Federal Contract Opportunity

Last Updated on 30 Sep 2024 at 5 PM
Solicitation
New york New york

SIGNALS INFORMATION EXPLOITATION TECHNOLOGY ENHANCEMENTS (SIETE)

Details

Solicitation ID FA8750-22-S-7002
Posted Date 30 Sep 2024 at 5 PM
Response Date 31 Dec 2026 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

Possible Bidders

General Dynamics C4 Systems Incorporated

San antonio Bloomington Gilbert Tempe Pittsburgh Scottsdale Needham Linthicum Huntsville Columbia Orlando Taunton

National Industries For The Blind

Wayne Earth city Alexandria

Lockheed Martin Corporation

Saint paul Eatontown Oldsmar Manchester Camden Kekaha Johnson city Hudson Santa margarit Harlingen Moorestown Honolulu Las vegas Boulder Littleton Santa maria Grand prairie Ocala Greenbelt Bellevue Aurora Chambersburg Tinton falls Goleta Kailua Norfolk San antonio Glenside Clarksburg Rcho sta marg Lanham Arlington Troy Killeen Owego Aberdeen proving ground Fort bliss Sunnyvale Gulfport Alpharetta Seabrook Archbald Nashua Gilbert Atlanta Herndon Hoffman estates Baltimore Pomona Centreville Ontario North las vegas Manassas Horsham Liverpool Syracuse Malvern Orlando Chantilly Cherry hill Oak ridge New orleans Riviera beach Cape canaveral Americus Hoffman estate Sarasota Fort worth Colorado sprin Lexington Springfield Ventura Goodyear King of prussia Akron Houston Utica Bethesda Chelmsford Pinellas park Palo alto Burlington Irvine White sands missile range Great neck Merrimack Washington Courtland Bay saint louis Milpitas Johnstown Hightstown San jose Uniondale Titusville Gaithersburg Huntsville Palmdale Santa clara Falls church Yonkers Chesapeake Rockville Warner robins Hurlburt field Eagan Hanover Virginia beach New york Santa cruz San diego Austin Niagara falls Colorado springs Reston King of prussi Marietta Newtown Syosset Fairfax Burbank Mount laurel Buellton Papillion

Agilent Technologies Incorporated

Santa rosa Palo alto Everett Cedar creek Englewood Carpinteria Colorado springs Roseville King of prussia North billerica Andover Chicago Lexington Wilmington Avondale Walnut creek La jolla Santa clara Columbia

General Dynamics Mission Systems Incorporated

San antonio Minneapolis Las cruces Waimea Fort lewis Arlington Ypsilanti Pittsfield Virginia beach Aberdeen proving ground Bloomington El segundo Sunnyvale Beavercreek Fort hood Kaiserslautern Cambridge Cullman Mc leansville Layton Herndon Fort wayne Richardson Quincy Ann arbor Taunton Colorado springs Fort bragg Dedham Florham park Marion Scottsdale Needham Dayton Fairfax Annapolis junction Orlando Chantilly San jose Englewood Oakton Pittsburgh Augusta Huntsville Thousand oaks Plano Santa clara

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

ARA ANNOUNCEMENT TYPE:  Initial announcement

ADVANCED RESEARCH ANNOUNCEMENT (ARA) TITLE:  Signals Information Exploitation Technology Enhancements (SIETE)

ARA NUMBER: FA8750-22-S-7002

PART I – OVERVIEW INFORMATION

This announcement is for an Open, 2 Step ARA which is open and effective until 31 Dec 2026.  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 3pm Eastern Standard Time (EST) on 31 Dec 2026, the following submission dates are suggested to best align with projected funding:

FY22 by 15 MAR 2022

FY23 by 28 FEB 2023

FY24 by 28 FEB 2024

FY25 by 28 FEB 2025

FY26 by 28 FEB 2026

Offerors should monitor the Contract Opportunities on the SAM website at https://SAM.govin the event this announcement is amended.

                                  

CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:  Seeking innovative research to investigate algorithms, methodologies, and techniques for the demonstration and evaluation of enhanced signal information exploitation, dissemination, and analytics of existing and emerging adversarial systems. Areas of emphasis include 1) onboard processing enhancements of manned and unmanned Intelligence, Surveillance, and Reconnaissance (ISR) platforms; 2) high speed signal detection and prosecution technology demonstration, 3) cross domain multi-sensor/multi-platform data analytics, and 4) Open System Architecture (OSA) compliance for demonstration in operationally relevant environments.

ARA ESTIMATED FUNDING:  Total funding for this ARA is approximately $99.9M.  Individual awards will not normally exceed 60 months with dollar amounts normally ranging from $1,000,000 to $5,000,000.  There is also the potential to make awards up to $24.9M.

ANTICIPATED INDIVIDUAL AWARDS:  Multiple Awards are anticipated. However, the Air Force reserves the right to award zero, one, or more Procurement Contracts or Other Transactions, for all, some, or none of the solicited effort based on the offeror’s ability to perform desired work and funding fluctuations. There is no limit on the number of OTs that may be awarded to an individual offeror.

TYPE OF INSTRUMENTS THAT MAY BE AWARDED: Procurement contracts, or other transactions (OT) depending upon the nature of the work proposed. Other Transactions for Prototype or Other Transactions for Experimentation. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive ARA, 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):

ARA PROGRAM MANAGER:

Charles Estrella, Program Manager, AFRL/RIGC

525 Brooks Rd, Rome, NY 13441

(315) 330-7160 or

[email protected]

Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred):

    Amber Buckley

    Telephone (315) 330-3605

    Email:  [email protected]

Emails must reference the solicitation ARA 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.

SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS.

                                                     

                                              Amendment No. 1 to BAA FA8750-22-S-7002

The purpose of this amendment is to:

  1. Section III, Eligibility Information, adds the following paragraph 5 for S&T Protection:

5. In accordance with AFRLI 61-113, S&T Protection, Contractors/Recipients are required to submit with their proposal a Standard Form 424, "Research and Related and Senior and Key Person Profile (Expanded), as well as a Security Program Questionnaire, which are included in the RI-Specific Proposal Preparation Instructions and can be accessed at:

https://sam.gov/opp/e628c811fafe041accdddf55fb8539bf/view?keywords=AFRL-BAA-GUIDE&sort=-relevance&index=&is_active=true&page=1. Always reference the

newest versions of these documents.  Complete and submit the required forms with your proposal to the technical point of contact (TPOC) listed in Section VII-Agency Contacts AND [email protected].

Contractors will be required to provide documentation of their Security Program Plan for initial Institution S&T Protection Program Review. The purpose of requesting the plan is to evaluate the offeror’s capacity for protecting the Government’s S&T and failure to demonstrate a plan adequate to meet the needs of the requirement may be grounds for considering the proposal unawardable. In the event a security risk is identified and the Government has determined the security risk exceeds the acceptable threshold, the Contractor/Recipient will be notified and informed of the termination/decline of award. The Government will be only required to provide a general statement of the reasoning due to Government OPSEC measures.

After award, the Contractor/Recipient will be required to re-submit the Standard Form 424 as an annual requirement to the points of contact listed above.

No other changes are made.

                                            AMENDMENT 2 to BAA FA8750-22-S-7002

The purpose of this modification is to republish the original announcement,

incorporating any previous amendments, pursuant to FAR 35.016(c).

This republishing also includes the following changes:

1.            Updated U.S.C. references to 10 USC 4022 (previously 10 USC 4003,

2371b); and 10 USC 4023 (previously 10 USC 4004, 2373) throughout;

2.            Part II, Full Text Announcement:

a.            Section IV.f.5, removes the last sentence regarding options;

b.            Section VI.1, updates the Proposal Formatting language;

c.             Section VII, updates the provisions;

No other changes are made.

SEE ATTACHMENT FOR FULL ANNOUCEMENT CHANGES.

                                                   AMENDMENT 3 to BAA FA8750-22-S-7002

The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c).

This republishing also includes the following changes:

  1. PART I, Overview Information
  1. Updated the “type of instruments that may be awarded” language;

  1. Part II, Full Text Announcement:
    1. Deletes the “Catalog of Federal Domestic Assistance (CFDA) number as no assistance instruments will be awarded off of this ARA;
    2. Section I, updates the language under “Important Notes Regarding”;
    3. Section I; updates the language regarding “Other Transactions for Research Projects” and “Other Transactions for Prototype”;
    4. Section IV, added language regarding responsible sources;
    5. Section IV.4.c, deleted the second sentence relating to grant or agreement awards as assistance instruments will not be awarded under this ARA;
    6. Section IV.h.1; updated the 10 U.S.C. reference to 10 U.S.C. 3014;
    7. Section V.4, added the certified cost and pricing data threshold for small businesses and nontraditional contractors;
    8. Section VI.1, updates the Proposal Formatting language;
    9. Section IV.3, updated the debriefing language;
    10. Section VII, updates the provisions;
    11. Section VII, updates the OMBUDSMAN.

No other changes are made.

SEE ATTACHED FOR FULL AMENDMENT DETAILS.

                                       Amendment No. 4 to BAA FA8750-22-S-7002

The purpose of this amendment is to:

  1. In Section VI.7, NOTICE, update the provisions as follows:

NOTICE:  The following provisions* apply:

  1. FAR 52.204-7, System for Award Management
  2. FAR 52.204-16, Commercial and Government Entity Code Reporting
  3. FAR 52.204-22, Alternative Line Item Proposal
  4. FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures
  5. FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
  6. FAR 52.232-2, Service of Protest
  7. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
  8. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
  9. DFARS 252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements
  10. DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System
  11. DFARS 252.215-7009, Proposal Adequacy Checklist
  12. DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
  13. DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime
  14. DFARS 252.225-7057, Preaward Disclosure of Employment of Individuals Who Work in the People’s Republic of China
  15. DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation
  16. DFARS 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) (MAY 2020)
  17. DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government
  18. DFARS 252.239-7017, Notice of Supply Chain Risk
  19. DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (Deviation 2021-O0003) (APR 2021)

* Please note that the current versions or deviations of the related clauses will be included in any resulting contract. Additional provisions may be included in any resultant contract, dependent upon each individual effort.

No other changes are made.

                                        AMENDMENT 5 to ARA FA8750-22-S-7002

The purpose of this amendment is to cancel ARA FA8750-22-S-7002.

This ARA is now closed and no further white papers will be accepted.

Similar Opportunities

New york New york 31 Dec 2026 at 5 AM (estimated)
New york New york 31 Dec 2026 at 5 AM (estimated)
New york New york 31 Dec 2026 at 5 AM (estimated)
New york New york 31 Dec 2026 at 5 AM (estimated)
New york New york 31 Dec 2026 at 5 AM (estimated)

Similar Awards

New york New york 21 May 2012 at 6 PM
Location Unknown 19 Oct 2006 at 4 AM
Location Unknown 05 Oct 2006 at 4 AM
Location Unknown 26 Oct 2006 at 4 AM
Location Unknown 16 Jan 2006 at 5 AM