.

The RDMP shall comply with the requirements stated in Section 4 of the BAA. In doing
so, it will support the objectives of the ODNI Public Access Plan at
https://www.iarpa.gov/research-programs/public-access-to-iarpa-research

1. Sponsoring IARPA Program (required):


2. Proposer (i.e., lead organization responding to BAA) (required):
3. Proposer point of contact (required): The point of contact is the proposed
principal investigator (PI) or his/her Designee.
a. Name and Position:
b. Organization:
c. Email:
d. Phone:

DOI-BAA-GRAIL-FY22-03 Page 60 of 64
4. Research data types (required): Provide a brief, high-level description of the types
of data to be collected or produced in the course of the project.
5. Standards for research data and meta data content and format (required): Use
standards reflecting the best practices of the relevant scientific discipline and research
community whenever possible.
6. Plans for making the research data that underlie the results in peer-reviewed
journal articles and conference papers digitally accessible to the public at the time
of publication/conference or within a reasonable time thereafter (required):
The requirement could be met by including the data as supplementary information to a
peer reviewed journal article or conference paper or by depositing the data in suitable
repositories available to the public.

a. Anticipated method(s) of making research data publicly accessible: ___


Provide dataset(s) to publisher as supplementary information (if publishers allow public
access)
___ Deposit dataset(s) in Data Repository
___ Other (specify)_________________________
b. Proposed research data repository or repositories (for dataset(s) not provided
as supplementary information): Suitable repositories could be discipline-specific
repositories, general purpose research data repositories, or institutional repositories,
as long as they are publicly accessible.
c. Retention period, at least three years after publication of associated
research results: State the minimum length of time the data will remain publicly
accessible.
d. Submittal of metadata to IARPA:
Proposers are required to make datasets underlying the results published in peer-
reviewed journal or conferences digitally accessible to the public to the extent feasible.
Here, the Proposer should state a commitment to submit metadata on such datasets to
IARPA in a timely manner.

Note: This does not supersede any requirements for deliverable data, as the award
document may include metadata as a deliverable item.

7. Policies and provisions for sharing and preservation (as applicable):


a. Policies and provisions for appropriate protection of privacy, confidentiality,
security, and intellectual property:
b. Descriptions of tools, including software, which may be needed to access and
interpret the data:
c. Policies and provisions for re-use, re-distribution, and production of derivative
works:

DOI-BAA-GRAIL-FY22-03 Page 61 of 64
8. Justification for not sharing and/or preserving data underlying the results of
peer reviewed publications (as applicable):
If, for legitimate reasons, the data cannot be shared and preserved, the plan must
include a justification detailing such reasons. Potential reasons may include privacy,
confidentiality, security, IP rights considerations; size of data sets; cost of sharing and
preservation; time required to prepare the dataset(s) for sharing and preservation.

Appendix B.1: Template for Volume II, Section 1: Cost Proposal

Attachment 1 Cover Sheet for Volume II: Cost Proposal (Required to be included in
Volume II: Cost Proposal)
(1) BAA Number DOI-BAA-GRAIL-
FY22-03
(2) Technical Area(s) (TA)(s)
(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: Title, First Name, Last Name,
Street Address, City, State, Zip Code, Telephone, Fax (if available),
Electronic Mail (if available)
(9) Administrative Point of Contact to Include: Title, First Name, Last
Name, Street Address, City, State, Zip Code, Telephone, Fax (if
available), Electronic Mail (if available)
(10) Contract type/award Instrument Requested: specify
(11) Place(s) and Period(s) of Performance
(12) Total Proposed Cost Separated by Basic Award and Option(s) (if
any)
(13) Name, Address, Telephone Number of the Proposer’s Defense
Contract Management Agency (DCMA) Administration Office or
Equivalent Cognizant Contract Administration Entity, if Known
(14) Name, Address, Telephone Number of the Proposer’s Defense
Contract Audit Agency (DCAA) Audit Office or Equivalent Cognizant
Contract Audit Entity, if Known
(15) Date Proposal was Prepared
(16) DUNS Number

DOI-BAA-GRAIL-FY22-03 Page 62 of 64
(17) TIN Number
(18) CAGE Code
(19) Proposal Validity Period [minimum of 180 days]
(20) Cost Summaries Provided (Appendix B)
(21) Size of Business in accordance with NAICS Code 541715
Appendix B.2: Attachment Templates for Volume II, Section 2: Cost Proposal

Attachment 1 Template – Software and IP Costs


Software and IP Costs
Item Cost Date of Expiration
(List)

NOTE: Educational institutions and non-profit organizations as defined in FAR part


31.3 and 31.7, respectively, at the prime and subcontractor level may deviate from the
cost template in Appendix B when estimating the direct labor portion of the proposal to
allow for OMB guided accounting methods (2 CFR 220) that are used by their
institutions. The methodology shall be clear and provide sufficient detail to substantiate
proposed labor costs. For example, each labor category shall be listed separately;
identify all Key Personnel and significant contributors provide hours/rates or salaries
and percentage of time allocated to the project.

Attachment 2 Template – Contract Deliverable Table Contract Deliverables Table

Contract
Deliverables

SOW TASK# Deliverable Title Format Due Date Distribution/Copies

Monthly
Contract Status 15th of each Copy to PM, CO and
Continual Report Gov't Format month COTR

Monthly
Technical Status 15th of each
Continual Reports Gov't Format month Standard Distribution**

DOI-BAA-GRAIL-FY22-03 Page 63 of 64
** Standard Distribution: 1 copy of the transmittal letter without the deliverable to the
Contracting Officer. 1 copy of the transmittal letter with the deliverable to the Primary PM and
COTR.

DOI-BAA-GRAIL-FY22-03 Page 64 of 64

You might also like