Federal Bid

Last Updated on 27 Jun 2022 at 2 PM
Solicitation
New york New york

MULTI-DOMAIN COMMAND & CONTROL EXECUTION MANAGEMENT & WORKFLOWS - FLYLEAF

Solicitation ID FA875019S7013
Posted Date 27 Jun 2022 at 2 PM
Archive Date 30 Sep 2022 at 4 AM
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

Amendment No. 1 to BAA FA8750-19-S-7013

The purpose of this amendment is to:

     1. Regarding Section IV.4.f. HUMAN USE-

AFRL does not anticipate use of any human subjects under this BAA.

     2. Section VI.1 is updated to revise the date of the RI-Specific Proposal Preparation Instructions as shown below:

1. PROPOSAL FORMATING: When developing proposals, reference the AFRL "Broad Agency Announcement (BAA): Guide for Industry," Mar 2015, and RI-Specific Proposal Preparation Instructions, Jul 2019, which may be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=1cffad228f48b58057072a6c9113799d&tab=core&_
cview=1. Always reference the newest versions of these documents.

No other changes are made.

            AMENDMENT 2 to BAA FA8750-19-S-7013

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. Updates FBO reference to Beta SAM website; 
    2. Updates the BAA Manager name and information;
       
  2. Part II, Full Text Announcement:
    1. Section III.2.b.2, updates the DCSA website;
    2. Section IV.3.a, updates the DCSA website;
    3. Section IV.4.b and IV.4.c. updates clause dates;
      Section IV.4.e, updated the link to reference the Beta SAM website;
    4. Section VI.1, updates the RI Specific Proposal Preparation Instructions Beta SAM link;
    5. Section VII, updates the TPOC name and information and the AFFARS Ombudsman clause date

No other changes have been made.

 

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                             AMENDMENT 3 to BAA FA8750-19-S-7013

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. No changes made;

  1. Part II, Full Text Announcement:

    1. Section IV.2, updates Content and Format language;
    2. Section IV.3.a, updates the NISOPM reference to reflect it being codified in the CFR;
    3. Section IV.4, adds paragraph g;
    4. Section V., adds paragraph 4 regarding adequate price competition;
    5. Section VI.1, updates the Proposal Formatting language;
    6. Section VI.7, updates the applicable provisions;
    7. Section VII: updated the OMBUDSMAN

SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS.

                                                           Amendment No. 4 to BAA FA8750-19-S-7013

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.

Bid Protests Not Available