Federal Contract Opportunity

Last Updated on 08 Nov 2021 at 12 PM
Solicitation
New york New york

CAPABILITIES FOR CYBER ADVANCEMENT

Details

Solicitation ID FA875021S7001
Posted Date 08 Nov 2021 at 12 PM
Response Date 01 Dec 2025 at 5 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8750 Afrl Rik
Agency Department Of Defense
Location New york New york United states 13441

Sign up to access Documents

Signup now

NAICS CODE:  541715

FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

BAA ANNOUNCEMENT TYPE:  Initial announcement

 

BROAD AGENCY ANNOUNCEMENT (BAA) TITLE:  Capabilities for Cyber Advancement                                                                                             

BAA NUMBER: FA8750-21-S-7001

 

PART I – OVERVIEW INFORMATION

This announcement is for an Open, 2 Step BAA which is open and effective until 01 Dec 2025.  Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only.  While white papers will be considered if received prior to 6:00 PM Eastern Standard Time (EST) on 01 Dec 2025, the following submission dates are suggested to best align with projected funding:

FY21 by 05 Apr 2021

FY22 by 30 Sep 2021

FY23 by 30 Sep 2022

FY24 by 30 Sep 2023

FY25 by 30 Sep 2024

FY26 by 30 Sep 2025

 

Offerors should monitor the Contract Opportunities on the Beta SAM website at https://beta.SAM.gov in the event this announcement is amended.

                                  

CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:   Seeking innovative, next-generation technologies to achieve cyber superiority to integrate and transition into warfighting capabilities.

This BAA is a follow-on to FA8750-18-S-7002.

BAA ESTIMATED FUNDING:  Total funding for this BAA is approximately $975M.  Individual awards will not normally exceed 60 months with dollar amounts normally ranging from $100K to $99M.  There is also the potential to make awards up to any dollar value as long as the value does not exceed the available BAA ceiling amount.

ANTICIPATED INDIVIDUAL AWARDS:  Multiple Awards are anticipated.

TYPE OF INSTRUMENTS THAT MAY BE AWARDED: Procurement contracts, grants, cooperative agreements or other transactions (OT) depending upon the nature of the work proposed. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive BAA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement.

AGENCY CONTACT INFORMATION:  All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Point of Contact (TPOC) as specified below (unless otherwise specified in the technical area):

 

BAA MANAGER:                                                               

Walter Karas                                                                     

AFRL/RIGA                                                                                         

525 Brooks Rd

Rome, NY 13441-4505                                                                    

Telephone: (315)330-2625                                                           

Email:    [email protected] 

Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below:

    Amber Buckley

    Email:  [email protected]

Emails must reference the solicitation (BAA) number and title of the acquisition.

Pre-Proposal Communication between Prospective Offerors and Government Representatives:  Dialogue between prospective offerors and Government representatives is encouraged.  Technical and contracting questions can be resolved in writing or through open discussions. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government.

 

Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed.

PLEASE SEE THE ATTACHMENT WITH FULL SYNOPSIS DETAILS

                                   Amendment No. 1 to BAA FA8750-21-S-7001

The purpose of this modification is to update the Technical Point of Contact (TPOC) throughout the synopsis.

Part I, Agency Contact Information, and Part II, Section VII, Agency Contacts is updated to:

BAA MANAGER:                                                    

Todd Cushman                                                           

AFRL/RIGA                                                             

525 Brooks Rd

Rome, NY 13441-4505                                                          

Telephone: (315)330-4895                                        

Email:  [email protected]

No other changes are made.

     

                                Amendment No. 3 to BAA FA8750-21-S-7001

The purpose of this modification is to update the white paper content and format instructions. 

Part II, Section IV.2 updated to:

CONTENT AND FORMAT:   Offerors are required to submit a 4 to 5 page white paper summarizing their proposed approach/solution. Any pages in excess of 5 will be removed and not considered in the white paper evaluation. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government.

The white paper will be formatted as follows:

  1. Section A: Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone and email)(this section is NOT included in the page count);
  2. Section B: Task Objective; and
  3. Section C: Technical Summary and Proposed Deliverables.

All white papers shall be double spaced with a font no smaller than 12 point. Please note that less than 12 point font is acceptable for graphics and illustrations (as in labels and short descriptions) as long as it is readable when printed out on standard 8x11 paper.  In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) Code, their unique entity identifier and electronic funds transfer (EFT) indicator (if applicable), an e-mail address and reference BAA FA8750-21-S-7001 with their submission.

Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers, they must be marked with the restrictive language stated in FAR 15.609(a) and (b).

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

Similar Opportunities

New york New york 01 Dec 2025 at 5 AM (estimated)
New york New york 01 Dec 2025 at 5 AM (estimated)
New york New york 01 Dec 2025 at 5 AM (estimated)
New york New york 01 Dec 2025 at 5 AM (estimated)
New york New york 01 Dec 2025 at 5 AM (estimated)

Similar Awards

New york New york 07 Aug 2018 at 11 AM
New york New york 25 Jul 2017 at 7 PM
Location Unknown 22 Jun 2012 at 8 PM
Location Unknown 30 Sep 2015 at 5 PM
New york New york 20 Apr 2009 at 5 PM