Skip to main content

An official website of the United States government

You have 2 new alerts

MULTI-SOURCE, MULTI-DOMAIN DATA EXPLOITATION FOR BATTLESPACE AWARENESS AND DECISION SUPPORT

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Oct 15, 2024 02:39 pm EDT
  • Original Published Date: Feb 09, 2021 10:39 am EST
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Jan 30, 2026
  • Original Inactive Date: Jan 30, 2026
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: AC12 - NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:

Description

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:  Multi-Source, Multi-Domain Data Exploitation for Battlespace Awareness and Decision Support       

BAA NUMBER: FA8750-21-S-7004

 

PART I – OVERVIEW INFORMATION

This announcement is for an Open, 2 Step BAA, which is open and effective until 30 Jan 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 5pm Eastern Standard Time (EST) on 30 Jan 2026, the following submission dates are suggested to best align with projected funding:

FY21 by 05 March  2021

FY22 by 01 August 2021

FY23 by 01 August 2022

FY24 by 01 August 2023

FY25 by 01 April 2024

 

 

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:   Research, develop, demonstrate, integrate, test, evaluate, and deliver technologies that:  (1) Process and exploit multi-source, multi-domain data to improve Battlespace Awareness and derive actionable decision information, and (2)  Leverage non-traditional software application development methodologies and DoD-sponsored Development, Security, Operations (DevSecOps) practices to automate processes including security and cybersecurity assurance, increase the cadence of feature enhancements, and reduce decision support timelines for Course of Action (COA) execution.                   

BAA ESTIMATED FUNDING:  Total funding for this BAA is approximately $49M.  Individual awards will not normally exceed 48 months with dollar amounts normally ranging from $500K to $5M.  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 Points of Contact (TPOC) as specified below.  Email requests are encouraged prior to white paper submittal.  Emails must reference the solicitation (BAA) number and title of the acquisition in the subject line.

BAA MANAGER:                                                               

Carolyn Sheaff                                                                 

AFRL/RIED                                                                                          

525 Brooks Rd

Rome, NY 13441-4505                                                                    

                                               

Carolyn.Sheaff@us.af.mil

SECONDARY BAA Manager:

Peter Rocci                                                                         

AFRL/RIED                                                                                          

525 Brooks Rd

Rome, NY 13441-4505                                                                    

Peter.Rocci@us.af.mil

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

    Amber Buckley

    Email:  Amber.Buckley@us.af.mil

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.

 

SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS.

                            Amendment 1 to BAA FA8750-21-S-7004

The purpose of this amendment is to update the FY22 white paper due date and Pre-Proposal Communication language as shown below.

  1. Part I OVERVIEW INFORMATION is updated as follows:

This announcement is for an Open, 2 Step BAA, which is open and effective until 30 Jan 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 5pm Eastern Standard Time (EST) on 30 Jan 2026, the following submission dates are suggested to best align with projected funding:

FY21 by 05 March  2021

FY22 by 15 Nov 2021

FY23 by 01 August 2022

FY24 by 01 August 2023

FY25 by 01 April 2024

  1. Pre-Proposal Communication between Prospective Offerors and Government RepresentativesDialogue between prospective offerors and Government representatives is encouraged.  Technical and contracting questions can be resolved via email submission (see Section VII). 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.

  1. Part II, Section IV.1 is updated as follows:

SUBMISSION DATES AND TIMES:  It is recommended that white papers be received by 1700 Eastern Standard Time (EST) on the following dates to maximize the possibility of award:

FY21 by 05 March  2021

FY22 by 15 Nov 2021

FY23 by 01 August 2022

FY24 by 01 August 2023

FY25 by 01 April 2024

White papers will be accepted until 1700 EST on 30 Jan 2026, but it is less likely that funding will be available in each respective fiscal year after the dates cited.  This BAA will close on 30 Jan 2026.

All offerors submitting white papers will receive notification of their evaluation results within 45 days of submission.  Offerors should email the TPOC and the Contracting Officer listed in Section VII, for status of their white paper(s) after 45 days, if no such correspondence has been received.

No other changes have been made.

                                           Amendment No. 3 to BAA FA8750-21-S-7004

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 AFRL.RIOF@us.af.mil.

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 3 TO BAA FA8750-21-S-7004

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.            The amendment in SAM.gov which updates Section III, Eligibility

Information was erroneously labeled at amendment 3; that was amendment 2,

and this republishing is amendment 3;

2.            Part I, Overview Information:

a.            Updated references of Beta SAM to SAM throughout;

b.            Updates the white paper submission dates;

3.            Part II, Full Text Announcement:

a.            Section III, adds paragraph 4;

b.            Section IV.1, updates the white paper submission dates;

c.             Section IV.3.a, updates the Classification Guidance;

d.            Section IV.4.f.5, removes the last sentence regarding options;

e.            Section IV.4, adds paragraph g;

f.             Section V.2.a, updates Review and Selection Process language;

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

h.            Section VI.4.d, adds language;

i.              Section VI.7, updates the applicable provisions;

No other changes are made.

SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS.

                                          AMENDMENT 4 to BAA FA8750-21-S-7004

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:

a.            Removed the request to hold white papers until FY24 and updated the FY24 due date;

2.            Part II, Full Text Announcement:

a.            Section IV.1, removed the request to hold white papers until FY24;

b.            Section V.3, Updates FAPIIS to Responsibility/Qualification;

c.             Section V.4, adds language regarding adequate price competition;

d.            Section VI.1, updates the proposal formatting language;

e.            Section VII, updates the provisions;

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                               AMENDMENT 5 to BAA FA8750-21-S-7004

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. Section III.2.b.2; updated the DCSA website;
    2. Section IV, added language regarding responsible sources;
    3. Section V.2.b.2; adds paragraph c regarding the S&T Program Protection requirements;
    4. Section IV.3, updated the debriefing language;
    5. Section VII, updates the provisions;
    6. Section VII, updates the OMBUDSMAN.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                           Amendment No. 6 to BAA FA8750-21-S-7004

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 No. 7 to BAA FA8750-21-S-7004

The purpose of this amendment is to:

  1. Section III, Paragraph 5, updates S&T Protection language;
  2. Section V, paragraph 2.e, updates the language regarding the S&T review;

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

Contact Information

Contracting Office Address

  • CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106 RM E125
  • ROME , NY 13441-4514
  • USA

Primary Point of Contact

Secondary Point of Contact

History