Federal Contract Opportunities

Showing 1,151-1,200 of 1,790 opportunities

These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.

DLA Emergent IV Research and Development Program

Amendment 27 revises incorrectly answered questions in Amendment 17 Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 6/18/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 6/12/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 6/10/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 5/14/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/25/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/25/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/3/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/19/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/9/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/5/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 3/14/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 3/13/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 2/28/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 2/28/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 2/22/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 1/25/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 1/19/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 1/18/2024
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 11/15/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 11/14/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 8/18/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 8/3/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 6/9/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 4/27/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 3/9/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 3/9/2023
Combined Synopsis/SolicitationNAICS: 541715.0

DLA Emergent IV Research and Development Program

Amendment 34 revised Tecnical R7D POCs, and added new AOI's. Amendment 33 revised AOI O. Amendment 32 revises the Hackathon timeline Amendment 31 revises the POC contant, revises the White Paper Template, and email subject line for questions Amendment 30 revises AOI O. Amendment 29 revises Hackathon timeline Amendment 28 adds AOI P. Critical Emerging Technologies Transition and Adoption Amendment 27 revises incorrectly answered questions in Amendment 17 Amendment 26 revises Hackathon timeline Amendment 25 revises Hackathon timeline Amendment 24 answers questions related to the Technical and Cost Proposal for Hackathon Amendment 23 revises AOI O. Amendment 22 answers questions related to Hackathon and changes the date for In-person Demonstrations Amendment 21 re-opens the Hackathon SOW and amends the overall timeline Amendment 20 answers questions regarding the use case for Hackathon Amendment 19 answers questions regarding the use case for Hackathon Amendment 18 revises the Hackathon timeline Amendment 17 Additional questions and answers for Hackathon Amendment 16 Questions and answers for Hackathon Amendment 15 adds the Statement of Work (SOW) to announce DLA J6's Hackathon. Amendment 14 adds a new subtopic to AOI H. Artificial Inteilligence/Machine Learning Application and to add IDIQ langauge. Amendment 13 revises B.1. Eligibility and B.4. White Papers. Amendment 12 adds Intellectual Property and Data Rights Clauses, adds Intellectual Property and Data Rights for Resultant Awardees, adds Identification and Assertion of Use, Release, or Disclosure Restrictions, and adds Government Furnished Property Instructions. Amendment 11 removes AOI Q and incorporates AOI Q into AOI O. Amendment 10 changes the title of AOI O., removes AOI P., and adds AOI Q. Amendment 09 reinstates AOI D. Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability. Amendment 08 updates the Point of Contact; removes AOI B, D, J & N; updates AOI C; inserts DFARS 252.227-7017, inserts FAR 52.204-24; inserts FAR 52.204-26. Amendment 07 adds project transition process information to the BAA as well as project transition statements to each Area of Interest. Amendment 06 raises the ceiling of the Emergent IV BAA0001-22 BAA to $125,000,000.00 from $50,000,000.00. All other Terms and Conditions remain unchanged. June 9, 2023: Republish the BAA per FAR 35.016(c) March 9, 2023: BAA0001-22 was cancelled and reposted in SAM.gov. All terms and conditions remain unchanged. Amendment 05 revises langunage in section B.4. White Papers on page 6 of the BAA Amendment 04 adds Area of Interest P. Flake Graphite-Based Solutions for Per and Polyfluorinated Substances (PFAS) Contamination found in Attachment B. See Amendment 04. Amendment 03 adds Area of Interest O. Human-Machine Teaming Technologies for Disposition Warehouse Management found in Attachment B. See Amendment 03. Amendment 02 revises Area of Interest "C. Advanced Manufacturing" found in Attachment B. See Amendment 02. Amendment 01 revises Area of Interest D. "Emerging Technologies to Enhance Part, Component and Logistical Product Data Granularity, Availability, and Interoperability" found in Attachment B. See Amendment 01. This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development in accordance with Federal Acquisition Regulation (FAR) 35.016, Broad Agency Announcement, as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitations shall be disregarded. This BAA will remain open for five years. The ceiling on this BAA is $50 Million. This BAA addresses DLA's need for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding in Areas of Interest not anticipated by DLA's annual R&D program planning and development processes. Interested parties may submit an initial summary of your plan, referred to as a "White Paper," describing a specific project related to an Area of Interest listing in Attachment B to this BAA. If a White Paper is of sufficient interest, DLA may request technical and cost proposals for the effort described by the White Paper. It is DLA's intention for Attachment B to be amended as needed to add, modify, or delete Areas of Interest. Please refer to the BAA attachment for further information. *Please not that there have been minimal changes from the Areas of Interest found in Emergent III.

Deadline: 6/12/2027
Posted: 3/19/2025
Combined Synopsis/SolicitationNAICS: 541715.0

F16_ANAPG68_PN-646R706G01_1270010778078

NSN: 1270-01-077-8078 P/N: 646R706G01 Noun: Array Brazing Assembly Application: F-16 Radar Antenna 9 Nov 2022 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Array Brazing Assembly. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman Systems Corporation (97942) drawing 646R706. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 646R706. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 646R706. This article shall be subjected to a form, fit, and function evaluation to demonstrate compatibility with the weapon system and to evaluate the REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-077-8078 P/N: 646R706G01 Noun: Array Brazing Assembly Application: F-16 Radar Antenna 9 Nov 2022 Section C 2/3 repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $20,000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 270 days. This is based on complexity of the Array Brazing Assembly and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 1270-01-077-8078 P/N: 646R706G01 Noun: Array Brazing Assembly Application: F-16 Radar Antenna 9 Nov 2022 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: The potential source is qualified on the right-hand article and requests to be qualified on the left-hand article. If the right-and left-hand articles are mirror images of each other, then approval can generally be given. c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process.

Deadline: 6/23/2027
Posted: 6/23/2025
RFINAICS: 81121.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 6/29/2027
Posted: 6/30/2022
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 6/29/2027
Posted: 6/30/2022
Combined Synopsis/SolicitationNAICS: 541990.0

Aviation and Missile R&D BAA

See attached BAA and ATTACHMENTs 1-4. ATTACHMENT 5 will be uploaded with specific Project Details when completed; this posting will be amended to add ATTACHMENT 5 when applicable. The purpose of Amendment 0002 is to provide ATTACHMENT 5 to the BAA. There is no AMENNMENT 0001 applicable to the BAA.

Deadline: 7/3/2027
Posted: 11/5/2025
PresolicitationNAICS: 541715.0

Multi-Spectrum Defensive Electronic Warfare (MSDEW) Advanced Research Announcement (ARA)

MSDEW ARA will develop sensors and systems supplies to meet the need for the national defense for improved joint lethality in contested environments, the ability to strike diverse targets inside adversary air and missile defense networks, and support a force which can deploy, survive, operate, maneuver, and regenerate in all domains while under attack. The program advances the Air Force EW (signal) capabilities to meet the need for the national defense and requires acquisition of aeronautical supplies, parts, accessories and designs for experimental and test purposes. These above strategic objectives will be accomplished through design, modeling, simulation and analysis (MS&A), experimentation, testing, and demonstration of multi-spectrum threat warning and countermeasures sensors, systems and technologies. This ARA will be open for Calls through 13 Jul 2027. UPDATED April 2025: This soliciation update removes references to an announcement level Model Contract as Model Contracts will be issued at the Call level. This update also makes minor administrative updates to the announcement. UPDATED November 2024: This solicitation update removes all references to Call 01 as that call is closed; extends the close date for the ARA for two years until 13 Jul 2027; adds the Security Risk Review - AFRLI 61-113 and appendices; and updates the primary and second points of contact (POCs).

Deadline: 7/13/2027
Posted: 4/1/2025
PresolicitationNAICS: 541715.0

Multi-Spectrum Defensive Electronic Warfare (MSDEW) Advanced Research Announcement (ARA)

MSDEW ARA will develop sensors and systems supplies to meet the need for the national defense for improved joint lethality in contested environments, the ability to strike diverse targets inside adversary air and missile defense networks, and support a force which can deploy, survive, operate, maneuver, and regenerate in all domains while under attack. The program advances the Air Force EW (signal) capabilities to meet the need for the national defense and requires acquisition of aeronautical supplies, parts, accessories and designs for experimental and test purposes. These above strategic objectives will be accomplished through design, modeling, simulation and analysis (MS&A), experimentation, testing, and demonstration of multi-spectrum threat warning and countermeasures sensors, systems and technologies. This ARA will be open for Calls through 13 Jul 2027. UPDATED November 2024: This solicitation update removes all references to Call 01 as that call is closed; extends the close date for the ARA for two years until 13 Jul 2027; adds the Security Risk Review - AFRLI 61-113 and appendices; and updates the primary and second points of contact (POCs).

Deadline: 7/13/2027
Posted: 11/21/2024
PresolicitationNAICS: 541715.0

Multi-Spectrum Defensive Electronic Warfare (MSDEW) Advanced Research Announcement (ARA)

MSDEW ARA will develop sensors and systems supplies to meet the need for the national defense for improved joint lethality in contested environments, the ability to strike diverse targets inside adversary air and missile defense networks, and support a force which can deploy, survive, operate, maneuver, and regenerate in all domains while under attack. The program advances the Air Force EW (signal) capabilities to meet the need for the national defense and requires acquisition of aeronautical supplies, parts, accessories and designs for experimental and test purposes. These above strategic objectives will be accomplished through design, modeling, simulation and analysis (MS&A), experimentation, testing, and demonstration of multi-spectrum threat warning and countermeasures sensors, systems and technologies. This ARA will be open for Calls through 13 Jul 2027. UPDATED April 2025: This soliciation update removes references to an announcement level Model Contract as Model Contracts will be issued at the Call level. This update also makes minor administrative updates to the announcement. UPDATED November 2024: This solicitation update removes all references to Call 01 as that call is closed; extends the close date for the ARA for two years until 13 Jul 2027; adds the Security Risk Review - AFRLI 61-113 and appendices; and updates the primary and second points of contact (POCs).

Deadline: 7/13/2027
Posted: 4/1/2025
PresolicitationNAICS: 541715.0

Indian Head Master BPA

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: BPA Categories NAICS PSC Remediation Services 562910 Hand Tools 332216 5120 HVAC 326191 4120 X-ray Film 325992 6525 Cylinder Gas 325199 6830 Safety Coveralls 315990 8415 Containers 321920 8145 Electrical/Electronic 335999 5999 Telecom 334290 Court Reporter/Arbitrator 541199 R606 *Patent Services 541430 R498 *Education 611710 U099 *Fire Protection 922160 Chemicals 325998 Facilities Support Service 561210 *Patent Services will have subcategories which are the following but not limited to: IT Electrical/Electronic Mechanical *Education will have subcategories which are the following but not limited to: Leadership Employee Safety Fire Protection will have subcategories which are the following but not limited to: Sprinkler System Fire Alarm/Panels BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Documentation addressing the capabilities and BPA categories interested in participating. Complete and return the price list (attach your price list if applicable). Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://wawf.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov/SAM/). ITAR Certification- Procurements under these BPA Masters include unclassified controlled technical information assigned a restricted distribution statement which is export controlled. To receive this unclassified controlled technical information, an Offeror must be currently certified through the United States/Canada Joint Certification Program. To become certified for receipt of the technical documents, a U.S. Offeror must submit a completed DD Form 2345 to the U.S./Canada Joint Certification Office. Canadian Offerors may submit either a completed DD Form 2345 or DSS-MAS 9379 for certification. In addition, a copy of the company's State/Provincial Business License, Incorporation Certificate, sales Tax Identification Form or other documentation which verifies the legitimacy of the company must accompany all DD Form 2345s. Additional information on the Joint Certification Program and a checklist for completion of the DD Form 2345 is available at the following website: http://www.dla.mil/HQ/InformationOperations/Offers/Products/LogisticsApplications/JCP/. Important Notes: *This is a small business set-aside however, large businesses will be considered for other opportunities. If you possess a GSA contract please note your GSA contract number in your response. Team arrangements are encouraged. *Vendors who are found to have technical merit will be issued a Master BPA to be able to bid on future requirements. *Items on the price list include drawing numbers. Please provide your best estimate based on your work history. Catalog prices can be provided as they may help with direct award under the 10k threshold. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Dr. David Greaves, at david.greaves@navy.mil Michelle Reeves, at michelle.y.reeves.civ@us.navy.mil Marlene Ridgell, at marlene.l.ridgell.civ@us.navy.mil Sarah Hayden, at sarah.n.hayden3.civ@us.navy.mil Jodi Fields, at jodi.l.fields.civ@us.navy.mil Angela Tejeda, at angela.y.tejeda.civ@us.navy.mil

Deadline: 7/13/2027
Posted: 7/14/2022
SolicitationNAICS: 332216.0

Mississippi River Outlets, Vicinity of Venice, Louisiana Tiger Pass Bar Channel, Maintenance Dredging, Plaquemines Parish, LA (ED 24-011)

Mississippi River Outlets, Vicinity of Venice, Louisiana Tiger Pass Bar Channel, Maintenance Dredging, Plaquemines Parish, LA (ED 24-011) The work consists of the dredging and disposal of material from the Tiger Pass Ship Channel. Approximately 2.25 million cubic yards of material will be dredged from the channel to restore navigation. The dredged material will be disposed of via pipeline into disposal sites specified in the Plans and Specifications. All disposal sites will be single point discharge. The work consists of the dredging and disposal of material from the Tiger Pass Ship Channel. Approximately 2.25 million cubic yards of material will be dredged from the channel to restore navigation. The dredged material will be disposed of via pipeline into disposal sites specified in the Plans and Specifications. All disposal sites will be single point discharge. The magnitude of construction is between $10,000,000 and $20,000,000. This requirement is Unrestricted. The solicitation will be available free of charge by electronic posting only and may be found on the System of Award Management System (SAM) website, https://sam.gov. Paper copies of the solicitation will not be issued. Therefore, telephone and Fax requests for this solicitation will not be honored. Project files are Portable Document Format (PDF} files and can be viewed, navigated, or printed using Adobe Acrobat Reader. Contractors must register at the SAM website at https://www.sam.gov to download the solicitation for this project. If/when issued, Amendments will be posted to the abovereferenced website for electronic downloading. This will be the only method of distributing amendments before closing; therefore, the Bidders must check the website periodically for any amendments to the solicitation. Bidders shall maintain an active registration in the System for Award Management (SAM) database at https://www.sam.gov to be eligible for a Government contract award. If a bidder is not actively and successfully registered in the SAM database at the time of award, the Government reserves the right to award to the next prospective bidder. Bidders are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Bid date will be established via amendment.

Deadline: 7/16/2027
Posted: 7/16/2025
SolicitationNAICS: 237990.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 7/19/2027
Posted: 7/20/2022
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.

Deadline: 7/19/2027
Posted: 7/20/2022
Combined Synopsis/SolicitationNAICS: 541990.0

Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 1-2025. Specification No. OM25135

Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 1-2025. Specification No. OM25135 The Contractor's dredge and attendant plant will primarily be used in connection with the construction and possible maintenance of a saltwater barrier sill located between Mile 63.0 and Mile 64.0 Above Head of Passes (AHP) on the Mississippi. The work will consist of satisfactorily placing hydraulically dredged material which shall be taken from a borrow area located on the river bottom. The contract plates show the approximate location of the sill and configuration of the sill (should the sill need to be built to -30’ LWRP with a 620’ notch to -55’ LWRP) and borrow areas. Further details of the location, size, and configuration of the sill and borrow area required will be given in the dredging assignments. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 7/21/2027
Posted: 7/22/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136

Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 2-2025. Specification No. OM25136 The Contractor's dredge and attendant plant will primarily be used in connection with the construction and possible maintenance of a saltwater barrier sill located between Mile 63.0 and Mile 64.0 Above Head of Passes (AHP) on the Mississippi. The work will consist of satisfactorily placing hydraulically dredged material which shall be taken from a borrow area located on the river bottom. The contract plates show the approximate location of the sill and configuration of the sill (should the sill need to be built to -30’ LWRP with a 620’ notch to -55’ LWRP) and borrow areas. Further details of the location, size, and configuration of the sill and borrow area required will be given in the dredging assignments. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 7/21/2027
Posted: 7/22/2025
SolicitationNAICS: 237990.0

Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137

Mississippi River, Baton Rouge to the Gulf, Saltwater Barrier Sill, Cutterhead Dredge Contract No. 3-2025. Specification No. OM25137 The Contractor's dredge and attendant plant will primarily be used in connection with the construction and possible maintenance of a saltwater barrier sill located between Mile 63.0 and Mile 64.0 Above Head of Passes (AHP) on the Mississippi. The work will consist of satisfactorily placing hydraulically dredged material which shall be taken from a borrow area located on the river bottom. The contract plates show the approximate location of the sill and configuration of the sill (should the sill need to be built to -30’ LWRP with a 620’ notch to -55’ LWRP) and borrow areas. Further details of the location, size, and configuration of the sill and borrow area required will be given in the dredging assignments. The magnitude of construction range for this Dredge project is between $10,000,000.00 and $25,000,000.00. A bid opening date will be established in a future amendment. You can access these files from a link located on Sam.gov (www.SAM.gov). You will need the adobe acrobat reader for .pdf files (www.adobe.com) in order to open most files posted by the New Orleans District. You are encouraged, for marketing purposes, to register as an Interested Vendor in beta.Sam.gov (www.beta.SAM.gov). This can be done by clicking on the solicitation title and clicking on the button that says Register as an Interested Vendor and entering your business information. Offerers are also encouraged to post notices of prospective subcontracting opportunities on the Small Business Administration's Subnet, at http://web.sba.gov/subnet. Offerers must be registered with the System for Award Management (SAM), in order to receive a Government contract award. To register, the SAM Internet address is: http://www.sam.gov. The Contract Specialists for this solicitation is Cori A.Caimi at 504-862-1352 (email Cori.A.Caimi@usace.army.mil) or Bambi Raja at 504-862-1499 (email Bambi.l.raja@usace.army.mil).

Deadline: 7/21/2027
Posted: 7/22/2025
SolicitationNAICS: 237990.0

Directed Energy Technology Experimentation Research (DETER) Advanced Research Announcement (ARA) Open Announcement

ADVANCED RESEARCH ANNOUNCEMENT (ARA) FA9451-21-S-0001 Directed Energy Technology Experimentation Research (DETER) Air Force Research Laboratory/Directed Energy Directorate NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees Federal Agency Name: Air Force Research Laboratory, Directed Energy, Phillips Research Site, Kirtland AFB NM (AFRL/RD) ARA Title: Directed Energy Technology Experimentation Research Announcement (DETER) ARA Type: This is an Open ARA with Calls; initial announcement ARA Number: FA9451-21-S-0001 Program Summary: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). AFRL/RD is interested in receiving white papers and proposals through a Two-Step Process to perform research and development (R&D), modeling and simulation (M&S), design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Dialogue between prospective Offerors and Government representatives is strongly encouraged. *Note: AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. *Please see the attached DETER Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* Background: AFRL/RD equips the joint warfighter with next-generation technologies, advanced concepts, and weapon system options across all operational domains to become more agile and increase the commercialization potential of directed energy investments to ensure the National defense. This solicitation intends to use acquisition authorities provided by 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). This authority applies to acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, space-flight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense and a strategy for verifying those intended benefits. The proposed solutions should be innovative and substantially improve national defense capabilities across the domains of directed energy. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas are covered under this announcement, which may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Communication between Prospective Offerors and Government Representatives: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication will be limited once full-proposals are submitted for evaluation/review. Prospective Offerors are welcome to request sit-downs and provide demonstrations of their capabilities. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. However, questions related to the objectives of the effort or prior similar efforts may be answered. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. THIS WILL BE A HYBRID ANNOUNCEMENT: This announcement has an open request for white papers as described below. Calls may be issued under this announcement for discrete requirements. Call types can vary and may include, but are not limited to, One-Step, Two-Step, Open, Closed, Staggered, Limited Calls or any combination therein. AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RD Kirtland Air Force Base is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373), Procurement for Experimental Purposes. Open Announcement Submission: White papers must be submitted to https://usg.valideval.com/teams/DETER/signup. If it is determined that a classified white paper is required, please DO NOT DELIVER any classified portion of the white paper, but rather contact the DETER Org Mailbox for specific delivery instructions. Further instructions for white paper submission can be found in the DETER Industry User Guide attached to this announcement. Call Request: Calls, other than Limited Calls, will be issued under this announcement via the Government Point of Entry (GPE) at https://beta.sam.gov. Notification of Calls may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Call Submission: Submission requirements for Calls will be specified in the solicitation documentation of each Call. Call Variations: Variations of the ARA Call process are available for use. The following types are commonly used, but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all of a selected proposal, part of a selected proposal, or none of the proposals may be selected for award. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential Offerors are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period of time, which will be identified in the solicitation. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are reviewed consistent with the process for one-step ARAs. Open Call: This approach allows for white paper and/or proposal submittals at any time within a specified period. Open calls will be updated no less frequently than annually. White papers/proposals are reviewed when received during the period that the ARA is open. Closed Call: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth in the ARA. Staggered-Closed Call: The staggered-closed Call states a specified date and time for receipt of proposals or white papers, but also allows for proposals/white papers after the date and time set for proposal receipt. All Offerors should be cautioned, however, that the likelihood of funding proposals received after the specified date and time is substantially reduced. Limited Call: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Open Announcement Modifications: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://beta.sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to: topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract/instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" DoD Grant and Agreement Regulation (DoDGARS) The Government anticipates that a mix of contract/instrument types will be used throughout the life of this ARA. Generally, awards under this announcement or any Calls may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, etc. NOTE: If proposing a Federal Acquisition Regulation (FAR) type contract, the FAR clauses will be referenced at the Call level or within the Request for Proposal. The FAR and supplement provisions and clauses are incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If proposing an assistance instrument (grants or cooperative agreements) then articles and guidance found under DoDGARS, Code of Federal Regulations (CFR) and OMB/DoD Policy shall be used and followed as appropriate. If proposing an Other Transaction (OT) these FAR references and clauses would not apply. The terms and conditions of an OT agreement should be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, individual Calls may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Deliverables: Hardware and software deliverables will be specified within a separately priced line items and data deliverables will be specified on individual CDRL(s) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all of their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection [Summary Only -- See Attached Industry Guide for full details]: Offerors are notified that completion of a S&T Program Protection review with an acceptable risk determination is required for all awards issued under this ARA. To reach an acceptable risk level, Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. Offerors selected for a potential award will be required to submit: 1.) SF424 "Research and Related Senior and Key Person Profile," 2.) Security Program Questionnaire and 3.) Privacy Act Statement. The (3) template documents are attached to this announcement. The Government reserves the right to determine an Offeror unawardable based on an unacceptable S&T Protection risk determination. During the security review process, if it is determined that Covered Individuals are identified as potentially having a conflict of interest/commitment, the Government will not award the contract/agreement. Announcement Period: The overarching announcement has no end date and is considered to be in effect until further closed or rescinded. Submit all questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) NOTE: Call Points of Contact will be specified at the Call level. ? TOPIC AREAS 1. Directed Energy (DE) Sources This category of supplies covers research, development and testing for all directed energy sources in the near-term and far-term in support of National Defense. This area covers the design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. This area also covers the redesign, refurbishment, modification, and/or upgrade of existing sources, if required, to support laboratory experimentation, field or flight trials, and/or demonstrations. Examples of directed energy sources include, but are not limited to: a. Laser Sources b. High Power Electromagnetic (HPEM) Sources 2. Acquisition Tracking Pointing (ATP), Beam Control (BC) and Atmospheric Compensation (AC) Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of any hardware, sensors, control electronics, and software/firmware required to develop ATP, BC and AC systems to control the propagation of directed energy so as to maximize energy/irradiance on target. This area also includes any required accessories, materials, supplies, and/or services necessary to conduct laboratory experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. 3. DE Weapon Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of DE weapon components and systems, diagnostics, accessories, materials, supplies, and services necessary to build/integrate complete weapon systems for laboratory research, experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. Systems engineering design/analysis and/or trade studies are relevant in regards to size, weight, and power (SWAP). Specific topics of interest include the following areas: a. Feasibility studies of innovative HPEM applications b. Integration of disparate technologies for the fielding of new HPEM systems and weapons c. Identification and quantification of useful -HPEM effects d. Development of HPEM sources that have a role in future applications e. system integration and demonstration of future HPEM capabilities f. Power subsystems g. Thermal Management subsystems h. Command and control subsystems i. Platform integration j. Detection, targeting and tracking subsystems k. DOTmLPF-P studies and experimentation l. CONOPS, CONEMPS, TTP development and experimentation m. Performance enhancement technologies for existing systems 4. DE Effects Testing Provide testing of materials, components, subsystems, and systems to determine the vulnerability, susceptibility, and accessibility of potential DE targets to DE exposure. This includes the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of unique DE components, sources, and systems and any required diagnostic and/or special test equipment/tooling and materials necessary to conduct DE-material interaction physics experimentation to establish the efficacy of DE waveforms to support the development of DE weapons system requirements and/or assessment of proposed DE weapon systems. Develop survivability requirements and recommendations for space systems and support vulnerability predictions. 5. Modeling, Simulation and Analysis (MS&A) This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of scientific modeling, simulation and analysis software and requisite IT hardware systems necessary to efficiently execute software to support DE weapon system design, development, testing, and data analysis of test results. This includes campaign-level, engagement-level, system, and component-level MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large simulation sizes and be portable to massively parallel computer architecture. MS&A software may include fast running engineering codes and detailed physics modeling codes. Examples of MS&A sub-topic areas include, but are not limited to: a. DE System Performance MS&A b. DE System Effects MS&A c. DE System Target Assessment d. DE System Biosafety and Biological Effects e. DE Source and Component Virtual Design f. Satellite signatures and Radiometric/photometric assessments of space objects. g. Assess electro-optical Space Domain Awareness (SDA) systems and architectures. h. Space system functional modeling and response i. Conduct Space Domain Awareness in non-traditional orbits j. Quantify safe operating conditions for lasers operating through the atmosphere and space 6. Wargaming This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of wargaming and scientific modeling, simulation and analysis software and their requisite IT hardware systems necessary to efficiently execute this software to support DE weapon system design, development, testing, and data analysis of wargaming results. This includes campaign-level, engagement-level, system, and component-level wargaming MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large wargaming and simulation sizes and be portable to massively parallel computer architecture. Wargaming MS&A software may include fast running engineering codes and detailed physics modeling codes. Additionally, the wargaming area should provide general wargaming support to include DE wargame planning, table top, MS&A, and field execution, and wargame reporting. In addition, provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct wargame research, experiments, field and/or range testing of DE components, subsystems, systems and demonstrations under operationally relevant conditions. 7. Innovative Space Domain Awareness Provide basic & applied research, algorithms, software/firmware, materials, supplies, and services necessary to conduct technology maturation for ground-based surveillance of space objects. Examples include, but are not limited to: a. Closely-spaced object detection and characterization. b. Daytime detection and custody of satellites. c. Orbit determination techniques and algorithms for satellites significantly affected by lunar and solar gravity. d. Rapid, on-demand orbit determination. e. Extremely wide field-of-view image exploitation for satellite discovery and custody. f. Multi-phenomenology sensor integration (e.g. optical, radar, passive radiofrequency). g. Active optical techniques for satellite ranging and characterization (e.g. LiDAR, LADAR). h. Sharp imaging of satellites through the atmosphere at low elevation angles. i. Characterization of atmospheric deep turbulence for image restoration. j. Techniques, algorithms, architecture designs, etc. for collaborative autonomous telescope networks. k. Multispectral, hyperspectral, and polarimetric characterization of space objects. l. Techniques to improve and exploit short- and long-wave infrared characterization of space objects. m. Machine learning algorithms to advance the state-of-the-art in areas such as: • Point spread function correction. • Space object image classification using resolved or non-resolved sensor imagery. • Uncorrelated track association. • Space object feature identification, model inference, and attitude regression. • Space object detection in noisy image backgrounds. • Generation of realistic space scene imagery / discernment of real vs. synthetic. • Detection of subtle, unique image artefacts of interest in a large dataset. 8. Experiments, Testing and Demonstrations Provide general and specialized test support to include DE test planning, laboratory and field demonstration, and reporting. Provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct testing of DE components, subsystems, systems, and demonstrations under operationally relevant conditions. 9. Laboratory Materials, Supplies and Services in Support of Experimentation Provide required ancillary support systems, equipment, materials, supplies, infrastructure, and services necessary to support the development, operation, maintenance, and testing required to evaluate DE through experimentation in the laboratory and field during trials or flight/range testing. Examples include, but are not limited to: a. Clean rooms, anechoic chambers and necessary equipment, materials, supplies and/or services to support all aspects of DE source development, laboratory experimentation, and field trials. b. Diagnostic and/or special test equipment/tooling required for: • Quality assurance of components used in the fabrication of DE sources • Damage assessments and root cause analysis of component, subsystem and system failures • Characterization of target physical, chemical, and electromagnetic properties • Fabrication, assembly, integration, testing, operation and maintenance of DE sources • Direct/indirect measurements of DE source performance c. Power systems required to operate the source and any required ancillary equipment or services necessary to install, operate and/or maintain these systems d. Unique chemicals to operate, clean, and/or maintain direct energy systems and/or laboratory facilities used for directed energy experimentation as well as any required materials, accessories or services required for safe storage, use, operations, and proper disposal of any hazardous materials e. Thermal management components and systems, to include system-level and facility-level systems, necessary to support safe operations of DE sources. This includes materials, supplies, accessories, services and/or any support required for safe operations and maintenance of the system as well as proper disposal of hazardous materials/waste. f. Any required safety related items necessary to fabricate, assemble, integrate, test, operate and maintain directed energy sources. g. Transportation: This area covers all transportation, to and from, various research facilities and sites to conduct field and/or flight experimentation, testing and/or trials of directed energy components, sub-systems and systems and demonstrations. This includes such items as associated support/handling equipment, special test equipment/tooling, spares, and diagnostic/testing equipment. Specialized transportation requirements may include: design, fabrication and/or purchase of specialized packaging, crating, enclosures, trailers, and/or vehicles from which the transported item(s) will be operated/maintained to conduct experimentation, testing and/or trials outside of traditional laboratory spaces. Additionally, this area covers aspects of safe transportation to and from remote field locations, Department of Defense test ranges, and installations in support of field and/or flight experimentation, testing and/or trials. ***UPDATES AS OF 09 DEC 2021*** a) DETER Industry User Guide, Amendment 02 update to Section 2.b., White Papers shall be submitted using the following link https://usg.valideval.com/teams/DETER/signuppapers update to Section 2.c.2. b) DETER White Paper Cover Sheet, Attachment 1, Amendment 1 ***UPDATES AS OF 06 JAN 2022*** Corrects the Valid Eval web address in the Open Announcement description above From: https://usg.valideval.com/teams/DETER/signuppapers To: https://usg.valideval.com/teams/DETER/signup ***UPDATES AS OF 11 AUG 2022*** a.) Update Statute Renumbering throughout DETER ARA and Industry Guide 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" b.) Update DETER Contracting Points of Contact Primary: Mr. Bill Sherrod, AFRL/RDK c.) Include Requirement for Science & Technology (S&T) Program Protection ALL PROPOSAL RESPONSES (NOT REQUIRED FOR WHITE PAPER SUBMISSION) ARE REQUIRED TO SUBMIT THE FOLLOWING WITH ALL RESPONSES: 1.) A SF424 (Research and Related Senior/Key Person Profile)(See Attachments), and 2.) Completed Program Security Questionnaire (See Attachments) 3.) Privacy Act Statement (See Attachments) d.) Request for 500 Word Abstract on White Paper Submissions Offerors shall include a short 500 word abstract as a part of the white paper narrative that broadly describes the fundamental intent of the proposed effort along with the intended approach. e.) Duplicate White Paper Submissions Offerors advised that duplicate White Paper submissions within the same 12 month timeframe will NOT be separately evaluated. Please do NOT submit duplicate White Paper submissions within the same 12 month period. ***UPDATES AS OF 08 OCT 2024*** a.) SUMMARY OF AWARDS: Below is a summary of all awards made from inception (8 Feb 2021) to date (08 Oct 2024), under the DETER ARA: 1.) CALLS: 15 Calls have been issued or are in progress 13 awards have been issued or are in progress, with a combined value of $188M 2.) WHITE PAPER OPEN ANNOUNCEMENT: 193 White Papers have been received 32 Awards have been issued or are in progress, with a combined value of $165M b.) UPDATED EVALUATION RUBRIC: Slight changes have been made to the evaluation rubric, which can be found under the attached "Valid Eval Rubric (Version 2.0)". The updated evaluation rubric will be used for all white paper and proposal evaluations effective immediately. c.) AFRL DIRECTED ENERGY -- VIRTUAL INDUSTRY DAY: Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some or all of the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. ***UPDATES AS OF 22 NOV 2024*** Incorporated updated Science & Technology (S&T) Program Protection guidance above (Summary Only) and under the attached Industry Guide (Full Details). Incorporate "Privacy Act Statement" as additional Attachment.

Deadline: 8/10/2027
Posted: 11/22/2024
SolicitationNAICS: 541715.0

Directed Energy Technology Experimentation Research (DETER) Advanced Research Announcement (ARA) Open Announcement

ADVANCED RESEARCH ANNOUNCEMENT (ARA) FA9451-21-S-0001 Directed Energy Technology Experimentation Research (DETER) Air Force Research Laboratory/Directed Energy Directorate NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees Federal Agency Name: Air Force Research Laboratory, Directed Energy, Phillips Research Site, Kirtland AFB NM (AFRL/RD) ARA Title: Directed Energy Technology Experimentation Research Announcement (DETER) ARA Type: This is an Open ARA with Calls; initial announcement ARA Number: FA9451-21-S-0001 Program Summary: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). AFRL/RD is interested in receiving white papers and proposals through a Two-Step Process to perform research and development (R&D), modeling and simulation (M&S), design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Dialogue between prospective Offerors and Government representatives is strongly encouraged. *Note: AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. *Please see the attached DETER Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* Background: AFRL/RD equips the joint warfighter with next-generation technologies, advanced concepts, and weapon system options across all operational domains to become more agile and increase the commercialization potential of directed energy investments to ensure the National defense. This solicitation intends to use acquisition authorities provided by 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). This authority applies to acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, space-flight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense and a strategy for verifying those intended benefits. The proposed solutions should be innovative and substantially improve national defense capabilities across the domains of directed energy. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas are covered under this announcement, which may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Communication between Prospective Offerors and Government Representatives: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication will be limited once full-proposals are submitted for evaluation/review. Prospective Offerors are welcome to request sit-downs and provide demonstrations of their capabilities. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. However, questions related to the objectives of the effort or prior similar efforts may be answered. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. THIS WILL BE A HYBRID ANNOUNCEMENT: This announcement has an open request for white papers as described below. Calls may be issued under this announcement for discrete requirements. Call types can vary and may include, but are not limited to, One-Step, Two-Step, Open, Closed, Staggered, Limited Calls or any combination therein. AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RD Kirtland Air Force Base is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373), Procurement for Experimental Purposes. Open Announcement Submission: White papers must be submitted to https://usg.valideval.com/teams/DETER/signup. If it is determined that a classified white paper is required, please DO NOT DELIVER any classified portion of the white paper, but rather contact the DETER Org Mailbox for specific delivery instructions. Further instructions for white paper submission can be found in the DETER Industry User Guide attached to this announcement. Call Request: Calls, other than Limited Calls, will be issued under this announcement via the Government Point of Entry (GPE) at https://beta.sam.gov. Notification of Calls may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Call Submission: Submission requirements for Calls will be specified in the solicitation documentation of each Call. Call Variations: Variations of the ARA Call process are available for use. The following types are commonly used, but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all of a selected proposal, part of a selected proposal, or none of the proposals may be selected for award. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential Offerors are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period of time, which will be identified in the solicitation. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are reviewed consistent with the process for one-step ARAs. Open Call: This approach allows for white paper and/or proposal submittals at any time within a specified period. Open calls will be updated no less frequently than annually. White papers/proposals are reviewed when received during the period that the ARA is open. Closed Call: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth in the ARA. Staggered-Closed Call: The staggered-closed Call states a specified date and time for receipt of proposals or white papers, but also allows for proposals/white papers after the date and time set for proposal receipt. All Offerors should be cautioned, however, that the likelihood of funding proposals received after the specified date and time is substantially reduced. Limited Call: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Open Announcement Modifications: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://beta.sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to: topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract/instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" DoD Grant and Agreement Regulation (DoDGARS) The Government anticipates that a mix of contract/instrument types will be used throughout the life of this ARA. Generally, awards under this announcement or any Calls may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, etc. NOTE: If proposing a Federal Acquisition Regulation (FAR) type contract, the FAR clauses will be referenced at the Call level or within the Request for Proposal. The FAR and supplement provisions and clauses are incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If proposing an assistance instrument (grants or cooperative agreements) then articles and guidance found under DoDGARS, Code of Federal Regulations (CFR) and OMB/DoD Policy shall be used and followed as appropriate. If proposing an Other Transaction (OT) these FAR references and clauses would not apply. The terms and conditions of an OT agreement should be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, individual Calls may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Deliverables: Hardware and software deliverables will be specified within a separately priced line items and data deliverables will be specified on individual CDRL(s) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all of their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and, 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (B) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; and (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001). Announcement Period: The overarching announcement has no end date and is considered to be in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) Address Announcement Questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) attention of: Primary: Mr. Bill Sherrod, AFRL/RDK NOTE: Call Points of Contact will be specified at the Call level. ? Topic Areas 1. Directed Energy (DE) Sources This category of supplies covers research, development and testing for all directed energy sources in the near-term and far-term in support of National Defense. This area covers the design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. This area also covers the redesign, refurbishment, modification, and/or upgrade of existing sources, if required, to support laboratory experimentation, field or flight trials, and/or demonstrations. Examples of directed energy sources include, but are not limited to: a. Laser Sources b. High Power Electromagnetic (HPEM) Sources 2. Acquisition Tracking Pointing (ATP), Beam Control (BC) and Atmospheric Compensation (AC) Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of any hardware, sensors, control electronics, and software/firmware required to develop ATP, BC and AC systems to control the propagation of directed energy so as to maximize energy/irradiance on target. This area also includes any required accessories, materials, supplies, and/or services necessary to conduct laboratory experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. 3. DE Weapon Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of DE weapon components and systems, diagnostics, accessories, materials, supplies, and services necessary to build/integrate complete weapon systems for laboratory research, experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. Systems engineering design/analysis and/or trade studies are relevant in regards to size, weight, and power (SWAP). Specific topics of interest include the following areas: a. Feasibility studies of innovative HPEM applications b. Integration of disparate technologies for the fielding of new HPEM systems and weapons c. Identification and quantification of useful -HPEM effects d. Development of HPEM sources that have a role in future applications e. system integration and demonstration of future HPEM capabilities f. Power subsystems g. Thermal Management subsystems h. Command and control subsystems i. Platform integration j. Detection, targeting and tracking subsystems k. DOTmLPF-P studies and experimentation l. CONOPS, CONEMPS, TTP development and experimentation m. Performance enhancement technologies for existing systems 4. DE Effects Testing Provide testing of materials, components, subsystems, and systems to determine the vulnerability, susceptibility, and accessibility of potential DE targets to DE exposure. This includes the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of unique DE components, sources, and systems and any required diagnostic and/or special test equipment/tooling and materials necessary to conduct DE-material interaction physics experimentation to establish the efficacy of DE waveforms to support the development of DE weapons system requirements and/or assessment of proposed DE weapon systems. Develop survivability requirements and recommendations for space systems and support vulnerability predictions. 5. Modeling, Simulation and Analysis (MS&A) This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of scientific modeling, simulation and analysis software and requisite IT hardware systems necessary to efficiently execute software to support DE weapon system design, development, testing, and data analysis of test results. This includes campaign-level, engagement-level, system, and component-level MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large simulation sizes and be portable to massively parallel computer architecture. MS&A software may include fast running engineering codes and detailed physics modeling codes. Examples of MS&A sub-topic areas include, but are not limited to: a. DE System Performance MS&A b. DE System Effects MS&A c. DE System Target Assessment d. DE System Biosafety and Biological Effects e. DE Source and Component Virtual Design f. Satellite signatures and Radiometric/photometric assessments of space objects. g. Assess electro-optical Space Domain Awareness (SDA) systems and architectures. h. Space system functional modeling and response i. Conduct Space Domain Awareness in non-traditional orbits j. Quantify safe operating conditions for lasers operating through the atmosphere and space 6. Wargaming This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of wargaming and scientific modeling, simulation and analysis software and their requisite IT hardware systems necessary to efficiently execute this software to support DE weapon system design, development, testing, and data analysis of wargaming results. This includes campaign-level, engagement-level, system, and component-level wargaming MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large wargaming and simulation sizes and be portable to massively parallel computer architecture. Wargaming MS&A software may include fast running engineering codes and detailed physics modeling codes. Additionally, the wargaming area should provide general wargaming support to include DE wargame planning, table top, MS&A, and field execution, and wargame reporting. In addition, provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct wargame research, experiments, field and/or range testing of DE components, subsystems, systems and demonstrations under operationally relevant conditions. 7. Innovative Space Domain Awareness Provide basic & applied research, algorithms, software/firmware, materials, supplies, and services necessary to conduct technology maturation for ground-based surveillance of space objects. Examples include, but are not limited to: a. Closely-spaced object detection and characterization. b. Daytime detection and custody of satellites. c. Orbit determination techniques and algorithms for satellites significantly affected by lunar and solar gravity. d. Rapid, on-demand orbit determination. e. Extremely wide field-of-view image exploitation for satellite discovery and custody. f. Multi-phenomenology sensor integration (e.g. optical, radar, passive radiofrequency). g. Active optical techniques for satellite ranging and characterization (e.g. LiDAR, LADAR). h. Sharp imaging of satellites through the atmosphere at low elevation angles. i. Characterization of atmospheric deep turbulence for image restoration. j. Techniques, algorithms, architecture designs, etc. for collaborative autonomous telescope networks. k. Multispectral, hyperspectral, and polarimetric characterization of space objects. l. Techniques to improve and exploit short- and long-wave infrared characterization of space objects. m. Machine learning algorithms to advance the state-of-the-art in areas such as: • Point spread function correction. • Space object image classification using resolved or non-resolved sensor imagery. • Uncorrelated track association. • Space object feature identification, model inference, and attitude regression. • Space object detection in noisy image backgrounds. • Generation of realistic space scene imagery / discernment of real vs. synthetic. • Detection of subtle, unique image artefacts of interest in a large dataset. 8. Experiments, Testing and Demonstrations Provide general and specialized test support to include DE test planning, laboratory and field demonstration, and reporting. Provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct testing of DE components, subsystems, systems, and demonstrations under operationally relevant conditions. 9. Laboratory Materials, Supplies and Services in Support of Experimentation Provide required ancillary support systems, equipment, materials, supplies, infrastructure, and services necessary to support the development, operation, maintenance, and testing required to evaluate DE through experimentation in the laboratory and field during trials or flight/range testing. Examples include, but are not limited to: a. Clean rooms, anechoic chambers and necessary equipment, materials, supplies and/or services to support all aspects of DE source development, laboratory experimentation, and field trials. b. Diagnostic and/or special test equipment/tooling required for: • Quality assurance of components used in the fabrication of DE sources • Damage assessments and root cause analysis of component, subsystem and system failures • Characterization of target physical, chemical, and electromagnetic properties • Fabrication, assembly, integration, testing, operation and maintenance of DE sources • Direct/indirect measurements of DE source performance c. Power systems required to operate the source and any required ancillary equipment or services necessary to install, operate and/or maintain these systems d. Unique chemicals to operate, clean, and/or maintain direct energy systems and/or laboratory facilities used for directed energy experimentation as well as any required materials, accessories or services required for safe storage, use, operations, and proper disposal of any hazardous materials e. Thermal management components and systems, to include system-level and facility-level systems, necessary to support safe operations of DE sources. This includes materials, supplies, accessories, services and/or any support required for safe operations and maintenance of the system as well as proper disposal of hazardous materials/waste. f. Any required safety related items necessary to fabricate, assemble, integrate, test, operate and maintain directed energy sources. g. Transportation: This area covers all transportation, to and from, various research facilities and sites to conduct field and/or flight experimentation, testing and/or trials of directed energy components, sub-systems and systems and demonstrations. This includes such items as associated support/handling equipment, special test equipment/tooling, spares, and diagnostic/testing equipment. Specialized transportation requirements may include: design, fabrication and/or purchase of specialized packaging, crating, enclosures, trailers, and/or vehicles from which the transported item(s) will be operated/maintained to conduct experimentation, testing and/or trials outside of traditional laboratory spaces. Additionally, this area covers aspects of safe transportation to and from remote field locations, Department of Defense test ranges, and installations in support of field and/or flight experimentation, testing and/or trials. ***UPDATES AS OF 09 DEC 2021*** a) DETER Industry User Guide, Amendment 02 update to Section 2.b., White Papers shall be submitted using the following link https://usg.valideval.com/teams/DETER/signuppapers update to Section 2.c.2. b) DETER White Paper Cover Sheet, Attachment 1, Amendment 1 ***UPDATES AS OF 06 JAN 2022*** Corrects the Valid Eval web address in the Open Announcement description above From: https://usg.valideval.com/teams/DETER/signuppapers To: https://usg.valideval.com/teams/DETER/signup ***UPDATES AS OF 11 AUG 2022*** a.) Update Statute Renumbering throughout DETER ARA and Industry Guide 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" b.) Update DETER Contracting Points of Contact Primary: Mr. Bill Sherrod, AFRL/RDK c.) Include Requirement for Science & Technology (S&T) Program Protection ALL PROPOSAL RESPONSES (NOT REQUIRED FOR WHITE PAPER SUBMISSION) ARE REQUIRED TO SUBMIT THE FOLLOWING WITH ALL RESPONSES: 1.) A SF424 (Research and Related Senior/Key Person Profile)(See Attachments), and 2.) Completed Program Security Questionnaire (See Attachments) d.) Request for 500 Word Abstract on White Paper Submissions Offerors shall include a short 500 word abstract as a part of the white paper narrative that broadly describes the fundamental intent of the proposed effort along with the intended approach. e.) Duplicate White Paper Submissions Offerors advised that duplicate White Paper submissions within the same 12 month timeframe will NOT be separately evaluated. Please do NOT submit duplicate White Paper submissions within the same 12 month period. ***UPDATES AS OF 08 OCT 2024*** a.) SUMMARY OF AWARDS: Below is a summary of all awards made from inception (8 Feb 2021) to date (08 Oct 2024), under the DETER ARA: 1.) CALLS: 15 Calls have been issued or are in progress 13 awards have been issued or are in progress, with a combined value of $188M 2.) WHITE PAPER OPEN ANNOUNCEMENT: 193 White Papers have been received 32 Awards have been issued or are in progress, with a combined value of $165M b.) UPDATED EVALUATION RUBRIC: Slight changes have been made to the evaluation rubric, which can be found under the attached "Valid Eval Rubric (Version 2.0)". The updated evaluation rubric will be used for all white paper and proposal evaluations effective immediately. c.) AFRL DIRECTED ENERGY -- VIRTUAL INDUSTRY DAY: Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some or all of the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session.

Deadline: 8/10/2027
Posted: 10/8/2024
SolicitationNAICS: 541715.0

Directed Energy Technology Experimentation Research (DETER) Advanced Research Announcement (ARA) Open Announcement

ADVANCED RESEARCH ANNOUNCEMENT (ARA) FA9451-21-S-0001 Directed Energy Technology Experimentation Research (DETER) Air Force Research Laboratory/Directed Energy Directorate NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees Federal Agency Name: Air Force Research Laboratory, Directed Energy, Phillips Research Site, Kirtland AFB NM (AFRL/RD) ARA Title: Directed Energy Technology Experimentation Research Announcement (DETER) ARA Type: This is an Open ARA with Calls; initial announcement ARA Number: FA9451-21-S-0001 Program Summary: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). AFRL/RD is interested in receiving white papers and proposals through a Two-Step Process to perform research and development (R&D), modeling and simulation (M&S), design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Dialogue between prospective Offerors and Government representatives is strongly encouraged. *Note: AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. *Please see the attached DETER Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* Background: AFRL/RD equips the joint warfighter with next-generation technologies, advanced concepts, and weapon system options across all operational domains to become more agile and increase the commercialization potential of directed energy investments to ensure the National defense. This solicitation intends to use acquisition authorities provided by 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). This authority applies to acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, space-flight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense and a strategy for verifying those intended benefits. The proposed solutions should be innovative and substantially improve national defense capabilities across the domains of directed energy. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas are covered under this announcement, which may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Communication between Prospective Offerors and Government Representatives: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication will be limited once full-proposals are submitted for evaluation/review. Prospective Offerors are welcome to request sit-downs and provide demonstrations of their capabilities. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. However, questions related to the objectives of the effort or prior similar efforts may be answered. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. THIS WILL BE A HYBRID ANNOUNCEMENT: This announcement has an open request for white papers as described below. Calls may be issued under this announcement for discrete requirements. Call types can vary and may include, but are not limited to, One-Step, Two-Step, Open, Closed, Staggered, Limited Calls or any combination therein. AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RD Kirtland Air Force Base is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373), Procurement for Experimental Purposes. Open Announcement Submission: White papers must be submitted to https://usg.valideval.com/teams/DETER/signup. If it is determined that a classified white paper is required, please DO NOT DELIVER any classified portion of the white paper, but rather contact the DETER Org Mailbox for specific delivery instructions. Further instructions for white paper submission can be found in the DETER Industry User Guide attached to this announcement. Call Request: Calls, other than Limited Calls, will be issued under this announcement via the Government Point of Entry (GPE) at https://beta.sam.gov. Notification of Calls may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Call Submission: Submission requirements for Calls will be specified in the solicitation documentation of each Call. Call Variations: Variations of the ARA Call process are available for use. The following types are commonly used, but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all of a selected proposal, part of a selected proposal, or none of the proposals may be selected for award. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential Offerors are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period of time, which will be identified in the solicitation. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are reviewed consistent with the process for one-step ARAs. Open Call: This approach allows for white paper and/or proposal submittals at any time within a specified period. Open calls will be updated no less frequently than annually. White papers/proposals are reviewed when received during the period that the ARA is open. Closed Call: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth in the ARA. Staggered-Closed Call: The staggered-closed Call states a specified date and time for receipt of proposals or white papers, but also allows for proposals/white papers after the date and time set for proposal receipt. All Offerors should be cautioned, however, that the likelihood of funding proposals received after the specified date and time is substantially reduced. Limited Call: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Open Announcement Modifications: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://beta.sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to: topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract/instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" DoD Grant and Agreement Regulation (DoDGARS) The Government anticipates that a mix of contract/instrument types will be used throughout the life of this ARA. Generally, awards under this announcement or any Calls may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, etc. NOTE: If proposing a Federal Acquisition Regulation (FAR) type contract, the FAR clauses will be referenced at the Call level or within the Request for Proposal. The FAR and supplement provisions and clauses are incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If proposing an assistance instrument (grants or cooperative agreements) then articles and guidance found under DoDGARS, Code of Federal Regulations (CFR) and OMB/DoD Policy shall be used and followed as appropriate. If proposing an Other Transaction (OT) these FAR references and clauses would not apply. The terms and conditions of an OT agreement should be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, individual Calls may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Deliverables: Hardware and software deliverables will be specified within a separately priced line items and data deliverables will be specified on individual CDRL(s) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all of their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and, 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (B) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; and (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001). Announcement Period: The overarching announcement has no end date and is considered to be in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) Address Announcement Questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) attention of: Primary: Mr. Bill Sherrod, AFRL/RDK NOTE: Call Points of Contact will be specified at the Call level. ? Topic Areas 1. Directed Energy (DE) Sources This category of supplies covers research, development and testing for all directed energy sources in the near-term and far-term in support of National Defense. This area covers the design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. This area also covers the redesign, refurbishment, modification, and/or upgrade of existing sources, if required, to support laboratory experimentation, field or flight trials, and/or demonstrations. Examples of directed energy sources include, but are not limited to: a. Laser Sources b. High Power Electromagnetic (HPEM) Sources 2. Acquisition Tracking Pointing (ATP), Beam Control (BC) and Atmospheric Compensation (AC) Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of any hardware, sensors, control electronics, and software/firmware required to develop ATP, BC and AC systems to control the propagation of directed energy so as to maximize energy/irradiance on target. This area also includes any required accessories, materials, supplies, and/or services necessary to conduct laboratory experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. 3. DE Weapon Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of DE weapon components and systems, diagnostics, accessories, materials, supplies, and services necessary to build/integrate complete weapon systems for laboratory research, experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. Systems engineering design/analysis and/or trade studies are relevant in regards to size, weight, and power (SWAP). Specific topics of interest include the following areas: a. Feasibility studies of innovative HPEM applications b. Integration of disparate technologies for the fielding of new HPEM systems and weapons c. Identification and quantification of useful -HPEM effects d. Development of HPEM sources that have a role in future applications e. system integration and demonstration of future HPEM capabilities f. Power subsystems g. Thermal Management subsystems h. Command and control subsystems i. Platform integration j. Detection, targeting and tracking subsystems k. DOTmLPF-P studies and experimentation l. CONOPS, CONEMPS, TTP development and experimentation m. Performance enhancement technologies for existing systems 4. DE Effects Testing Provide testing of materials, components, subsystems, and systems to determine the vulnerability, susceptibility, and accessibility of potential DE targets to DE exposure. This includes the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of unique DE components, sources, and systems and any required diagnostic and/or special test equipment/tooling and materials necessary to conduct DE-material interaction physics experimentation to establish the efficacy of DE waveforms to support the development of DE weapons system requirements and/or assessment of proposed DE weapon systems. Develop survivability requirements and recommendations for space systems and support vulnerability predictions. 5. Modeling, Simulation and Analysis (MS&A) This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of scientific modeling, simulation and analysis software and requisite IT hardware systems necessary to efficiently execute software to support DE weapon system design, development, testing, and data analysis of test results. This includes campaign-level, engagement-level, system, and component-level MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large simulation sizes and be portable to massively parallel computer architecture. MS&A software may include fast running engineering codes and detailed physics modeling codes. Examples of MS&A sub-topic areas include, but are not limited to: a. DE System Performance MS&A b. DE System Effects MS&A c. DE System Target Assessment d. DE System Biosafety and Biological Effects e. DE Source and Component Virtual Design f. Satellite signatures and Radiometric/photometric assessments of space objects. g. Assess electro-optical Space Domain Awareness (SDA) systems and architectures. h. Space system functional modeling and response i. Conduct Space Domain Awareness in non-traditional orbits j. Quantify safe operating conditions for lasers operating through the atmosphere and space 6. Wargaming This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of wargaming and scientific modeling, simulation and analysis software and their requisite IT hardware systems necessary to efficiently execute this software to support DE weapon system design, development, testing, and data analysis of wargaming results. This includes campaign-level, engagement-level, system, and component-level wargaming MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large wargaming and simulation sizes and be portable to massively parallel computer architecture. Wargaming MS&A software may include fast running engineering codes and detailed physics modeling codes. Additionally, the wargaming area should provide general wargaming support to include DE wargame planning, table top, MS&A, and field execution, and wargame reporting. In addition, provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct wargame research, experiments, field and/or range testing of DE components, subsystems, systems and demonstrations under operationally relevant conditions. 7. Innovative Space Domain Awareness Provide basic & applied research, algorithms, software/firmware, materials, supplies, and services necessary to conduct technology maturation for ground-based surveillance of space objects. Examples include, but are not limited to: a. Closely-spaced object detection and characterization. b. Daytime detection and custody of satellites. c. Orbit determination techniques and algorithms for satellites significantly affected by lunar and solar gravity. d. Rapid, on-demand orbit determination. e. Extremely wide field-of-view image exploitation for satellite discovery and custody. f. Multi-phenomenology sensor integration (e.g. optical, radar, passive radiofrequency). g. Active optical techniques for satellite ranging and characterization (e.g. LiDAR, LADAR). h. Sharp imaging of satellites through the atmosphere at low elevation angles. i. Characterization of atmospheric deep turbulence for image restoration. j. Techniques, algorithms, architecture designs, etc. for collaborative autonomous telescope networks. k. Multispectral, hyperspectral, and polarimetric characterization of space objects. l. Techniques to improve and exploit short- and long-wave infrared characterization of space objects. m. Machine learning algorithms to advance the state-of-the-art in areas such as: • Point spread function correction. • Space object image classification using resolved or non-resolved sensor imagery. • Uncorrelated track association. • Space object feature identification, model inference, and attitude regression. • Space object detection in noisy image backgrounds. • Generation of realistic space scene imagery / discernment of real vs. synthetic. • Detection of subtle, unique image artefacts of interest in a large dataset. 8. Experiments, Testing and Demonstrations Provide general and specialized test support to include DE test planning, laboratory and field demonstration, and reporting. Provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct testing of DE components, subsystems, systems, and demonstrations under operationally relevant conditions. 9. Laboratory Materials, Supplies and Services in Support of Experimentation Provide required ancillary support systems, equipment, materials, supplies, infrastructure, and services necessary to support the development, operation, maintenance, and testing required to evaluate DE through experimentation in the laboratory and field during trials or flight/range testing. Examples include, but are not limited to: a. Clean rooms, anechoic chambers and necessary equipment, materials, supplies and/or services to support all aspects of DE source development, laboratory experimentation, and field trials. b. Diagnostic and/or special test equipment/tooling required for: • Quality assurance of components used in the fabrication of DE sources • Damage assessments and root cause analysis of component, subsystem and system failures • Characterization of target physical, chemical, and electromagnetic properties • Fabrication, assembly, integration, testing, operation and maintenance of DE sources • Direct/indirect measurements of DE source performance c. Power systems required to operate the source and any required ancillary equipment or services necessary to install, operate and/or maintain these systems d. Unique chemicals to operate, clean, and/or maintain direct energy systems and/or laboratory facilities used for directed energy experimentation as well as any required materials, accessories or services required for safe storage, use, operations, and proper disposal of any hazardous materials e. Thermal management components and systems, to include system-level and facility-level systems, necessary to support safe operations of DE sources. This includes materials, supplies, accessories, services and/or any support required for safe operations and maintenance of the system as well as proper disposal of hazardous materials/waste. f. Any required safety related items necessary to fabricate, assemble, integrate, test, operate and maintain directed energy sources. g. Transportation: This area covers all transportation, to and from, various research facilities and sites to conduct field and/or flight experimentation, testing and/or trials of directed energy components, sub-systems and systems and demonstrations. This includes such items as associated support/handling equipment, special test equipment/tooling, spares, and diagnostic/testing equipment. Specialized transportation requirements may include: design, fabrication and/or purchase of specialized packaging, crating, enclosures, trailers, and/or vehicles from which the transported item(s) will be operated/maintained to conduct experimentation, testing and/or trials outside of traditional laboratory spaces. Additionally, this area covers aspects of safe transportation to and from remote field locations, Department of Defense test ranges, and installations in support of field and/or flight experimentation, testing and/or trials. ***UPDATES AS OF 09 DEC 2021*** a) DETER Industry User Guide, Amendment 02 update to Section 2.b., White Papers shall be submitted using the following link https://usg.valideval.com/teams/DETER/signuppapers update to Section 2.c.2. b) DETER White Paper Cover Sheet, Attachment 1, Amendment 1 ***UPDATES AS OF 06 JAN 2022*** Corrects the Valid Eval web address in the Open Announcement description above From: https://usg.valideval.com/teams/DETER/signuppapers To: https://usg.valideval.com/teams/DETER/signup ***UPDATES AS OF 11 AUG 2022*** a.) Update Statute Renumbering throughout DETER ARA and Industry Guide 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" b.) Update DETER Contracting Points of Contact Primary: Mr. Bill Sherrod, AFRL/RDK c.) Include Requirement for Science & Technology (S&T) Program Protection ALL PROPOSAL RESPONSES (NOT REQUIRED FOR WHITE PAPER SUBMISSION) ARE REQUIRED TO SUBMIT THE FOLLOWING WITH ALL RESPONSES: 1.) A SF424 (Research and Related Senior/Key Person Profile)(See Attachments), and 2.) Completed Program Security Questionnaire (See Attachments) d.) Request for 500 Word Abstract on White Paper Submissions Offerors shall include a short 500 word abstract as a part of the white paper narrative that broadly describes the fundamental intent of the proposed effort along with the intended approach. e.) Duplicate White Paper Submissions Offerors advised that duplicate White Paper submissions within the same 12 month timeframe will NOT be separately evaluated. Please do NOT submit duplicate White Paper submissions within the same 12 month period. ***UPDATES AS OF 04 APR 2024*** a.) SUMMARY OF AWARDS: Below is a summary of all awards made from inception (8 Feb 2021) to date (4 Apr 2023), under the DETER ARA: 1.) CALLS: 12 Calls have been issued or are in progress 6 awards have been made with a combined value of $121M 2.) WHITE PAPER OPEN ANNOUNCEMENT: 139 White Papers have been received 10 Awards have been made and an additional 7 are in progress Total amount of executed and planned awards is $83.4M

Deadline: 8/10/2027
Posted: 4/4/2023
SolicitationNAICS: 541715.0

Directed Energy Technology Experimentation Research (DETER) Advanced Research Announcement (ARA) Open Announcement

ADVANCED RESEARCH ANNOUNCEMENT (ARA) FA9451-21-S-0001 Directed Energy Technology Experimentation Research (DETER) Air Force Research Laboratory/Directed Energy Directorate NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees Federal Agency Name: Air Force Research Laboratory, Directed Energy, Phillips Research Site, Kirtland AFB NM (AFRL/RD) ARA Title: Directed Energy Technology Experimentation Research Announcement (DETER) ARA Type: This is an Open ARA with Calls; initial announcement ARA Number: FA9451-21-S-0001 Program Summary: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). AFRL/RD is interested in receiving white papers and proposals through a Two-Step Process to perform research and development (R&D), modeling and simulation (M&S), design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Dialogue between prospective Offerors and Government representatives is strongly encouraged. *Note: AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. *Please see the attached DETER Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* Background: AFRL/RD equips the joint warfighter with next-generation technologies, advanced concepts, and weapon system options across all operational domains to become more agile and increase the commercialization potential of directed energy investments to ensure the National defense. This solicitation intends to use acquisition authorities provided by 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). This authority applies to acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, space-flight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense and a strategy for verifying those intended benefits. The proposed solutions should be innovative and substantially improve national defense capabilities across the domains of directed energy. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas are covered under this announcement, which may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Communication between Prospective Offerors and Government Representatives: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication will be limited once full-proposals are submitted for evaluation/review. Prospective Offerors are welcome to request sit-downs and provide demonstrations of their capabilities. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. However, questions related to the objectives of the effort or prior similar efforts may be answered. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. THIS WILL BE A HYBRID ANNOUNCEMENT: This announcement has an open request for white papers as described below. Calls may be issued under this announcement for discrete requirements. Call types can vary and may include, but are not limited to, One-Step, Two-Step, Open, Closed, Staggered, Limited Calls or any combination therein. AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RD Kirtland Air Force Base is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373), Procurement for Experimental Purposes. Open Announcement Submission: White papers must be submitted to https://usg.valideval.com/teams/DETER/signup. If it is determined that a classified white paper is required, please DO NOT DELIVER any classified portion of the white paper, but rather contact the DETER Org Mailbox for specific delivery instructions. Further instructions for white paper submission can be found in the DETER Industry User Guide attached to this announcement. Call Request: Calls, other than Limited Calls, will be issued under this announcement via the Government Point of Entry (GPE) at https://beta.sam.gov. Notification of Calls may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Call Submission: Submission requirements for Calls will be specified in the solicitation documentation of each Call. Call Variations: Variations of the ARA Call process are available for use. The following types are commonly used, but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all of a selected proposal, part of a selected proposal, or none of the proposals may be selected for award. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential Offerors are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period of time, which will be identified in the solicitation. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are reviewed consistent with the process for one-step ARAs. Open Call: This approach allows for white paper and/or proposal submittals at any time within a specified period. Open calls will be updated no less frequently than annually. White papers/proposals are reviewed when received during the period that the ARA is open. Closed Call: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth in the ARA. Staggered-Closed Call: The staggered-closed Call states a specified date and time for receipt of proposals or white papers, but also allows for proposals/white papers after the date and time set for proposal receipt. All Offerors should be cautioned, however, that the likelihood of funding proposals received after the specified date and time is substantially reduced. Limited Call: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Open Announcement Modifications: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://beta.sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to: topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract/instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" DoD Grant and Agreement Regulation (DoDGARS) The Government anticipates that a mix of contract/instrument types will be used throughout the life of this ARA. Generally, awards under this announcement or any Calls may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, etc. NOTE: If proposing a Federal Acquisition Regulation (FAR) type contract, the FAR clauses will be referenced at the Call level or within the Request for Proposal. The FAR and supplement provisions and clauses are incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If proposing an assistance instrument (grants or cooperative agreements) then articles and guidance found under DoDGARS, Code of Federal Regulations (CFR) and OMB/DoD Policy shall be used and followed as appropriate. If proposing an Other Transaction (OT) these FAR references and clauses would not apply. The terms and conditions of an OT agreement should be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, individual Calls may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Deliverables: Hardware and software deliverables will be specified within a separately priced line items and data deliverables will be specified on individual CDRL(s) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all of their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection: Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and, 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete; (B) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; and (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act. I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001). Announcement Period: The overarching announcement has no end date and is considered to be in effect until further closed or rescinded. Open Announcement Points of Contact: Address Technical Questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) Address Announcement Questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) attention of: Primary: Ms. Shaylyn Price, AFRL/RDK, Alternate: Mr. Bill Sherrod, AFRL/RDK, NOTE: Call Points of Contact will be specified at the Call level. ? Topic Areas 1. Directed Energy (DE) Sources This category of supplies covers research, development and testing for all directed energy sources in the near-term and far-term in support of National Defense. This area covers the design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. This area also covers the redesign, refurbishment, modification, and/or upgrade of existing sources, if required, to support laboratory experimentation, field or flight trials, and/or demonstrations. Examples of directed energy sources include, but are not limited to: a. Laser Sources b. High Power Electromagnetic (HPEM) Sources 2. Acquisition Tracking Pointing (ATP), Beam Control (BC) and Atmospheric Compensation (AC) Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of any hardware, sensors, control electronics, and software/firmware required to develop ATP, BC and AC systems to control the propagation of directed energy so as to maximize energy/irradiance on target. This area also includes any required accessories, materials, supplies, and/or services necessary to conduct laboratory experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. 3. DE Weapon Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of DE weapon components and systems, diagnostics, accessories, materials, supplies, and services necessary to build/integrate complete weapon systems for laboratory research, experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. Systems engineering design/analysis and/or trade studies are relevant in regards to size, weight, and power (SWAP). Specific topics of interest include the following areas: a. Feasibility studies of innovative HPEM applications b. Integration of disparate technologies for the fielding of new HPEM systems and weapons c. Identification and quantification of useful -HPEM effects d. Development of HPEM sources that have a role in future applications e. system integration and demonstration of future HPEM capabilities f. Power subsystems g. Thermal Management subsystems h. Command and control subsystems i. Platform integration j. Detection, targeting and tracking subsystems k. DOTmLPF-P studies and experimentation l. CONOPS, CONEMPS, TTP development and experimentation m. Performance enhancement technologies for existing systems 4. DE Effects Testing Provide testing of materials, components, subsystems, and systems to determine the vulnerability, susceptibility, and accessibility of potential DE targets to DE exposure. This includes the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of unique DE components, sources, and systems and any required diagnostic and/or special test equipment/tooling and materials necessary to conduct DE-material interaction physics experimentation to establish the efficacy of DE waveforms to support the development of DE weapons system requirements and/or assessment of proposed DE weapon systems. Develop survivability requirements and recommendations for space systems and support vulnerability predictions. 5. Modeling, Simulation and Analysis (MS&A) This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of scientific modeling, simulation and analysis software and requisite IT hardware systems necessary to efficiently execute software to support DE weapon system design, development, testing, and data analysis of test results. This includes campaign-level, engagement-level, system, and component-level MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large simulation sizes and be portable to massively parallel computer architecture. MS&A software may include fast running engineering codes and detailed physics modeling codes. Examples of MS&A sub-topic areas include, but are not limited to: a. DE System Performance MS&A b. DE System Effects MS&A c. DE System Target Assessment d. DE System Biosafety and Biological Effects e. DE Source and Component Virtual Design f. Satellite signatures and Radiometric/photometric assessments of space objects. g. Assess electro-optical Space Domain Awareness (SDA) systems and architectures. h. Space system functional modeling and response i. Conduct Space Domain Awareness in non-traditional orbits j. Quantify safe operating conditions for lasers operating through the atmosphere and space 6. Wargaming This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of wargaming and scientific modeling, simulation and analysis software and their requisite IT hardware systems necessary to efficiently execute this software to support DE weapon system design, development, testing, and data analysis of wargaming results. This includes campaign-level, engagement-level, system, and component-level wargaming MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large wargaming and simulation sizes and be portable to massively parallel computer architecture. Wargaming MS&A software may include fast running engineering codes and detailed physics modeling codes. Additionally, the wargaming area should provide general wargaming support to include DE wargame planning, table top, MS&A, and field execution, and wargame reporting. In addition, provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct wargame research, experiments, field and/or range testing of DE components, subsystems, systems and demonstrations under operationally relevant conditions. 7. Innovative Space Domain Awareness Provide basic & applied research, algorithms, software/firmware, materials, supplies, and services necessary to conduct technology maturation for ground-based surveillance of space objects. Examples include, but are not limited to: a. Closely-spaced object detection and characterization. b. Daytime detection and custody of satellites. c. Orbit determination techniques and algorithms for satellites significantly affected by lunar and solar gravity. d. Rapid, on-demand orbit determination. e. Extremely wide field-of-view image exploitation for satellite discovery and custody. f. Multi-phenomenology sensor integration (e.g. optical, radar, passive radiofrequency). g. Active optical techniques for satellite ranging and characterization (e.g. LiDAR, LADAR). h. Sharp imaging of satellites through the atmosphere at low elevation angles. i. Characterization of atmospheric deep turbulence for image restoration. j. Techniques, algorithms, architecture designs, etc. for collaborative autonomous telescope networks. k. Multispectral, hyperspectral, and polarimetric characterization of space objects. l. Techniques to improve and exploit short- and long-wave infrared characterization of space objects. m. Machine learning algorithms to advance the state-of-the-art in areas such as: • Point spread function correction. • Space object image classification using resolved or non-resolved sensor imagery. • Uncorrelated track association. • Space object feature identification, model inference, and attitude regression. • Space object detection in noisy image backgrounds. • Generation of realistic space scene imagery / discernment of real vs. synthetic. • Detection of subtle, unique image artefacts of interest in a large dataset. 8. Experiments, Testing and Demonstrations Provide general and specialized test support to include DE test planning, laboratory and field demonstration, and reporting. Provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct testing of DE components, subsystems, systems, and demonstrations under operationally relevant conditions. 9. Laboratory Materials, Supplies and Services in Support of Experimentation Provide required ancillary support systems, equipment, materials, supplies, infrastructure, and services necessary to support the development, operation, maintenance, and testing required to evaluate DE through experimentation in the laboratory and field during trials or flight/range testing. Examples include, but are not limited to: a. Clean rooms, anechoic chambers and necessary equipment, materials, supplies and/or services to support all aspects of DE source development, laboratory experimentation, and field trials. b. Diagnostic and/or special test equipment/tooling required for: • Quality assurance of components used in the fabrication of DE sources • Damage assessments and root cause analysis of component, subsystem and system failures • Characterization of target physical, chemical, and electromagnetic properties • Fabrication, assembly, integration, testing, operation and maintenance of DE sources • Direct/indirect measurements of DE source performance c. Power systems required to operate the source and any required ancillary equipment or services necessary to install, operate and/or maintain these systems d. Unique chemicals to operate, clean, and/or maintain direct energy systems and/or laboratory facilities used for directed energy experimentation as well as any required materials, accessories or services required for safe storage, use, operations, and proper disposal of any hazardous materials e. Thermal management components and systems, to include system-level and facility-level systems, necessary to support safe operations of DE sources. This includes materials, supplies, accessories, services and/or any support required for safe operations and maintenance of the system as well as proper disposal of hazardous materials/waste. f. Any required safety related items necessary to fabricate, assemble, integrate, test, operate and maintain directed energy sources. g. Transportation: This area covers all transportation, to and from, various research facilities and sites to conduct field and/or flight experimentation, testing and/or trials of directed energy components, sub-systems and systems and demonstrations. This includes such items as associated support/handling equipment, special test equipment/tooling, spares, and diagnostic/testing equipment. Specialized transportation requirements may include: design, fabrication and/or purchase of specialized packaging, crating, enclosures, trailers, and/or vehicles from which the transported item(s) will be operated/maintained to conduct experimentation, testing and/or trials outside of traditional laboratory spaces. Additionally, this area covers aspects of safe transportation to and from remote field locations, Department of Defense test ranges, and installations in support of field and/or flight experimentation, testing and/or trials. ***UPDATES AS OF 09 DEC 2021*** a) DETER Industry User Guide, Amendment 02 update to Section 2.b., White Papers shall be submitted using the following link https://usg.valideval.com/teams/DETER/signuppapers update to Section 2.c.2. b) DETER White Paper Cover Sheet, Attachment 1, Amendment 1 ***UPDATES AS OF 06 JAN 2022*** Corrects the Valid Eval web address in the Open Announcement description above From: https://usg.valideval.com/teams/DETER/signuppapers To: https://usg.valideval.com/teams/DETER/signup ***UPDATES AS OF 11 AUG 2022*** a.) Update Statute Renumbering throughout DETER ARA and Industry Guide 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" b.) Update DETER Contracting Points of Contact Primary: Ms. Shaylyn Price, AFRL/RDK, Alternate: Mr. Bill Sherrod, AFRL/RDK, c.) Include Requirement for Science & Technology (S&T) Program Protection ALL PROPOSAL RESPONSES (NOT REQUIRED FOR WHITE PAPER SUBMISSION) ARE REQUIRED TO SUBMIT THE FOLLOWING WITH ALL RESPONSES: 1.) A SF424 (Research and Related Senior/Key Person Profile)(See Attachments), and 2.) Completed Program Security Questionnaire (See Attachments) d.) Request for 500 Word Abstract on White Paper Submissions Offerors shall include a short 500 word abstract as a part of the white paper narrative that broadly describes the fundamental intent of the proposed effort along with the intended approach. e.) Duplicate White Paper Submissions Offerors advised that duplicate White Paper submissions within the same 12 month timeframe will NOT be separately evaluated. Please do NOT submit duplicate White Paper submissions within the same 12 month period. f.) SUMMARY OF AWARDS: Below is a summary of all awards made from inception (8 Feb 2021) to date (11 Aug 2022), under the DETER ARA: 1.) CALLS: 10 Calls have been issued or are in progress 3 awards have been made with a combined value of $109M 2.) WHITE PAPER OPEN ANNOUNCEMENT: 111 White Papers have been received 6 Awards have been made and an additional 4 are in progress Total amount of executed and planned awards is $29.9M

Deadline: 8/10/2027
Posted: 8/12/2022
SolicitationNAICS: 541715.0

Directed Energy Technology Experimentation Research (DETER) Advanced Research Announcement (ARA) Open Announcement

ADVANCED RESEARCH ANNOUNCEMENT (ARA) FA9451-21-S-0001 Directed Energy Technology Experimentation Research (DETER) Air Force Research Laboratory/Directed Energy Directorate NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees Federal Agency Name: Air Force Research Laboratory, Directed Energy, Phillips Research Site, Kirtland AFB NM (AFRL/RD) ARA Title: Directed Energy Technology Experimentation Research Announcement (DETER) ARA Type: This is an Open ARA with Calls; initial announcement ARA Number: FA9451-21-S-0001 Program Summary: This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). AFRL/RD is interested in receiving white papers and proposals through a Two-Step Process to perform research and development (R&D), modeling and simulation (M&S), design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Dialogue between prospective Offerors and Government representatives is strongly encouraged. *Note: AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. *Please see the attached DETER Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.* Background: AFRL/RD equips the joint warfighter with next-generation technologies, advanced concepts, and weapon system options across all operational domains to become more agile and increase the commercialization potential of directed energy investments to ensure the National defense. This solicitation intends to use acquisition authorities provided by 10 U.S.C. §4023 (formerly 10 U.S.C. §2373). This authority applies to acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, space-flight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.” Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense and a strategy for verifying those intended benefits. The proposed solutions should be innovative and substantially improve national defense capabilities across the domains of directed energy. While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas. The topic areas are covered under this announcement, which may be used in any combination. The Government reserves the right to add, delete or modify the topic areas as necessary. Communication between Prospective Offerors and Government Representatives: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA. However, communication will be limited once full-proposals are submitted for evaluation/review. Prospective Offerors are welcome to request sit-downs and provide demonstrations of their capabilities. Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. No guidance related to technical approach will be given. However, questions related to the objectives of the effort or prior similar efforts may be answered. Offerors are advised that only Contracting Officers are legally authorized to contractually bind or otherwise commit the Government. THIS WILL BE A HYBRID ANNOUNCEMENT: This announcement has an open request for white papers as described below. Calls may be issued under this announcement for discrete requirements. Call types can vary and may include, but are not limited to, One-Step, Two-Step, Open, Closed, Staggered, Limited Calls or any combination therein. AFRL/RD reserves the right to collapse a white paper/Two-Step into a One-Step if the situation warrants the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. Open Announcement Request: AFRL/RD Kirtland Air Force Base is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023 (formerly 10 U.S.C. §2373), Procurement for Experimental Purposes. Open Announcement Submission: White papers must be submitted to https://usg.valideval.com/teams/DETER/signup. If it is determined that a classified white paper is required, please DO NOT DELIVER any classified portion of the white paper, but rather contact the DETER Org Mailbox for specific delivery instructions. Further instructions for white paper submission can be found in the DETER Industry User Guide attached to this announcement. Call Request: Calls, other than Limited Calls, will be issued under this announcement via the Government Point of Entry (GPE) at https://beta.sam.gov. Notification of Calls may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details. Call Submission: Submission requirements for Calls will be specified in the solicitation documentation of each Call. Call Variations: Variations of the ARA Call process are available for use. The following types are commonly used, but are not considered all inclusive. One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all of a selected proposal, part of a selected proposal, or none of the proposals may be selected for award. Two-Step: The two-step process is sometimes used when a large number of proposals are anticipated. Potential Offerors are invited to submit brief descriptive white papers in lieu of full proposals. The Call must state whether an unfavorable white paper review will bar the Offeror from further consideration. The Government may retain unselected white papers for a specific period of time, which will be identified in the solicitation. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are reviewed consistent with the process for one-step ARAs. Open Call: This approach allows for white paper and/or proposal submittals at any time within a specified period. Open calls will be updated no less frequently than annually. White papers/proposals are reviewed when received during the period that the ARA is open. Closed Call: This approach allows for white paper and/or proposal submittals at a specified date and time as set forth in the ARA. Staggered-Closed Call: The staggered-closed Call states a specified date and time for receipt of proposals or white papers, but also allows for proposals/white papers after the date and time set for proposal receipt. All Offerors should be cautioned, however, that the likelihood of funding proposals received after the specified date and time is substantially reduced. Limited Call: This approach allows for solicitation to a limited group of potential offerors. Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE. The Government may issue solicitations that combine one or more of the above approaches. Open Announcement Modifications: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://beta.sam.gov to ensure they receive the latest guidance for this announcement. The Government shall provide updates to this announcement no less than annually. Updates may include changes to: topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list). Type of Contract/Instrument: The Air Force reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract/instrument type under the authorities below: Federal Acquisition Regulation (FAR) 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" DoD Grant and Agreement Regulation (DoDGARS) The Government anticipates that a mix of contract/instrument types will be used throughout the life of this ARA. Generally, awards under this announcement or any Calls may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, Firm Fixed Price, Other Transaction Authority, etc. NOTE: If proposing a Federal Acquisition Regulation (FAR) type contract, the FAR clauses will be referenced at the Call level or within the Request for Proposal. The FAR and supplement provisions and clauses are incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov. If proposing an assistance instrument (grants or cooperative agreements) then articles and guidance found under DoDGARS, Code of Federal Regulations (CFR) and OMB/DoD Policy shall be used and followed as appropriate. If proposing an Other Transaction (OT) these FAR references and clauses would not apply. The terms and conditions of an OT agreement should be developed and negotiated on a case-by-case basis. Estimated Program Cost: The overarching announcement has an unrestricted ceiling. However, individual Calls may elect to provide an estimated program value or funding profile for planning purposes. Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror. Schedule: The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award. Deliverables: Hardware and software deliverables will be specified within a separately priced line items and data deliverables will be specified on individual CDRL(s) in any resultant contract or an OT article. Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount. System for Award Management (SAM) Registration: Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM). If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM. However, it is in the Offeror’s interest to visit SAM and ensure that all of their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS). SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. Science & Technology (S&T) Program Protection [Summary Only -- See Attached Industry Guide for full details]: Offerors are notified that completion of a S&T Program Protection review with an acceptable risk determination is required for all awards issued under this ARA. To reach an acceptable risk level, Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. Offerors selected for a potential award will be required to submit: 1.) SF424 "Research and Related Senior and Key Person Profile," 2.) Security Program Questionnaire and 3.) Privacy Act Statement. The (3) template documents are attached to this announcement. The Government reserves the right to determine an Offeror unawardable based on an unacceptable S&T Protection risk determination. During the security review process, if it is determined that Covered Individuals are identified as potentially having a conflict of interest/commitment, the Government will not award the contract/agreement. Announcement Period: The overarching announcement has no end date and is considered to be in effect until further closed or rescinded. Submit all questions to the DETER Org Mailbox (AFRL.DETER.ARA@us.af.mil) NOTE: Call Points of Contact will be specified at the Call level. ? TOPIC AREAS 1. Directed Energy (DE) Sources This category of supplies covers research, development and testing for all directed energy sources in the near-term and far-term in support of National Defense. This area covers the design, component/subsystem, prototype risk reduction, fabrication/purchase, assembly, integration, and testing of directed energy source components (to include spares and alternate component technologies), and/or systems and any required accessories, materials, and supplies for laboratory research and experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. This area also covers the redesign, refurbishment, modification, and/or upgrade of existing sources, if required, to support laboratory experimentation, field or flight trials, and/or demonstrations. Examples of directed energy sources include, but are not limited to: a. Laser Sources b. High Power Electromagnetic (HPEM) Sources 2. Acquisition Tracking Pointing (ATP), Beam Control (BC) and Atmospheric Compensation (AC) Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of any hardware, sensors, control electronics, and software/firmware required to develop ATP, BC and AC systems to control the propagation of directed energy so as to maximize energy/irradiance on target. This area also includes any required accessories, materials, supplies, and/or services necessary to conduct laboratory experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. 3. DE Weapon Systems This area covers the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of DE weapon components and systems, diagnostics, accessories, materials, supplies, and services necessary to build/integrate complete weapon systems for laboratory research, experimentation and field trials in a relevant environment to demonstrate system capabilities. Systems may also be hardened to meet specific requirements imposed for operations in any domain to include ground/sea, airborne, and/or space. Systems engineering design/analysis and/or trade studies are relevant in regards to size, weight, and power (SWAP). Specific topics of interest include the following areas: a. Feasibility studies of innovative HPEM applications b. Integration of disparate technologies for the fielding of new HPEM systems and weapons c. Identification and quantification of useful -HPEM effects d. Development of HPEM sources that have a role in future applications e. system integration and demonstration of future HPEM capabilities f. Power subsystems g. Thermal Management subsystems h. Command and control subsystems i. Platform integration j. Detection, targeting and tracking subsystems k. DOTmLPF-P studies and experimentation l. CONOPS, CONEMPS, TTP development and experimentation m. Performance enhancement technologies for existing systems 4. DE Effects Testing Provide testing of materials, components, subsystems, and systems to determine the vulnerability, susceptibility, and accessibility of potential DE targets to DE exposure. This includes the design, component/subsystem prototype risk reduction, fabrication/purchase, assembly, integration, and testing of unique DE components, sources, and systems and any required diagnostic and/or special test equipment/tooling and materials necessary to conduct DE-material interaction physics experimentation to establish the efficacy of DE waveforms to support the development of DE weapons system requirements and/or assessment of proposed DE weapon systems. Develop survivability requirements and recommendations for space systems and support vulnerability predictions. 5. Modeling, Simulation and Analysis (MS&A) This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of scientific modeling, simulation and analysis software and requisite IT hardware systems necessary to efficiently execute software to support DE weapon system design, development, testing, and data analysis of test results. This includes campaign-level, engagement-level, system, and component-level MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large simulation sizes and be portable to massively parallel computer architecture. MS&A software may include fast running engineering codes and detailed physics modeling codes. Examples of MS&A sub-topic areas include, but are not limited to: a. DE System Performance MS&A b. DE System Effects MS&A c. DE System Target Assessment d. DE System Biosafety and Biological Effects e. DE Source and Component Virtual Design f. Satellite signatures and Radiometric/photometric assessments of space objects. g. Assess electro-optical Space Domain Awareness (SDA) systems and architectures. h. Space system functional modeling and response i. Conduct Space Domain Awareness in non-traditional orbits j. Quantify safe operating conditions for lasers operating through the atmosphere and space 6. Wargaming This area covers the development/procurement, testing, maintenance, modification, upgrade/reuse, and execution of wargaming and scientific modeling, simulation and analysis software and their requisite IT hardware systems necessary to efficiently execute this software to support DE weapon system design, development, testing, and data analysis of wargaming results. This includes campaign-level, engagement-level, system, and component-level wargaming MS&A codes to create test scenarios, assess design reference mission compliance, provide pre-test predictions, and conduct post-test assessment of system performance. In addition, sound principles for software engineering and development must be employed for all developed software and documentation. Robust software testing, validation, and verification are critical to software development efforts. As appropriate, software must scale to large wargaming and simulation sizes and be portable to massively parallel computer architecture. Wargaming MS&A software may include fast running engineering codes and detailed physics modeling codes. Additionally, the wargaming area should provide general wargaming support to include DE wargame planning, table top, MS&A, and field execution, and wargame reporting. In addition, provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct wargame research, experiments, field and/or range testing of DE components, subsystems, systems and demonstrations under operationally relevant conditions. 7. Innovative Space Domain Awareness Provide basic & applied research, algorithms, software/firmware, materials, supplies, and services necessary to conduct technology maturation for ground-based surveillance of space objects. Examples include, but are not limited to: a. Closely-spaced object detection and characterization. b. Daytime detection and custody of satellites. c. Orbit determination techniques and algorithms for satellites significantly affected by lunar and solar gravity. d. Rapid, on-demand orbit determination. e. Extremely wide field-of-view image exploitation for satellite discovery and custody. f. Multi-phenomenology sensor integration (e.g. optical, radar, passive radiofrequency). g. Active optical techniques for satellite ranging and characterization (e.g. LiDAR, LADAR). h. Sharp imaging of satellites through the atmosphere at low elevation angles. i. Characterization of atmospheric deep turbulence for image restoration. j. Techniques, algorithms, architecture designs, etc. for collaborative autonomous telescope networks. k. Multispectral, hyperspectral, and polarimetric characterization of space objects. l. Techniques to improve and exploit short- and long-wave infrared characterization of space objects. m. Machine learning algorithms to advance the state-of-the-art in areas such as: • Point spread function correction. • Space object image classification using resolved or non-resolved sensor imagery. • Uncorrelated track association. • Space object feature identification, model inference, and attitude regression. • Space object detection in noisy image backgrounds. • Generation of realistic space scene imagery / discernment of real vs. synthetic. • Detection of subtle, unique image artefacts of interest in a large dataset. 8. Experiments, Testing and Demonstrations Provide general and specialized test support to include DE test planning, laboratory and field demonstration, and reporting. Provide required hardware, software/firmware, accessories, materials, supplies, infrastructure, diagnostics, targets, safety equipment, and services necessary to conduct testing of DE components, subsystems, systems, and demonstrations under operationally relevant conditions. 9. Laboratory Materials, Supplies and Services in Support of Experimentation Provide required ancillary support systems, equipment, materials, supplies, infrastructure, and services necessary to support the development, operation, maintenance, and testing required to evaluate DE through experimentation in the laboratory and field during trials or flight/range testing. Examples include, but are not limited to: a. Clean rooms, anechoic chambers and necessary equipment, materials, supplies and/or services to support all aspects of DE source development, laboratory experimentation, and field trials. b. Diagnostic and/or special test equipment/tooling required for: • Quality assurance of components used in the fabrication of DE sources • Damage assessments and root cause analysis of component, subsystem and system failures • Characterization of target physical, chemical, and electromagnetic properties • Fabrication, assembly, integration, testing, operation and maintenance of DE sources • Direct/indirect measurements of DE source performance c. Power systems required to operate the source and any required ancillary equipment or services necessary to install, operate and/or maintain these systems d. Unique chemicals to operate, clean, and/or maintain direct energy systems and/or laboratory facilities used for directed energy experimentation as well as any required materials, accessories or services required for safe storage, use, operations, and proper disposal of any hazardous materials e. Thermal management components and systems, to include system-level and facility-level systems, necessary to support safe operations of DE sources. This includes materials, supplies, accessories, services and/or any support required for safe operations and maintenance of the system as well as proper disposal of hazardous materials/waste. f. Any required safety related items necessary to fabricate, assemble, integrate, test, operate and maintain directed energy sources. g. Transportation: This area covers all transportation, to and from, various research facilities and sites to conduct field and/or flight experimentation, testing and/or trials of directed energy components, sub-systems and systems and demonstrations. This includes such items as associated support/handling equipment, special test equipment/tooling, spares, and diagnostic/testing equipment. Specialized transportation requirements may include: design, fabrication and/or purchase of specialized packaging, crating, enclosures, trailers, and/or vehicles from which the transported item(s) will be operated/maintained to conduct experimentation, testing and/or trials outside of traditional laboratory spaces. Additionally, this area covers aspects of safe transportation to and from remote field locations, Department of Defense test ranges, and installations in support of field and/or flight experimentation, testing and/or trials. ***UPDATES AS OF 09 DEC 2021*** a) DETER Industry User Guide, Amendment 02 update to Section 2.b., White Papers shall be submitted using the following link https://usg.valideval.com/teams/DETER/signuppapers update to Section 2.c.2. b) DETER White Paper Cover Sheet, Attachment 1, Amendment 1 ***UPDATES AS OF 06 JAN 2022*** Corrects the Valid Eval web address in the Open Announcement description above From: https://usg.valideval.com/teams/DETER/signuppapers To: https://usg.valideval.com/teams/DETER/signup ***UPDATES AS OF 11 AUG 2022*** a.) Update Statute Renumbering throughout DETER ARA and Industry Guide 10 U.S.C. §4021 (formerly 10 U.S.C. §2371) "Other Transaction for Research 10 U.S.C. §4022 (formerly 10 U.S.C. §2371b) "Other Transaction for Prototype" 10 U.S.C. §4023 (formerly 10 U.S.C. §2373) "Procurement for Experimental Purposes" 10 U.S.C. §4025 (formerly 10 U.S.C. §2374) "Prize Competitions" b.) Update DETER Contracting Points of Contact Primary: Mr. Bill Sherrod, AFRL/RDK c.) Include Requirement for Science & Technology (S&T) Program Protection ALL PROPOSAL RESPONSES (NOT REQUIRED FOR WHITE PAPER SUBMISSION) ARE REQUIRED TO SUBMIT THE FOLLOWING WITH ALL RESPONSES: 1.) A SF424 (Research and Related Senior/Key Person Profile)(See Attachments), and 2.) Completed Program Security Questionnaire (See Attachments) 3.) Privacy Act Statement (See Attachments) d.) Request for 500 Word Abstract on White Paper Submissions Offerors shall include a short 500 word abstract as a part of the white paper narrative that broadly describes the fundamental intent of the proposed effort along with the intended approach. e.) Duplicate White Paper Submissions Offerors advised that duplicate White Paper submissions within the same 12 month timeframe will NOT be separately evaluated. Please do NOT submit duplicate White Paper submissions within the same 12 month period. ***UPDATES AS OF 08 OCT 2024*** a.) SUMMARY OF AWARDS: Below is a summary of all awards made from inception (8 Feb 2021) to date (08 Oct 2024), under the DETER ARA: 1.) CALLS: 15 Calls have been issued or are in progress 13 awards have been issued or are in progress, with a combined value of $188M 2.) WHITE PAPER OPEN ANNOUNCEMENT: 193 White Papers have been received 32 Awards have been issued or are in progress, with a combined value of $165M b.) UPDATED EVALUATION RUBRIC: Slight changes have been made to the evaluation rubric, which can be found under the attached "Valid Eval Rubric (Version 2.0)". The updated evaluation rubric will be used for all white paper and proposal evaluations effective immediately. c.) AFRL DIRECTED ENERGY -- VIRTUAL INDUSTRY DAY: Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some or all of the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. ***UPDATES AS OF 22 NOV 2024*** Incorporated updated Science & Technology (S&T) Program Protection guidance above (Summary Only) and under the attached Industry Guide (Full Details). Incorporate "Privacy Act Statement" as additional Attachment.

Deadline: 8/10/2027
Posted: 12/13/2024
SolicitationNAICS: 541715.0

F16_ElectronTube_AN_APG86_5960014448163_PN_588R901h02

NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 29-Sep-22 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice/Sources Sought: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to manufacture, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that he has a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum MANUFACTURER (97942) drawing 588R901H02. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Manufacture/Process Verification: The offeror must manufacture this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMS/GUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMS/GUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 588R901H02. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMS/GUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 588R901H02. This article shall be subjected to a form, fit, and MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 29-Sep-22 Section C 2/3 function evaluation to demonstrate compatibility with the weapon system and to evaluate the manufacturing capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified: $3000. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved source for this item. Approval, however, does not guarantee subsequent contract award. MANUFACTURING QUALIFICATION REQUIREMENTS NSN: 5960-01-444-8163 P/N: 588R901H02 Noun: Electron Tube Application: F-16 A/B AN/APG-66 Transmitter 29-Sep-22 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the manufacturing process. g. QWC7: NA

Deadline: 8/12/2027
Posted: 8/12/2025
RFINAICS: None

F16_AN_APG68_ElectronTube_5960011538780_PN_585R224H01_3

P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 1/3 SECTION C: 1. QUALIFICATION REQUIREMENTS THAT MUST BE SATISFIED TO BECOME A QUALIFIED SOURCE a. Prequalification Notice: The offeror shall notify the appropriate government Small Business Office or, if responding to a solicitation, the contracting officer in the appropriate government contracting office, of intent to qualify as a source for this Electron Tube. b. Facilities, Testing, and Inspection Capabilities: The offeror must certify to the government that they have, or have access to, the required facilities and equipment to repair, inspect, test, package, and store the item. The offeror shall make their facilities, equipment, tooling, and personnel available for evaluation and inspection by the government. c. Data Verification: The offeror must verify that they have a complete data package. This verification must include a complete list of all procedures, drawings, and specifications, including change notices, in the offeror’s possession including, at a minimum Northrop Grumman (97924) drawing 585R224. The offeror may also be required to produce copies of all applicable procedures, drawings, or specifications. d. Repair Process Verification: The offeror must repair this item to conform to the government requirements as prescribed within the ESA-approved engineering/technical data package. The offeror must show compliance with Unique Identification (UID) requirements in accordance with DFARS 211.274 as prescribed within the ESA-approved engineering/technical data package. The offeror must provide, at their own expense, data showing the results of all quality, performance, and environmental evaluations conducted by the offeror to show compliance with the government requirements as prescribed by 416 SCMSGUEAA. The offeror shall also identify its sources for materials and its standards for internally used processes. e. Test and Evaluation and/or Verification: The offeror, at their own expense, shall prepare and submit to 416 SCMSGUEAA for their prior approval, a qualification test plan/procedure detailing how they intend to verify compliance with all performance, environmental, mechanical, and quality assurance requirements identified by Drawing 585R224H01,H03. After completion of the approved qualification testing, the offeror shall be required to submit a complete test report of the results to 416 SCMSGUEAA for their review and approval prior to the contract award. The government retains the right to exercise the option to inspect the testing processes, including on-site witnessing of any or all documented testing. To allow accomplishing this, the offeror shall notify the government at least 30 days in advance of the occurrence of any testing that will be used as a basis for qualification. The offeror’s facilities shall be made available for government inspection during these tests. f. Qualification Article Verification: The offeror must provide, at their own expense, a pre-contract award qualification article for evaluation by the government. This article must comply with all of the requirements of Drawing 585R224H01,H03.. This article shall be subjected to a form, fit, REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 2/3 and function evaluation to demonstrate compatibility with the weapon system and to evaluate the repair capability of the offeror. Offerors will be notified whether or not their qualification article passed or failed the required qualification testing within 90 days of submitting a product for qualification testing. Note that successful completion of the qualification testing does not guarantee any contract award. If the offeror is deemed qualified and awarded the contract, a post-contract award first article exhibit may be required to verify production capability. g. Qualification Requirement Cost Estimate: Estimated likely costs for testing and evaluation, which will be incurred by the potential offering party to become qualified are $4.500. h. Qualification Time Completion Estimate: It is the estimate of the engineering support activity that completion of this qualification effort should require 180 days. This is based on complexity of the Electron Tube and other factors. i. Qualification Time Limitation: An offeror may not be denied the opportunity to submit and have considered an offer for a contract if the offeror can demonstrate to the satisfaction of the contracting officer that the offeror (or its product) meets these standards for qualification or can meet them before the date specified for award of the contract. The award will not be delayed to provide the vendor with an opportunity to demonstrate its ability to meet the standards specified in this qualification requirement. j. Evaluation of Proposals Not Previously Qualified: The offeror must be fully qualified in order to be eligible for a contract award. Therefore, the offeror must fulfill all of the requirements stated, in writing, in the qualification requirement before the date specified for award of the contract. Once all requirements are met, the offeror will be listed as an approved repair source for this item. Approval, however, does not guarantee subsequent contract award. REPAIR QUALIFICATION REQUIREMENTS NSN: 5960-01-153-8780 P/N: 585R224H01, 585R224H03 Noun: Electron Tube Application: F-16 AN/APG-68 Radar Dual Mode Transmitter 4 Oct 2021 Section C 3/3 2. SOURCE QUALIFICATION WAIVER REQUIREMENTS Sources who meet any of the following Source Qualification Waiver Criteria (QWC) may apply for a waiver of all or part of the qualification requirements. If a waiver is granted and the offeror is awarded a contract, the offeror may still be required to provide a post-contract award first article exhibit to verify production capability: a. QWC1: The potential source submits written certification that the articles have been supplied to the government or original equipment manufacturer (e.g., DD Form 250, Material Inspection and Receiving Report, Purchase Order invoice, etc). b. QWC2: NA c. QWC3: A source qualified to provide an assembly is usually qualified to provide subassemblies, major components, and items of that assembly. d. QWC4: A source qualified to provide earlier dash numbers of a basic P/N may be qualified to provide other dash numbers of that same basic P/N, provided there is no increase in complexity, criticality, or other relevant requirements. e. QWC5: A source qualified to provide a similar or like item can be qualified to provide the required item. However, for approval, the engineering authority must verify that there is no increase in complexity, criticality, or other requirements over that of the similar item. At a minimum, the source shall provide a complete set of drawings for the similar item and written proof, such as purchase orders, shipping documents, etc., to show that the similar item was provided to the original equipment manufacturer or DoD. f. QWC6: A source previously qualified to provide an item, but which has been purchased, sold, merged, absorbed, reformed, split, etc., may qualify if it can be established that the qualification is currently with the requester and that the requester has the same or equivalent facilities, tooling, equipment, personnel, and utilizes the original forging, castings, etc., in the repair process. g. QWC7: NA

Deadline: 8/12/2027
Posted: 8/12/2025
RFINAICS: None

Manufacturing Qualification Requirements (MQR) for Commodity Critical Safety and Critical Application Items (848 SCMG MQR)

This information is posted in order to publicize the establishment of manufacturing qualification requirements (MQRs) for the items listed in the “848 SCMG Master Item List July 2020.pdf” attached in this posting. Pursuant to Federal Acquisition Regulations (FARs), potential vendors wishing to become qualified as an approved source of supply for manufacturing items specified in the subject Master Item List must submit a Source Approval Request (SAR) package. Air Force Material Command Instruction 23-113, Material Management, Pre-award Qualification of New or Additional Parts, Sources and the Use of the Source Approval Request (SAR) and the 848 SCMG MQR document serve as the basis for creating and submitting a SAR package. AFMCI 23-113 implements FAR requirements and Air Force Policy and procedures. The 848 SCMG MQR is applicable to only manufacturing SAR packages and references relevant sections of AFMCI 23-113 where needed and serves to clarify requirements the proposed offeror (i.e., potential supplier) must satisfy in order to obtain source approval to manufacture a commodity item for a specific application. The 848 SCMG MQR covers a variety of different commodity items managed by the 848th Supply Chain Management Group, 448th Supply Chain Management Wing, under the Air Force Sustainment Center. Commodity items managed by the 848 SCMG span a number of different categories to include structures, instruments, and accessory items used on a number of major aircraft operated by the US Air Force. The 848 SCMG Master Item List provides each item's: National Stock Number; Nomenclature; managing Group; managing Squadron; Mission, Design, Series (MDS); Type, Model, Series (TMS); and Acquisition Method Suffix Code (AMSC) data for each item. Notes: AMSC are limited to: C, D, K, M, N, P, Q, R, S, and V. In general, “MDS” is the combination of numbers/letters used to describe different aircraft and “TMS” is the number/letter combinations used for equipment, engines, missiles, etc. Comments and suggestions regarding this MQR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.

Deadline: 8/17/2027
Posted: 8/12/2025
RFINAICS: 336413.0

Manufacturing Qualification Requirements (MQR) for Commodity Critical Safety and Critical Application Items (848 SCMG MQR)

This information is posted in order to publicize the establishment of manufacturing qualification requirements (MQRs) for the items listed in the “848 SCMG Master Item List July 2020.pdf” attached in this posting. Pursuant to Federal Acquisition Regulations (FARs), potential vendors wishing to become qualified as an approved source of supply for manufacturing items specified in the subject Master Item List must submit a Source Approval Request (SAR) package. Air Force Material Command Instruction 23-113, Material Management, Pre-award Qualification of New or Additional Parts, Sources and the Use of the Source Approval Request (SAR) and the 848 SCMG MQR document serve as the basis for creating and submitting a SAR package. AFMCI 23-113 implements FAR requirements and Air Force Policy and procedures. The 848 SCMG MQR is applicable to only manufacturing SAR packages and references relevant sections of AFMCI 23-113 where needed and serves to clarify requirements the proposed offeror (i.e., potential supplier) must satisfy in order to obtain source approval to manufacture a commodity item for a specific application. The 848 SCMG MQR covers a variety of different commodity items managed by the 848th Supply Chain Management Group, 448th Supply Chain Management Wing, under the Air Force Sustainment Center. Commodity items managed by the 848 SCMG span a number of different categories to include structures, instruments, and accessory items used on a number of major aircraft operated by the US Air Force. The 848 SCMG Master Item List provides each item's: National Stock Number; Nomenclature; managing Group; managing Squadron; Mission, Design, Series (MDS); Type, Model, Series (TMS); and Acquisition Method Suffix Code (AMSC) data for each item. Notes: AMSC are limited to: C, D, K, M, N, P, Q, R, S, and V. In general, “MDS” is the combination of numbers/letters used to describe different aircraft and “TMS” is the number/letter combinations used for equipment, engines, missiles, etc. Comments and suggestions regarding this MQR are welcome. If industry has suggestions, to include clarifications or changes to the specified requirements, please contact the 848 SCMG through the email provided.

Deadline: 8/17/2027
Posted: 10/8/2025
RFINAICS: 336413.0
Page 24 of 36