Federal Contract Opportunities

Showing 1,601-1,650 of 1,788 opportunities

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

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001

Deadline: 12/26/2028
Posted: 1/25/2024
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002

Deadline: 12/26/2028
Posted: 12/26/2023
SolicitationNAICS: 541715.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001

Deadline: 12/26/2028
Posted: 12/26/2023
SolicitationNAICS: 54171.0

NEEDIPEDIA BROAD AGENCY ANNOUNCEMENT - BAA

NEEDIPEDIA BROAD AGENCY ANOUNCEMENT - BAA - HHM402-23-S-0001: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-S-0001 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_BAA - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_BAA - ATTACHED

Deadline: 12/26/2028
Posted: 9/2/2025
SolicitationNAICS: 54171.0

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO

NEEDIPEDIA - COMMERCIAL SOLUTIONS OPENING - CSO - HHM402-23-SC-0002: Designates an interest in the full range and full scope of possible innovative ideas from all interested and qualified sources, to include participation by, and potentially with both traditional and non-traditional members (e.g. large businesses, small businesses, independent consultants, academic institutions, consortium participants, other) that may assist the agency in maximizing operating efficiency and effectiveness in operations, or otherwise provide preeminent technological and/or innovation capability that most capably allows the agency to support its mandated national and international mission requirements. This is a follow-on solicitation to HHM402-19-SC-0002 UPDATE 23APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE1_CSO - DELETED UPDATE 26APR2024 - NEEDIPEDIA WHITE PAPER COVER SHEET UPDATE2_CSO - ATTACHED

Deadline: 12/26/2028
Posted: 9/2/2025
SolicitationNAICS: 541715.0

2025 Main Bus Program

January 22, 2024 Update Please review the following information regarding obtaining a GSA GACA account to access and listen to the conference's recording, if interested. https://insite.gsa.gov/employee-resources/information-technology/it-security-and-privacy/it-security/sharing-securely/gsa-affiliated-customer-account-gaca?term=gaca&check_logged_in=1 *********************************************************************************** January 18, 2024 Update This update to the Pre-Solicitation notice provides the Powerpoint Slidedeck of today's conference along with Questions and Answers from the conference. The conference was recorded, and those who would like access to the recording need to reach out to the Contracting Officer to request a GSA GACA account so that access can be provided to listen to this recording. *********************************************************************************** The General Services Administration's (GSA) Automotive Acquisition Support Center invites firms interested in submitting offers under the Government's upcoming solicitation for 2025 Buses to participate in the 2025 Federal Vehicles Standards process beginning January 11, 2024. This process, conducted via GSA's Engineering Division, assists GSA's Vehicle Buying program to develop the Government's technical requirements for motor vehicles. Vehicle types being sought by the Government for this program include, but are not limited to: - Adult Work Buses - School Buses - Shuttles - Inter-City Commuter Coaches - Over the Road Touring Coaches Vehicle types, by Special Item Number (SIN) under Solicitation Number 47QMCA24R0006, being sought by the Government include: 202C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS, BASIC 220A - 28 PAX ADULT, TYPE C, WORK BUS, BASIC 220C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 221A - 36 PAX ADULT, TYPE C, WORK BUS, BASIC 221C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 222A - 40 PAX ADULT, TYPE C, WORK BUS, BASIC 222C - 66 PAX CHILDREN TYPE C, SCHOOL BUS, BASIC 230A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS, BASIC 236A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 236C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 238A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 238C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 301C - 14 PAX CHILDREN, TYPE A, SCHOOL BUS 302C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS 304C - 30 PAX CHILDREN, TYPE A, SCHOOL BUS 320A - 28 PAX ADULT, TYPE C, WORK BUS 320C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS 321A - 36 PAX ADULT, TYPE C, WORK BUS 321C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS 322A - 40 PAX ADULT, TYPE C, WORK BUS 322C - 66 PAX CHILDREN, TYPE C, SCHOOL BUS 330A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS 336A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 336C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 338A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 338C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 240L - 10 PAX ADULT, LOW-FLOOR, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS 241 - 12 PAX ADULT , 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 241N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT DUTY SHUTTLE BUS, BASIC 243 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 246 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 247 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS, BASIC 341 - 12 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 341N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342L - 16 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 342N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343L - 20 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 346 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 346L - 24 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 347 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 347L - 28 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 259W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260 - 32 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 263 - 36 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS, BASIC 263W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 359W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 360 - 32 PAX ADULT, 94 TO 99-INCH, MEDIUM-DUTY, SHUTTLE BUS 360L - 32 PAX ADULT, LOW-FLOOR, MEDIUM-DUTY, SHUTTLE BUS 360W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 363 - 36 PAX ADULT PASSENGER, MEDIUM-DUTY, SHUTTLE BUS 363W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 396 - 49 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 397 - 57 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 398 - 56 PAX ADULT, OVER-THE-ROAD, TOURING COACH The General Services Administration is the mandatory source for vehicles purchased in the United States under the Federal Property Management Regulation (FPMR) 101-26.501. GSA's Vehicle Purchasing Division purchases an estimated 50,000 new model year non-tactical vehicles for Federal Executive Agencies and the Department of Defense annually. All GSA vehicle purchases are governed by program specific Federal Vehicle Standards, which are assimilated by GSA Engineering personnel prior to solicitation publication. The technical review process engages interested parties to provide technical data for vehicles to be potentially offered to the Government in response to the forthcoming solicitation and to assist in the development of the Federal Vehicles Standards for the current model year on the 2025 Main Bus Program. Please note, GSA is NOT requesting pricing at this time. GSA is currently only in the requirements development phase of the acquisition. Interested parties, which have not already done so, should complete the following steps in order to participate: Send a list of makes/models they intend to submit for consideration to Dillon Akyuz, GSA Vehicle Engineer, at doruk.akyuz@gsa.gov by January 18, 2024. Please see the attached "Current Active Models" as a starting point and identify any deletions or additions with your firm's submission. These model lists are necessary for GSA to establish them in our database so they will be available for technical data population. GSA will hold a combined virtual Pre-Solicitation Conference and Industry Day on Thursday, January 18, 2024, from 11:00am-12:00pm EST to review these instructions as well as a discussion of changes from the current 2020 Main Bus Program. All interested parties should plan on attending. The meeting info is as follows: Meeting ID meet.google.com/jpj-jpva-eud Phone Numbers (?US)?+1 401-646-2406 PIN: ?361 241 080# For a better understanding of the potential solicitation requirements, please review the 2020 Main Bus Program Solicitation attached herewith. GSA anticipates many similar proposal requirements and terms and conditions, though full draft RFP terms will be released in the Spring of 2024 under a separate notice. GSA looks forward to your firm's participation in the 2025 Federal Standards for Buses. For additional information please contact GSA's Vehicle Purchasing Division at 844-472-1200 or by email at vehiclebuying@gsa.gov.

Deadline: 12/31/2028
Posted: 1/22/2024
RFINAICS: 336211.0

2025 Main Bus Program

January 18, 2024 Update This update to the Pre-Solicitation notice provides the Powerpoint Slidedeck of today's conference along with Questions and Answers from the conference. The conference was recorded, and those who would like access to the recording need to reach out to the Contracting Officer to request a GSA GACA account so that access can be provided to listen to this recording. *********************************************************************************** The General Services Administration's (GSA) Automotive Acquisition Support Center invites firms interested in submitting offers under the Government's upcoming solicitation for 2025 Buses to participate in the 2025 Federal Vehicles Standards process beginning January 11, 2024. This process, conducted via GSA's Engineering Division, assists GSA's Vehicle Buying program to develop the Government's technical requirements for motor vehicles. Vehicle types being sought by the Government for this program include, but are not limited to: - Adult Work Buses - School Buses - Shuttles - Inter-City Commuter Coaches - Over the Road Touring Coaches Vehicle types, by Special Item Number (SIN) under Solicitation Number 47QMCA24R0006, being sought by the Government include: 202C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS, BASIC 220A - 28 PAX ADULT, TYPE C, WORK BUS, BASIC 220C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 221A - 36 PAX ADULT, TYPE C, WORK BUS, BASIC 221C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 222A - 40 PAX ADULT, TYPE C, WORK BUS, BASIC 222C - 66 PAX CHILDREN TYPE C, SCHOOL BUS, BASIC 230A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS, BASIC 236A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 236C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 238A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 238C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 301C - 14 PAX CHILDREN, TYPE A, SCHOOL BUS 302C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS 304C - 30 PAX CHILDREN, TYPE A, SCHOOL BUS 320A - 28 PAX ADULT, TYPE C, WORK BUS 320C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS 321A - 36 PAX ADULT, TYPE C, WORK BUS 321C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS 322A - 40 PAX ADULT, TYPE C, WORK BUS 322C - 66 PAX CHILDREN, TYPE C, SCHOOL BUS 330A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS 336A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 336C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 338A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 338C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 240L - 10 PAX ADULT, LOW-FLOOR, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS 241 - 12 PAX ADULT , 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 241N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT DUTY SHUTTLE BUS, BASIC 243 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 246 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 247 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS, BASIC 341 - 12 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 341N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342L - 16 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 342N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343L - 20 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 346 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 346L - 24 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 347 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 347L - 28 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 259W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260 - 32 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 263 - 36 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS, BASIC 263W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 359W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 360 - 32 PAX ADULT, 94 TO 99-INCH, MEDIUM-DUTY, SHUTTLE BUS 360L - 32 PAX ADULT, LOW-FLOOR, MEDIUM-DUTY, SHUTTLE BUS 360W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 363 - 36 PAX ADULT PASSENGER, MEDIUM-DUTY, SHUTTLE BUS 363W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 396 - 49 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 397 - 57 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 398 - 56 PAX ADULT, OVER-THE-ROAD, TOURING COACH The General Services Administration is the mandatory source for vehicles purchased in the United States under the Federal Property Management Regulation (FPMR) 101-26.501. GSA's Vehicle Purchasing Division purchases an estimated 50,000 new model year non-tactical vehicles for Federal Executive Agencies and the Department of Defense annually. All GSA vehicle purchases are governed by program specific Federal Vehicle Standards, which are assimilated by GSA Engineering personnel prior to solicitation publication. The technical review process engages interested parties to provide technical data for vehicles to be potentially offered to the Government in response to the forthcoming solicitation and to assist in the development of the Federal Vehicles Standards for the current model year on the 2025 Main Bus Program. Please note, GSA is NOT requesting pricing at this time. GSA is currently only in the requirements development phase of the acquisition. Interested parties, which have not already done so, should complete the following steps in order to participate: Send a list of makes/models they intend to submit for consideration to Dillon Akyuz, GSA Vehicle Engineer, at doruk.akyuz@gsa.gov by January 18, 2024. Please see the attached "Current Active Models" as a starting point and identify any deletions or additions with your firm's submission. These model lists are necessary for GSA to establish them in our database so they will be available for technical data population. GSA will hold a combined virtual Pre-Solicitation Conference and Industry Day on Thursday, January 18, 2024, from 11:00am-12:00pm EST to review these instructions as well as a discussion of changes from the current 2020 Main Bus Program. All interested parties should plan on attending. The meeting info is as follows: Meeting ID meet.google.com/jpj-jpva-eud Phone Numbers (?US)?+1 401-646-2406 PIN: ?361 241 080# For a better understanding of the potential solicitation requirements, please review the 2020 Main Bus Program Solicitation attached herewith. GSA anticipates many similar proposal requirements and terms and conditions, though full draft RFP terms will be released in the Spring of 2024 under a separate notice. GSA looks forward to your firm's participation in the 2025 Federal Standards for Buses. For additional information please contact GSA's Vehicle Purchasing Division at 844-472-1200 or by email at vehiclebuying@gsa.gov.

Deadline: 12/31/2028
Posted: 1/18/2024
RFINAICS: 336211.0

2025 Main Bus Program

The General Services Administration's (GSA) Automotive Acquisition Support Center invites firms interested in submitting offers under the Government's upcoming solicitation for 2025 Buses to participate in the 2025 Federal Vehicles Standards process beginning January 11, 2024. This process, conducted via GSA's Engineering Division, assists GSA's Vehicle Buying program to develop the Government's technical requirements for motor vehicles. Vehicle types being sought by the Government for this program include, but are not limited to: - Adult Work Buses - School Buses - Shuttles - Inter-City Commuter Coaches - Over the Road Touring Coaches Vehicle types, by Special Item Number (SIN) under Solicitation Number 47QMCA24R0006, being sought by the Government include: 202C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS, BASIC 220A - 28 PAX ADULT, TYPE C, WORK BUS, BASIC 220C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 221A - 36 PAX ADULT, TYPE C, WORK BUS, BASIC 221C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS, BASIC 222A - 40 PAX ADULT, TYPE C, WORK BUS, BASIC 222C - 66 PAX CHILDREN TYPE C, SCHOOL BUS, BASIC 230A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS, BASIC 232C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS, BASIC 236A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 236C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 238A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS, BASIC 238C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS, BASIC 301C - 14 PAX CHILDREN, TYPE A, SCHOOL BUS 302C - 24 PAX CHILDREN, TYPE A, SCHOOL BUS 304C - 30 PAX CHILDREN, TYPE A, SCHOOL BUS 320A - 28 PAX ADULT, TYPE C, WORK BUS 320C - 42 PAX CHILDREN, TYPE C, SCHOOL BUS 321A - 36 PAX ADULT, TYPE C, WORK BUS 321C - 54 PAX CHILDREN, TYPE C, SCHOOL BUS 322A - 40 PAX ADULT, TYPE C, WORK BUS 322C - 66 PAX CHILDREN, TYPE C, SCHOOL BUS 330A - 32 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332A - 44 PAX ADULT, TYPE D FRONT ENGINE, WORK BUS 332C - 72 PAX CHILDREN, TYPE D FRONT ENGINE, SCHOOL BUS 336A - 32 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 336C - 54 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 338A - 44 PAX ADULT, TYPE D REAR ENGINE, WORK BUS 338C - 78 PAX CHILDREN, TYPE D REAR ENGINE, SCHOOL BUS 240L - 10 PAX ADULT, LOW-FLOOR, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS 241 - 12 PAX ADULT , 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 241N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 242N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT DUTY SHUTTLE BUS, BASIC 243 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 246 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY SHUTTLE BUS, BASIC 247 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS, BASIC 341 - 12 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 341N - 12 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342 - 16 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 342L - 16 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 342N - 16 PAX ADULT, 77-89 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343 - 20 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 343L - 20 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 346 - 24 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 346L - 24 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 347 - 28 PAX ADULT, 90-98 INCH WIDE, LIGHT-DUTY, SHUTTLE BUS 347L - 28 PAX ADULT, LOW-FLOOR, LIGHT-DUTY, SHUTTLE BUS 259W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260 - 32 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 260W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 263 - 36 PAX ADULT, 94-99 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS, BASIC 263W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY SHUTTLE BUS, BASIC 359W - 28 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 360 - 32 PAX ADULT, 94 TO 99-INCH, MEDIUM-DUTY, SHUTTLE BUS 360L - 32 PAX ADULT, LOW-FLOOR, MEDIUM-DUTY, SHUTTLE BUS 360W - 32 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 363 - 36 PAX ADULT PASSENGER, MEDIUM-DUTY, SHUTTLE BUS 363W - 36 PAX ADULT, 100-102 INCH WIDE, MEDIUM-DUTY, SHUTTLE BUS 396 - 49 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 397 - 57 PAX ADULT, HEAVY-DUTY, INTERCITY, COMMUTER COACH 398 - 56 PAX ADULT, OVER-THE-ROAD, TOURING COACH The General Services Administration is the mandatory source for vehicles purchased in the United States under the Federal Property Management Regulation (FPMR) 101-26.501. GSA's Vehicle Purchasing Division purchases an estimated 50,000 new model year non-tactical vehicles for Federal Executive Agencies and the Department of Defense annually. All GSA vehicle purchases are governed by program specific Federal Vehicle Standards, which are assimilated by GSA Engineering personnel prior to solicitation publication. The technical review process engages interested parties to provide technical data for vehicles to be potentially offered to the Government in response to the forthcoming solicitation and to assist in the development of the Federal Vehicles Standards for the current model year on the 2025 Main Bus Program. Please note, GSA is NOT requesting pricing at this time. GSA is currently only in the requirements development phase of the acquisition. Interested parties, which have not already done so, should complete the following steps in order to participate: Send a list of makes/models they intend to submit for consideration to Dillon Akyuz, GSA Vehicle Engineer, at doruk.akyuz@gsa.gov by January 18, 2024. Please see the attached "Current Active Models" as a starting point and identify any deletions or additions with your firm's submission. These model lists are necessary for GSA to establish them in our database so they will be available for technical data population. GSA will hold a combined virtual Pre-Solicitation Conference and Industry Day on Thursday, January 18, 2024, from 11:00am-12:00pm EST to review these instructions as well as a discussion of changes from the current 2020 Main Bus Program. All interested parties should plan on attending. The meeting info is as follows: Meeting ID meet.google.com/jpj-jpva-eud Phone Numbers (?US)?+1 401-646-2406 PIN: ?361 241 080# For a better understanding of the potential solicitation requirements, please review the 2020 Main Bus Program Solicitation attached herewith. GSA anticipates many similar proposal requirements and terms and conditions, though full draft RFP terms will be released in the Spring of 2024 under a separate notice. GSA looks forward to your firm's participation in the 2025 Federal Standards for Buses. For additional information please contact GSA's Vehicle Purchasing Division at 844-472-1200 or by email at vehiclebuying@gsa.gov.

Deadline: 12/31/2028
Posted: 1/11/2024
RFINAICS: 336211.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist/Officer Tahj Guilford at Tahj.Guilford.2@us.af.mil This Combined Synopsis/Solicitation is set to expire January 7, 2029 at 4:00 PM EST.

Deadline: 1/7/2029
Posted: 1/21/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist/Officer Tahj Guilford at Tahj.Guilford.2@us.af.mil This Combined Synopsis/Solicitation is set to expire January 7, 2029 at 4:00 PM EST.

Deadline: 1/7/2029
Posted: 1/7/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist/Officer Tahj Guilford at Tahj.Guilford.2@us.af.mil

Deadline: 1/7/2029
Posted: 1/7/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Combined Synopsis/Solicitation for Non-Personal Commercial Lodging within a 30 miles radius from Homestead ARB, FL

This requirement is a set-aside for Small Businesses only and is a combined synopsis/solicitation to award multiple Blank Purchase Agreement (BPAs) for non -personal commercial lodging accommodation within a 30 miles radius of Homestead ARB, FL. This synopsis/solicitation is prepared in accordance with the format in FAR Subpart 12.6 and is supplemented with additional information included in this notice. This announcement constitutes the only synopsis/solicitation. This 100% SB set-aside shall use the North American Industry Classification System (NAICS) code 721110, Hotels (except Casino Hotels) and Motels and Product Service Code (PSC) V231, Lodging, Hotel/Motel. The SB size standard is $40 M. Each awarded BPA shall have up to five (5) year period of performance (POP) with a minimum order value of $1.00 up to the established ceiling. NOTE: The ceiling can be increased/decreased at any time by the Contracting Officer via a bilateral modification to meet current/future needs. Such instances might include COVID-19, national disasters, an/or any instance/reason the Government determines the need for increased/decreased lodging services are needed. Contractors who want to be considered for a BPA with Homestead ARB shall submit a capability statement showing their aptitude/capability to meet all requirements defined in the BPA Lodging PAP and BPA Lodging SOW attached to this notice. The capability statement shall include the following: Contractor’s Name (doing Business as (DBA) Name) Physical Address with distance from Homestead ARB Point of Contact to include name, phone number and email address Verification of SAM registration with UEI and cage code Capability Statement showing how the Contractor can meet all requirements of this solicitation. Current Price List within the approved GSA Per Diem Rates that are Tax Exempt and comply with the requests contained in BPA Lodging PAP and BPA Lodging SOW. Awarded BPA might be made to responsible offerors who provide a capability statement documentation that they can successfully meet all the requirements above AND pass an in-person or virtual initial quality surveillance inspection with no discrepancies. Contractors who are interested in this requirement shall submit their capability statements to Contract Specialist Tahj Guilford and Contracting Officer Daniela Marton.

Deadline: 1/7/2029
Posted: 1/7/2025
Combined Synopsis/SolicitationNAICS: 721110.0

Strategic Capabilities Office Broad Agency Announcement

Strategic Capabilities Office (SCO) is an organization within the Office of the Secretary of Defense which seeks to identify, analyze, and prototype disruptive applications of new systems, unconventional uses of existing systems, and implement emerging technologies to create operational strategic effects. SCO is a rapid prototyping organization focused on delivering capabilities in 3-5 years to address high priority operational and strategic challenges. The purpose of this BAA, issued under Federal Acquisition Regulation (FAR) parts 6.102(d)(2) and 35.016, is to solicit research submissions for funding consideration in the five areas of technical interest established herein. Procurement contracts, as well as OT agreements for research or prototypes under the authorities of 10 United States Code (U.S.C.) §§ 4021-4022, respectively, may result from this BAA. Amendment 1 posts Questions and Answers and provides edits to the BAA to clarify the submission process.  

Deadline: 1/17/2029
Posted: 3/12/2024
SolicitationNAICS: 541715.0

Q999--621 R4 - RFP-797-FSS-00-0115-R4 and Amendments 1-5

This adds amendment 0004 to currently published solicitation RFP-797-FSS-00-0115-R4.

Deadline: 1/21/2029
Posted: 1/21/2024
Combined Synopsis/SolicitationNAICS: 561320.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have.

Deadline: 2/7/2029
Posted: 2/21/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have.

Deadline: 2/7/2029
Posted: 2/9/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have.

Deadline: 2/7/2029
Posted: 2/7/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement.

Deadline: 2/7/2029
Posted: 2/7/2024
SolicitationNAICS: 236220.0

Tri-Base Area Construction Basic Ordering Agreement

This Basic Ordering Agreement (BOA) is a written instrument of understanding, negotiated between the United States Government and the Contractor for a broad range of construction services for the US Government. Work locations include RAF Mildenhall, RAF Lakenheath, and RAF Feltwell. Work under this Agreement will be ordered by issuing Task Orders. This announcement will remain open. Applications will be accepted and evaluated for potential award throughout the period of the Basic Ordering Agreement. We are actively seeking experienced construction contractors for a wide range of construction services in the Tri-Base area in Suffolk, UK. Both principle contractors with a diverse experience in renovating, altering and modernization of facilities and specialty trade contractors experineced in Asphalt and Concrete Paving and Commercial Roofing are urged to apply. Please contact with questions you may have. Amend 03 removed several clauses from the Model Agreement and revised Atch 5-Application Instructions, and revised Atch 6-Application Evaluataion Procedures

Deadline: 2/7/2029
Posted: 3/6/2025
SolicitationNAICS: 236220.0

Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk

Non-Complex Construction and Design Build Construction, Basic Ordering Agreement RAF Lakenheath, Suffolk

Deadline: 2/7/2029
Posted: 2/7/2024
RFINAICS: 23.0

FreeSol Broad Agency Annoucement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space Systems Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: 1LT Heeyeun Joo Mr. John Stelling NIPR: heeyeun.joo.1@spaceforce.mil NIPR: john.stelling.2@spaceforce.mil Alternate Contracting Officer: Mr. Robert Chernoff NIPR: robert.chernoff@spaceforce.mil Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 4/7/2025
SolicitationNAICS: 541715.0

FreeSol Broad Agency Annoucement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space System Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: Melanie Gipson Mr. Stephen A. Taylor NIPR: melanie.gipson@spaceforce,mil NIPR: stephen.taylor.2@us.af.mil Contract Specialist: Captain Tobias Richards NIPR: tobias.richards.1@spaceforce.mil Electronic submissions are highly preferred. In the event electronic or verbal submissions are not possible, concept papers in response to this announcement shall be submitted to: Contracting, SSC/SZK ATTN: BAA FA8819-24-R-B003 483 N. Aviation Blvd. A-5 El Segundo, CA 90245 Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 6/24/2024
SolicitationNAICS: 541715.0

FreeSol Broad Agency Annoucement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space System Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: Melanie Gipson Mr. Stephen A. Taylor NIPR: melanie.gipson@spaceforce,mil NIPR: stephen.taylor.2@us.af.mil Contract Specialist: Captain Tobias Richards NIPR: tobias.richards.1@spaceforce.mil Electronic submissions are highly preferred. In the event electronic or verbal submissions are not possible, concept papers in response to this announcement shall be submitted to: Contracting, SSC/SZK ATTN: BAA FA8819-24-R-B003 483 N. Aviation Blvd. A-5 El Segundo, CA 90245 Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 5/18/2024
SolicitationNAICS: 541715.0

FreeSol Broad Agency Annoucement

TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space System Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. Additionally, the companies providing SE&I, SETA, SAFS, or other technical/acquisition support services to SSC are prohibited from submitting White Papers and proposals in response to this BAA. While these companies may not have an actual conflict with regard to this BAA activity, companies interested in competing for this effort may receive or be inadvertently exposed to information during performance of their contracts that may provide an unfair advantage in the White Paper review process. Further, additional conflicts of interest may arise if the SSC/SZ decides to transition capabilities developed under the BAA activities into operations. If an Offeror suspects or is aware of a potential Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC / contracting officer listed below: Contracting Officer: Security POC: Melanie Gipson Mr. Stephen A. Taylor NIPR: melanie.gipson@spaceforce,mil NIPR: stephen.taylor.2@us.af.mil Electronic submissions are highly preferred. In the event electronic or verbal submissions are not possible, concept papers in response to this announcement shall be submitted to: Contracting, SSC/SZK ATTN: BAA FA8819-24-R-B003 483 N. Aviation Blvd. A-5 El Segundo, CA 90245 Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 2/23/2024
SolicitationNAICS: 541715.0

FreeSol Broad Agency Announcement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space Systems Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: 1LT Heeyeun Joo Mr. Christopher Colon NIPR: heeyeun.joo.1@spaceforce.mil NIPR: christopher.colon.4@spaceforce.mil Alternate Contracting Officer: Mr. Robert Chernoff NIPR: robert.chernoff@spaceforce.mil Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 9/16/2025
SolicitationNAICS: 541715.0

FreeSol Broad Agency Announcement

SUBJECT: TWO-STEP BROAD AGENCY ANNOUNCEMENT (Solicitation FA8819-24-R-B003) FreeSol Broad Agency Announcement (BAA) Space Systems Command (SSC) Space Domain Awareness and Combat Power (SZ-BC) Program Executive Office (PEO) Advanced Technology Transition Branch SECTION 1 - INTRODUCTION The Space Systems Command (SSC) Advanced Technologies Branch (SSC/SZET-BCET) and Contracting Branch (SSC/SZK) invites innovative technical approach concept papers addressing space and cyber technologies, to enable capabilities to counter emerging space threats. To enable the concepts espoused in the United States Space Force (USSF) Strategic Intent, investments need to be made and the USSF needs to leverage all sources of innovation, prototyping, and experimentation. In addition, the USSF will explore pathfinders to test assumptions, validate answers, and potentially field ad-hoc solutions. This effort was designed to help the SF further partner with industry, encourage innovation, and drive down system costs. This BAA champions these initiatives, develops a better understanding of requirements while rapidly addressing the need for integrated space and cyber solutions. This Broad Agency Announcement (BAA) is issued under the provisions of paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR). Contracts awarded based on responses to this BAA are considered to be the result of full and open competition and in full compliance with the provisions of Public law 98-369, “The Competition in Contracting Act of 1984.” This is an open, two-step (concept white paper followed by proposal) BAA that will be available for 60 months, through 23 February 2029. Concept papers should be submitted as specified in “Section 3, Part A” of this BAA. The Government will evaluate concept papers against the criteria stated in this announcement. Those Offerors whose concept papers are of interest may be invited to submit a formal proposal following the specifications provided in “Section 3, Part B” of this BAA. All Offerors submitting concept papers will be contacted by the Government by either (1) notifying them of a request for a formal cost and technical proposal by a specified date, (2) a request to extend the validity of the concept paper until funding can be secured, or (3) informing them that the proposed solution is not of interest to the Government. An invitation to submit a complete technical proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Use of Non-Government Advisors: The Government intends to use Government personnel for the White Paper review and evaluation of proposals. The Government reserves the right to use Federally Funded Research and Development Contractors (FFRDC), Systems Engineering and Integration (SE&I), Systems Engineering and Technical Assistance (SETA), or SSC Acquisition and Financial Support (SAFS) contractors who support SSC to provide technical and acquisition advisory support for evaluations of White Papers and proposals. The current list of organizations includes: Aerospace, MITRE, the System Engineering and Integration (SE&I) contractor Science Applications International (SAIC) and other contractors (e.g. AT&T Incorporated, Booz Allen Hamilton, LinQuest, SES, Stellar Solutions) the SSC Acquisition and Financial Support (SAFS) contractor (Tecolote Research) and Security Support Contractor ManTech International. The list also includes subcontractors to any of these listed organizations that are actively supporting SSC/SZ through these organizations. If those contractors change over the life of the BAA, the Government will advise in writing. The evaluators and support personnel will be bound by appropriate Non-Disclosure Agreements (NDA) to protect proprietary and sensitive information. Additional NDAs will not be required; instead, a response to this BAA will be considered an implicit acknowledgement and acceptance of the fact that non-Government advisors will be assisting the Government in this process. Should the Offeror have any objections to specific companies and/or personnel from participating in the evaluation of proposals, written notification shall be provided to the Contracting Officer within ten (10) calendar days prior to the Offeror’s submission of proposals or concept papers. If there is an objection, the specific reason(s) for the objection(s) shall be stated in the written notification, and the specific support contractor of concern shall be identified. If an Offeror suspects or is aware of a potential or actual Organizational Conflict of Interest (OCI) or the appearance thereof they shall document the OCI in the concept paper and proposal. If a potential OCI or appearance thereof exists, the offeror shall submit the mitigation plan in place or to be put in place upon award with the concept paper and proposal. Awardees shall mitigate OCIs and shall be in compliance with FAR 9.5 – Organizational and Consultant Conflicts of Interest. OCI documentation associated with a white paper submission is not subject to any page limitations. The Government understands that information provided in response to this BAA is presented in confidence and may contain trade secrets, commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by: 18 USC 1905 (Trade Secrets Act); 18 USC 1831 et seq. (Economic Espionage Act); 5 USC 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and Any other statute, regulation, or requirement applicable to Government employees. Concept papers may be submitted electronically, via the appropriate communication channels (NIPR, SIPR, JWICS, SGN, SIC, etc.), to the Security POC, contracting officer, and contract specialist listed below: Contracting Officer: Security POC: 1LT Heeyeun Joo Mr. John Stelling NIPR: heeyeun.joo.1@spaceforce.mil NIPR: john.stelling.2@spaceforce.mil Alternate Contracting Officer: Mr. Robert Chernoff NIPR: robert.chernoff@spaceforce.mil Concept papers shall reference the above BAA number in the subject/title of the response. Submissions shall be either PDF files or Microsoft Word Documents. This announcement is effective for five years from date of release. Concept papers may be submitted at any time during this period. The SSC/SZET Advanced Technologies Branch acknowledges that funding constraints may severely limit contract activities but anticipates the ability to execute a limited number of projects through this timeframe. Funding Information: The anticipated ceiling available for this effort is up to $99M over the BAA’s 5-year active period. The number of contract awards have not been predetermined and will depend on the scope and quality of proposals received. The Government’s requirement for technology maturation across all focus areas will balance the investments appropriately. Any award(s) is subject to the availability of funds and is at the discretion of the Government. The Government may terminate work at any time if it no longer meets Government requirements. The Government may choose to award partial, none, or the full scope of the work proposed. The Government maintains the right to request a data call which will be published via SAM.gov at any time. All companies will be permitted to respond to the call, regardless of any previous white paper submissions. Please contact the Contracting Officer for submission of any potentially SENSITIVE or CLASSIFIED MATERIAL. They will provide an appropriate secure email address at that time. SECTION 2 - AREAS OF RESEARCH INTEREST The objective of the Space Systems Command, Space Domain Awareness and Combat Power (SSC/SZ-BC) Directorate is to develop, deliver, and sustain unrivaled space control capabilities to guarantee space superiority for our nation. The Directorate champions the nation’s space and cyber capabilities, as well as develops acquisition transition paths to support requirements. Proposals utilizing technology with a Technology Readiness Level (TRL) of 3 or higher are desired; justify TRL using DoD Technology Readiness Assessment (TRA) Guidance. Topics of interest for this BAA are listed below followed with examples from each of the five topics. Proposals need not be limited solely to those provided as examples but do need to trace to one of the overarching five topics. Resiliency technologies and techniques that increase survivability of space systems: Proliferation strategies Commercial standards and multi-domain reuse Dataflows and information sharing Redundancies Rapid reconstitution Improvements to Space Domain Awareness (SDA) that enhance the knowledge of space objects, status, activities, threats and environment to enable courses of action: Low cost and resilient ground-based SDA Low size, weight, & power space-based SDA Ground/Space space-weather sensors Optics Innovative abilities to exploit space to its advantage for defensive and offensive counterspace to protect friendly space-related capabilities from attack: Capability gap studies Cyber capabilities Phenomenology (active & passive) Satellite servicing Efficiencies that promote Battle Management Command Control and Communications (BMC3) Space data analytic tools for large data sets and networks Artificial Intelligence (AI) and automation for Space operations Methods for advancing exercises, tests, and training environment: Ride share opportunities Innovative solutions across multiple domains Inter-satellite link for small satellites SECTION 3 – GUIDELINES FOR PREPARATION AND SUBMISSION OF CONCEPT PAPERS AND PROPOSALS This is an open, two-step (concept paper followed by proposal) BAA. The purpose of the concept paper is to minimize stakeholders’ effort if the proposed work is not of interest to the Government. Accordingly, Offerors are encouraged to submit concept papers following the guidelines detailed below (Section 3 Part A). Concept submissions should specifically identify the focused capabilities listed in Section 2 above stating how they are enhancing operationally focused capabilities. All Offerors will receive written response on the submitted concept paper. For concepts which funding has not yet been identified but are applicable to the Government, will receive a request to extend the validity of the submission. Offerors are encouraged to submit proposals following the guidelines detailed below (Section 3 Part B) after they have submitted a concept paper and have been notified of the Government’s interest in receiving a full proposal. The Government intends to award Cost Plus Fixed Fee (CPFF) or Firm Fixed Price (FFP) contracts. Offerors whose concept papers were not deemed to be of interest are not precluded from submitting other concept papers for consideration. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. Guidelines for All Submissions Offerors are hereby advised that the Government will not pay for any White Paper or full proposal preparation costs resulting from this BAA. The cost of preparing White Papers and full proposals is NOT an allowable direct charge to any resulting contract that may be awarded as a result of this BAA, or any other contract with the Government. Unnecessarily elaborate brochures or proposals are not desired. Concept papers and proposals should be created using 8.5 x 11 inch portrait format pages with single spaced Times New Roman 12 point font with 1” margins. Landscape is acceptable for charts and graphs only. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Multiple concept papers addressing different topic areas may be submitted by the same Offeror, however each concept paper may only address one concept based on the stated Government areas of research interest (Section 2). Organizations may not submit multiple concept papers addressing the same area of research interest. Submitters may update a current concept paper or proposal at any time during the announcement period. Guidance regarding data calls supersedes restrictions in this paragraph. On the title page of the submission, identify if the Offeror or a proposed sub-contractor is a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and/or minority institution. The technical and cost information will be evaluated at the same time during the concept paper evaluation process. Foreign-Owned businesses may be a submitter alone or through some form of teaming arrangement with one or more United States-owned businesses. The ability to obtain a contract may depend on whether the Government information (1) necessitates clearance of the business under a Special Security Agreement and (2) approval of a National Interest Determination (see 10 U.S.C. 2536(b)(1)(A), DoD 5220.22-M, and AFI 31-601) that release of proscribed information to the foreign-owned business shall not harm the national security interests of the United States. Failure to obtain the clearance or denial by the cognizant authority of release of the proscribed information to the foreign-owned business would preclude award of a contract. Submissions shall be shared at the appropriate classification level. Please send to the Security POC or contact via phone for transmission instructions on SIPR / JWICS, questions or additional guidance, if required. All classified material must be handled in accordance with the National Industrial Security Program Operating Manual (NISPOM) (DoD 5220-22-M) and Industrial Security Regulation (DoD 5220.22-R). Offerors must be able to certify that they have an appropriate facility clearance to meet the security requirements of work proposed, and key personnel must be certified as holding an appropriate security clearance. The security clearance level required for these efforts is up to TS/SCI. Facility Clearance level will be documented in the DD254 of any resultant contract and documents will be classified in accordance with the Security Classification Guides to be provided during the RFP phase, as appropriate. Identification of Partner Agency: Within the concept paper submission an Offeror may identify a Government agency that may be interested in pursuing and funding the concept presented, as long as such concept is within the scope of a BAA (FAR 35.016(a)), within scope of this BAA focus areas listed in Section 2, and not a known requirement of the partnering agency. Identification and listing of all Intellectual Property and/or proprietary data associated with the submission shall be documented in the concept paper and proposal. The Government’s intent is that all development under the BAA will have Government Purpose Rights. The Government encourages the use of Modular Open Systems Approach (MOSA) including Open Mission Systems/Universal Command and Control Interface (OMS/UCI) to the maximum extent practicable. Required Government Furnished Property (GFP) / Government Furnished Information (GFI) / Government Furnished Equipment (GFE) for the technical approach shall be addressed and documented in the concept paper and proposal. Questions regarding the objectives or preparation of the concept paper or proposal should be addressed to the Contracting Officer. SECTION 3 PART A: CONCEPT PAPER PREPARATION (STEP 1 OF THE 2-PART BAA PROCESS) Submitter’s concept papers shall not exceed ten (10) pages. Title Page (does not count against 10-page limit) Company Name, CAGE Number (if applicable), Title, Date, E-Mail Address, Phone, Fax, Organization/Office symbol, and Address. Identify if the Offeror or a proposed sub-contractor are a small business such as 8(a), small disadvantaged business, woman-owned business, HUBZone small business, Veteran-owned business, service disabled veteran owned business, historically black college or university, and minority institution. ROM Cost and Schedule Page (does not count against the 10-page limit) Provide a Rough Order of Magnitude (ROM) of the cost of the effort proposed in the concept paper. The ROM Cost is for planning purposes only. Provide a top-level schedule. Technical Approach Section A Technology Concept – describe the technical approach and procedures of your proposed research. As part of the proposed research, identify the concept’s current TRL as well as a suggested path to mature the TRL of the research. Identify aspects which may be considered proprietary or Scientific and Technical Information. Technical Approach Section B Operational Impact – describe how the USSF will be impacted by the deliverable(s) of your contract. If applicable, describe the impact to the joint operational community. Explain the beneficial impacts and quantify them as appropriate. Detail who the operational users of the technology are expected to be. BASIS FOR CONCEPT PAPER EVALUATION Concept papers will be evaluated as they are received through a peer review and scientific review process. Individual concept paper evaluations will be based on acceptability or non- acceptability without regard to other submissions received under this announcement. The Government Office will complete coordination and review of concept papers and provide feedback to the submitter within 90 calendar days of receipt. Evaluations are completed unilaterally and are at the complete discretion of the Government evaluators. Concept papers will be evaluated under the following criteria: The degree to which the proposed concept is relevant to space & cyber technologies, including the degree to which it enhances and / or accelerates development. Technical merit of the proposed concept with an emphasis on feasible, achievable, and innovative solutions, and the degree to which a defined transition path or strategy exists. Affordability of the ROM for the proposed concept. Provide a ROM (Work Breakdown Structure Level 1) cost estimate phased by year. The ROM cost estimate will be used to determine if there are sufficient funds available for the proposed effort. RFP’s will require a full cost proposal. Degree to which the proposed concept schedule is achievable. Degree to which Intellectual Property/Propriety Data restricts implementation of system. SECTION 3, PART B: PROPOSAL PREPARATION (STEP 2 OF THE 2-PART BAA PROCESS) For concept papers that are of interest to the Government the Offeror will receive a Request for Proposal from the Contracting Officer. Proposals as a result of Step 2 of this BAA will be prepared and evaluated IAW FAR 15. An invitation to submit a complete proposal, which includes a statement of work and a cost proposal, does not assure that the submitting organization will be awarded a subsequent contract. * A Contracting Officer is the only authorized person with the authority to enter into, administer, modify, or terminate a government contract in accordance with 1.602-1 of the Federal Acquisition Regulation (FAR).

Deadline: 2/23/2029
Posted: 5/5/2025
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Proactive Health Office (PHO)

The Proactive Health Office (PHO) at ARPA-H is seeking solutions to improve the healthspan and health outcomes of Americans prior to the onset of disease and/or the development of diminished quality of life from illness. Specifically, PHO hypothesizes that 1) population-level improvements in access to and uptake of disease prevention and wellness-promoting behaviors and 2) development of novel early-detection methods and prophylactic interventions could drastically improve the health of American throughout their lives, and 3) that system level innovations are required for delivery of proactive health effectively. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Scalable Solutions Office (SSO)

This ISO seeks solution summaries and proposals for projects that fall within the general scope of the ARPA-H Scalable Solutions mission office. SSO expands what is technically possible by developing approaches that will leverage an interdisciplinary approach and collaborative networks to address challenges of geography, distribution, manufacturing, data and information, thereby improving health care access and affordability. In the United States, many communities and remote areas lack access to timely and quality health care, which leads to disparities in health outcomes for those populations. Bottlenecks during the manufacturing processes of products and health technologies also lead to delays and limited availability, preventing effective distribution of health care solutions to areas of need, especially in emergencies. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Resilient Systems Office (RSO)

This ISO seeks solution summary and proposal submissions for projects that fall within the scope of the ARPA-H mission Resilient Systems Office (RSO). RSO’s interest areas will address systemic challenges across the healthcare and public health landscape by investing in cutting-edge technologies that address long-standing gaps in the quality, efficacy, and consistent availability of care. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Scalable Solutions Office (SSO)

This ISO seeks solution summaries and proposals for projects that fall within the general scope of the ARPA-H Scalable Solutions mission office. SSO expands what is technically possible by developing approaches that will leverage an interdisciplinary approach and collaborative networks to address challenges of geography, distribution, manufacturing, data and information, thereby improving health care access and affordability. In the United States, many communities and remote areas lack access to timely and quality health care, which leads to disparities in health outcomes for those populations. Bottlenecks during the manufacturing processes of products and health technologies also lead to delays and limited availability, preventing effective distribution of health care solutions to areas of need, especially in emergencies. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Resilient Systems Office (RSO)

This ISO seeks solution summary and proposal submissions for projects that fall within the scope of the ARPA-H mission Resilient Systems Office (RSO). RSO’s interest areas will address systemic challenges across the healthcare and public health landscape by investing in cutting-edge technologies that address long-standing gaps in the quality, efficacy, and consistent availability of care. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Health Science Futures (HSF)

This ISO seeks solution summaries and proposal submissions for projects that fall within the general scope of the ARPA-H Health Science Futures (HSF) mission office. HSF expands what is technically possible by developing approaches that will remove the scientific and technological limitations that stymie progress towards the healthcare of the future. HSF supports cutting-edge, often disease-agnostic research programs that have the potential for translational real-world change. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated to the Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Office-Wide Innovative Solutions Opening for Proactive Health Office (PHO)

The Proactive Health Office (PHO) at ARPA-H is seeking solutions to improve the healthspan and health outcomes of Americans prior to the onset of disease and/or the development of diminished quality of life from illness. Specifically, PHO hypothesizes that 1) population-level improvements in access to and uptake of disease prevention and wellness-promoting behaviors and 2) development of novel early-detection methods and prophylactic interventions could drastically improve the health of American throughout their lives, and 3) that system level innovations are required for delivery of proactive health effectively. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 1 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Removes the option to submit a proposal through Grants.gov in Section 1 and Section 4.4. Removes the option for a proposer to submit a solution summary and proposal at the same time. Language is deleted in Section 2.2 and Section 5.1. Removes duplicative language about the type of eligible proposers in Section 3.1 because language is found in Section 2.2. Incorporates language in Section 3.2 to show “FFRDCs and government entities, including federal government employees, are not permitted to respond to this solicitation…” and includes information on how handle unique proposal situations. Incorporates language in Section 3.5 to encourage submission of research ideas notwithstanding any potential ARPA-H award limitations. Incorporates language in Section 4.1 to expand on the reasoning for requiring solution summaries. Incorporates language in Section 4.4 to clarify required documents for other transaction and cooperative agreement proposal submissions. Extends the solicitation to be open until March 3, 2029. Removes time limiting language in Section 4.5. Includes language in Section 4.6 to show, “ARPA-H is responsible for handling submissions to the extent permitted under applicable federal law, including the Freedom of Information Act (FOIA)” and adds language in Section 5.5 to include FOIA. Removes the Section 4 “Security Information” language which only referenced Section 6.1. Clarifies in Section 5.2, the Task Description Document and the Research Description Document will not be evaluated as part of the proposal evaluation process. Updates Criterion 4 under Section 5.2 to include “Budget Risk Analysis” instead of “Price Realism”. Includes requirements to comply with NIH’s Genomic Data Sharing Policy if applicable, in Section 6.1 Incorporates requirements for sans serif fonts to be used for readability purposes in Appendix A. Incorporates administrative changes. Incorporates administrative changes and updates language under Section 10 in the Administrative & National Policy Requirements Document Template in both Cooperative Agreement and Other Transaction Bundle. Incorporates an updated Model Cooperative Agreement and Model OT in the Cooperative Agreement and Other Transaction Bundle.

Deadline: 3/4/2029
Posted: 9/25/2024
SolicitationNAICS: 541715.0

Resilient Systems Office (RSO) Mission Office Innovative Solutions Opening (ISO)

This ISO seeks solution summary and proposal submissions for projects that fall within the scope of the ARPA-H mission Resilient Systems Office (RSO). RSO’s interest areas will address systemic challenges across the healthcare and public health landscape by investing in cutting-edge technologies that address long-standing gaps in the quality, efficacy, and consistent availability of care. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 3 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the prior solicitation(s) will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The following updates were made to the proposal documents: 1) Administrative & National Policy Requirements Document Updated the instructions and references within the “Organizational Conflicts of Interest (OCI) Affirmations and Disclosure” section. Updated questions, instructions, and content within the “Research Security Disclosure” section. Updated the instructions and intellectual property data assertions charts within the “IP” section. This included providing definitions of rights categories (unlimited, government purpose, limited, and specially negotiated/other) and consolidating two data assertions charts into one to assist proposers more efficiently complete the document. Specifically, the “Non-Commercial” and “Commercial” tables were removed and replaced with the “Background IP and Data Assertions” table. Eliminated the “Software Component Standards” section. Updated the Human Subjects Research (HSR) table within the “HSR” section. Updated the Animal Subjects Research (ASR) table within the “ASR” section. Updated the questions and instructions within the “Biosecurity” section. 2) Cost Proposal Document (Word document) Updated the instructions within the “Level of Effort and Labor Costs” section. Added definitions for “burdened labor rate” and “fully burdened labor rate” to provide clarity for proposers when completing the document. Also added a statement to clarify that fully burdened labor rates are not used in the Cost Proposal Workbooks. Increased the threshold for proposers to provide supporting documentation with their proposal for planned materials and equipment purchases based on unit cost. The unit cost threshold was increased from $5,000 to $10,000. 3) Cost Proposal Workbooks (Excel spreadsheets) Updated instructions to clarify that ARPA-H will assume profit/fee is not applicable for proposals if proposers do not include profit/fee in the workbook. Updated the instructions for supporting documentation associated with planned materials and equipment purchases (based on the unit cost threshold increasing from $5,000 to $10,000). Completed administrative update to a tab

Deadline: 3/6/2029
Posted: 11/13/2025
SolicitationNAICS: 541715.0

Scalable Solutions Office (SSO) Mission Office Innovative Solutions Opening (ISO)

This ISO seeks solution summaries and proposals for projects that fall within the general scope of the ARPA-H Scalable Solutions mission office (SSO). SSO expands what is technically possible by developing approaches that will leverage an interdisciplinary approach and collaborative networks to address challenges of geography, distribution, manufacturing, data and information, thereby improving health care access and affordability. In the United States, many communities and remote areas lack access to timely and quality health care, which leads to disparities in health outcomes for those populations. Bottlenecks during the manufacturing processes of products and health technologies also lead to delays and limited availability, preventing effective distribution of health care solutions to areas of need, especially in emergencies. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 3 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the prior solicitation(s) will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The following updates were made to the proposal documents: 1) Administrative & National Policy Requirements Document Updated the instructions and references within the “Organizational Conflicts of Interest (OCI) Affirmations and Disclosure” section. Updated questions, instructions, and content within the “Research Security Disclosure” section. Updated the instructions and intellectual property data assertions charts within the “IP” section. This included providing definitions of rights categories (unlimited, government purpose, limited, and specially negotiated/other) and consolidating two data assertions charts into one to assist proposers more efficiently complete the document. Specifically, the “Non-Commercial” and “Commercial” tables were removed and replaced with the “Background IP and Data Assertions” table. Eliminated the “Software Component Standards” section. Updated the Human Subjects Research (HSR) table within the “HSR” section. Updated the Animal Subjects Research (ASR) table within the “ASR” section. Updated the questions and instructions within the “Biosecurity” section. 2) Cost Proposal Document (Word document) Updated the instructions within the “Level of Effort and Labor Costs” section. Added definitions for “burdened labor rate” and “fully burdened labor rate” to provide clarity for proposers when completing the document. Also added a statement to clarify that fully burdened labor rates are not used in the Cost Proposal Workbooks. Increased the threshold for proposers to provide supporting documentation with their proposal for planned materials and equipment purchases based on unit cost. The unit cost threshold was increased from $5,000 to $10,000. 3) Cost Proposal Workbooks (Excel spreadsheets) Updated instructions to clarify that ARPA-H will assume profit/fee is not applicable for proposals if proposers do not include profit/fee in the workbook. Updated the instructions for supporting documentation associated with planned materials and equipment purchases (based on the unit cost threshold increasing from $5,000 to $10,000). Completed administrative update to a tab

Deadline: 3/6/2029
Posted: 11/13/2025
SolicitationNAICS: 541715.0

Health Science Futures (HSF) Mission Office Innovative Solutions Opening (ISO)

This ISO seeks solution summaries and proposal submissions for projects that fall within the general scope of the ARPA-H Health Science Futures (HSF) mission office. HSF expands what is technically possible by developing approaches that will remove the scientific and technological limitations that stymie progress towards the healthcare of the future. HSF supports cutting-edge, often disease-agnostic research programs that have the potential for translational real-world change. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 3 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the prior solicitation(s) will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The following updates were made to the proposal documents: 1) Administrative & National Policy Requirements Document Updated the instructions and references within the “Organizational Conflicts of Interest (OCI) Affirmations and Disclosure” section. Updated questions, instructions, and content within the “Research Security Disclosure” section. Updated the instructions and intellectual property data assertions charts within the “IP” section. This included providing definitions of rights categories (unlimited, government purpose, limited, and specially negotiated/other) and consolidating two data assertions charts into one to assist proposers more efficiently complete the document. Specifically, the “Non-Commercial” and “Commercial” tables were removed and replaced with the “Background IP and Data Assertions” table. Eliminated the “Software Component Standards” section. Updated the Human Subjects Research (HSR) table within the “HSR” section. Updated the Animal Subjects Research (ASR) table within the “ASR” section. Updated the questions and instructions within the “Biosecurity” section. 2) Cost Proposal Document (Word document) Updated the instructions within the “Level of Effort and Labor Costs” section. Added definitions for “burdened labor rate” and “fully burdened labor rate” to provide clarity for proposers when completing the document. Also added a statement to clarify that fully burdened labor rates are not used in the Cost Proposal Workbooks. Increased the threshold for proposers to provide supporting documentation with their proposal for planned materials and equipment purchases based on unit cost. The unit cost threshold was increased from $5,000 to $10,000. 3) Cost Proposal Workbooks (Excel spreadsheets) Updated instructions to clarify that ARPA-H will assume profit/fee is not applicable for proposals if proposers do not include profit/fee in the workbook. Updated the instructions for supporting documentation associated with planned materials and equipment purchases (based on the unit cost threshold increasing from $5,000 to $10,000). Completed administrative update to a tab

Deadline: 3/6/2029
Posted: 11/13/2025
SolicitationNAICS: 541715.0

Proactive Health Office (PHO) Mission Office Innovative Solutions Opening (ISO)

The Proactive Health Office (PHO) at ARPA-H is seeking solutions to improve the healthspan and health outcomes of Americans prior to the onset of disease and/or the development of diminished quality of life from illness. Specifically, PHO hypothesizes that 1) population-level improvements in access to and uptake of disease prevention and wellness-promoting behaviors and 2) development of novel early-detection methods and prophylactic interventions could drastically improve the health of American throughout their lives, and 3) that system level innovations are required for delivery of proactive health effectively. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 3 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the prior solicitation(s) will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The following updates were made to the proposal documents: 1) Administrative & National Policy Requirements Document Updated the instructions and references within the “Organizational Conflicts of Interest (OCI) Affirmations and Disclosure” section. Updated questions, instructions, and content within the “Research Security Disclosure” section. Updated the instructions and intellectual property data assertions charts within the “IP” section. This included providing definitions of rights categories (unlimited, government purpose, limited, and specially negotiated/other) and consolidating two data assertions charts into one to assist proposers more efficiently complete the document. Specifically, the “Non-Commercial” and “Commercial” tables were removed and replaced with the “Background IP and Data Assertions” table. Eliminated the “Software Component Standards” section. Updated the Human Subjects Research (HSR) table within the “HSR” section. Updated the Animal Subjects Research (ASR) table within the “ASR” section. Updated the questions and instructions within the “Biosecurity” section. 2) Cost Proposal Document (Word document) Updated the instructions within the “Level of Effort and Labor Costs” section. Added definitions for “burdened labor rate” and “fully burdened labor rate” to provide clarity for proposers when completing the document. Also added a statement to clarify that fully burdened labor rates are not used in the Cost Proposal Workbooks. Increased the threshold for proposers to provide supporting documentation with their proposal for planned materials and equipment purchases based on unit cost. The unit cost threshold was increased from $5,000 to $10,000. 3) Cost Proposal Workbooks (Excel spreadsheets) Updated instructions to clarify that ARPA-H will assume profit/fee is not applicable for proposals if proposers do not include profit/fee in the workbook. Updated the instructions for supporting documentation associated with planned materials and equipment purchases (based on the unit cost threshold increasing from $5,000 to $10,000). Completed administrative update to a tab

Deadline: 3/6/2029
Posted: 11/13/2025
SolicitationNAICS: 541715.0

Proactive Health Office (PHO) Mission Office Innovative Solutions Opening (ISO)

The Proactive Health Office (PHO) at ARPA-H is seeking solutions to improve the healthspan and health outcomes of Americans prior to the onset of disease and/or the development of diminished quality of life from illness. Specifically, PHO hypothesizes that 1) population-level improvements in access to and uptake of disease prevention and wellness-promoting behaviors and 2) development of novel early-detection methods and prophylactic interventions could drastically improve the health of American throughout their lives, and 3) that system level innovations are required for delivery of proactive health effectively. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 2 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Updated solutions summary template; Updated bundle of attachments for other transactions (admin & national policy requirements document, cost proposal narrative, cost proposal workbook, task description document, and technical & management proposal) for proposal submissions; Removed cooperative agreements as a potential award instrument and removed bundle of attachments for cooperative agreements; Updated various sections of the ISO.

Deadline: 3/6/2029
Posted: 6/6/2025
SolicitationNAICS: 541715.0

Health Science Futures (HSF) Mission Office Innovative Solutions Opening (ISO)

This ISO seeks solution summaries and proposal submissions for projects that fall within the general scope of the ARPA-H Health Science Futures (HSF) mission office. HSF expands what is technically possible by developing approaches that will remove the scientific and technological limitations that stymie progress towards the healthcare of the future. HSF supports cutting-edge, often disease-agnostic research programs that have the potential for translational real-world change. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 2 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Updated solutions summary template; Updated bundle of attachments for other transactions (admin & national policy requirements document, cost proposal narrative, cost proposal workbook, task description document, and technical & management proposal) for proposal submissions; Removed cooperative agreements as a potential award instrument and removed bundle of attachments for cooperative agreements; Updated various sections of the ISO.

Deadline: 3/6/2029
Posted: 6/6/2025
SolicitationNAICS: 541715.0

Scalable Solutions Office (SSO) Mission Office Innovative Solutions Opening (ISO)

This ISO seeks solution summaries and proposals for projects that fall within the general scope of the ARPA-H Scalable Solutions mission office. SSO expands what is technically possible by developing approaches that will leverage an interdisciplinary approach and collaborative networks to address challenges of geography, distribution, manufacturing, data and information, thereby improving health care access and affordability. In the United States, many communities and remote areas lack access to timely and quality health care, which leads to disparities in health outcomes for those populations. Bottlenecks during the manufacturing processes of products and health technologies also lead to delays and limited availability, preventing effective distribution of health care solutions to areas of need, especially in emergencies. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 2 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Updated solutions summary template; Updated bundle of attachments for other transactions (admin & national policy requirements document, cost proposal narrative, cost proposal workbook, task description document, and technical & management proposal) for proposal submissions; Removed cooperative agreements as a potential award instrument and removed bundle of attachments for cooperative agreements; Updated various sections of the ISO.

Deadline: 3/6/2029
Posted: 6/6/2025
SolicitationNAICS: 541715.0

Proactive Health Office (PHO) Mission Officer Innovative Solutions Opening (ISO)

The Proactive Health Office (PHO) at ARPA-H is seeking solutions to improve the healthspan and health outcomes of Americans prior to the onset of disease and/or the development of diminished quality of life from illness. Specifically, PHO hypothesizes that 1) population-level improvements in access to and uptake of disease prevention and wellness-promoting behaviors and 2) development of novel early-detection methods and prophylactic interventions could drastically improve the health of American throughout their lives, and 3) that system level innovations are required for delivery of proactive health effectively. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 2 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Updated solutions summary template; Updated bundle of attachments for other transactions (admin & national policy requirements document, cost proposal narrative, cost proposal workbook, task description document, and technical & management proposal) for proposal submissions; Removed cooperative agreements as a potential award instrument and removed bundle of attachments for cooperative agreements; Updated various sections of the ISO.

Deadline: 3/6/2029
Posted: 6/6/2025
SolicitationNAICS: 541715.0

Resilient Systems Office (RSO) Mission Office Innovative Solutions Opening (ISO)

This ISO seeks solution summary and proposal submissions for projects that fall within the scope of the ARPA-H mission Resilient Systems Office (RSO). RSO’s interest areas will address systemic challenges across the healthcare and public health landscape by investing in cutting-edge technologies that address long-standing gaps in the quality, efficacy, and consistent availability of care. Solution summary submissions must be submitted to: https://solutions.arpa-h.gov Questions must be submitted to: https://solutions.arpa-h.gov/Ask-A-Question/ Proposal submission should be submitted to: https://solutions.arpa-h.gov/Submit-Proposal/ Amendment 2 is effective immediately; however, if an entity has previously submitted a solution summary and/or a proposal, the base solicitation will be followed for those submissions. If a solution summary is submitted; however, a proposal has not been submitted yet, the proposal will be evaluated in accordance with this amendment. The amendment: Updated solutions summary template; Updated bundle of attachments for other transactions (admin & national policy requirements document, cost proposal narrative, cost proposal workbook, task description document, and technical & management proposal) for proposal submissions; Removed cooperative agreements as a potential award instrument and removed bundle of attachments for cooperative agreements; Updated various sections of the ISO.

Deadline: 3/6/2029
Posted: 6/6/2025
SolicitationNAICS: 541715.0

Research Initiatives in Support of FHWA Next Generation Structural Materials and Systems

Amendment 0001: The purpose of this amendment is to update the Broad Agency Announcement in accordance with agency priorities and the Revolutionary Federal Acquisition Regulation Overhaul (RFO) (https://www.acquisition.gov/far-overhaul/far-part-deviation-guide/far-overhaul-part-17). The Federal Highway Administration (FHWA) Office of Infrastructure Research and Development (HRDI) Bridge Engineering Research Team is announcing its intent to solicit white papers and proposals under this Broad Agency Announcement (BAA). This BAA is developed in accordance with Federal Acquisition Regulation (FAR) 6.101(b)(3)(ii) and FAR 35.102. This BAA involves the use of a 5-year Open BAA to quickly and efficiently execute research and development to deliver practical solutions to high priority problems. This strategy will provide FHWA an acquisition tool with the flexibility to solicit white papers and proposals and make awards that meet present and compelling needs. White papers and proposals will only be solicited and accepted during individual calls. Calls for white papers and proposals will occur periodically throughout the life of the BAA. Each call will identify: (1) specific topic areas; (2) any changes to the standard evaluation criteria or white paper and/or proposal preparation instructions, and; (3) cutoff dates for submissions. The FHWA HRDI Bridge Engineering Research Team conducts and directs research efforts in support of the development of testing standards, structural design and construction specifications, and acceptance criteria. The FHWA HRDI Bridge Engineering Research Team leads the development and advancement of next generation structural materials and systems, and provides leadership in the development of standards, specifications, and acceptance criteria to enable their deployment. The work conducted generally enables the advancement of state-of-the-art solutions and positions HRDI as a leader in the deployment of such technologies to maintain or improve the safety, integrity, durability, and resilience of the Nation’s bridges and highway structures. The primary purpose of this BAA is to solicit a variety of solutions that will support the FHWA Bridge Engineering Research Team program areas: Structural Steel, Structural Concrete, Geotechnical Structures, and Bridge Hydraulics. Projects shall develop next generation technologies and solutions that address FHWA’s strategic goals. FHWA’s new strategic plan and associated goals for 2026-2030 is expected to be published February 2026 (https://www.transportation.gov/dot-strategic-plan).

Deadline: 4/1/2029
Posted: 11/14/2025
SolicitationNAICS: 541715.0

ARMY APPLICATIONS LABORATORY BROAD AGENCY ANNOUNCEMENT FOR DISRUPTIVE TECHNOLOGIES

The Army that fought and won World War II relied on commercial industry and civilian ingenuity for the machines and technology that enabled Allied victory. Army investments and civilian know-how set the stage for the high-tech revolution that continues to fuel global markets over seventy years later. Today, as the accelerated rate of technological change in areas like artificial intelligence, robotics and autonomy, and power and energy presages unprecedented opportunities and threats, the Army seeks to renew its commitment to the revolutionary ideas and civilian research and development partnerships that will ensure the safety and prosperity of the nation in the years to come. United States Army Futures Command (AFC) is focused on modernizing the Army and focuses on seven priorities: Long-Range Precision Fires Next Generation of Combat Vehicles Future Vertical Lift Platforms Army Network Network Command, Control, Communications, and Intelligence Assured Position Navigation and Timing Air and Missile Defense Capabilities Soldier Lethality Soldier Lethality Synthetic Training Environment Contested Logistics AFC's cross-functional teams (CFTs) are the Army’s vehicle for force modernization, ensuring capability overmatch for Army forces on future battlefields. While the Army plays a unique role in our society to deploy, fight, and win decisively against any adversary, anytime, and anywhere, many of the technologies that the Army relies on to accomplish this mission are being propelled by the civilian world. Army modernization priorities related to manned and unmanned vehicles, space systems, sensing, networks and connectivity, data visualization and gaming, space, and human performance monitoring (to name a few) all have substantial overlap with civilian sources, uses, and markets. To capitalize on opportunities for breakthrough research and development in key civil-military technology areas relevant to the Army’s modernization priorities, AFC has established the Army Applications Lab (AAL) to capitalize on the extended marketplace of ideas in government, academia, industry, and civilian innovation ecosystems and lead the research and development of disruptive innovations – i.e., technology demonstrators and early-stage products that revolutionize Army capabilities and corresponding civilian industries and create a first-mover advantage for the Army across a full spectrum of missions. The three main lines of effort associated with this BAA are discovery, acceleration, and translation of disruptive technology applications: Discovery of novel capability concepts that capitalize on emerging technologies and application insights from the widest possible range of sources. Acceleration of disruptive applications of technology that delivers a 2-4 times improvement over current or planned Army capabilities through the research, development, and validation of technology demonstrators. Translation of breakthrough innovations that create a scalable, first-mover advantage for the Army in strategic technology areas by synchronizing knowledge generated in the discovery and acceleration phases with key decision points across the Army Future Force Modernization Enterprise (FFME). Solutions consistent with these three functions and reflective of priorities, technical challenges, and problems associated with the FFME will be solicited through this BAA. AAL is seeking technologies that address a wide range of Army needs consistent with CFT capability focus areas and associated programs and lines of effort as well as potentially disruptive new capabilities that augment or enhance Army capability overmatch. A key focus for AAL is to identify and transition new technologies, methodologies, and concepts related to: Translational Research - Approaches and methodologies that accelerate the Army’s innovation cycle through the translation of emerging technologies to Army capability objectives, including the Army’s six modernization priorities and associated programs and lines of effort. Fourth Industrial Revolution Technologies - Approaches and methodologies that are characterized by a fusion of technologies in the physical, digital, and biological spheres. Specific technologies of interest include robotics; artificial intelligence; autonomy; augmented and virtual reality; nanotechnology; quantum information systems; synthetic biology and biotechnology; Internet of Things (IoT); space systems; advanced networking, communications, and command and control technology; additive manufacturing; and power and energy systems. Commercialization - Approaches and methodologies that support the research and development of dual-use solutions - i.e., solutions that support both emerging Army needs and scalable commercial markets.

Deadline: 4/5/2029
Posted: 4/5/2024
SolicitationNAICS: 541715.0

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: 4/14/2029
Posted: 4/15/2024
Combined Synopsis/SolicitationNAICS: 541990.0

AFTAC Broad Agency Announcement (BAA) 2024

This Broad Agency Announcement (BAA) seeks the best RDT&E approaches to meet various technology objectives of Air Force Technical Application Center (AFTAC). The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific technology topics stated in Attachment 6. The Government reserves the right to award funding to any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards of efforts as a result of this announcement will be in the form of contracts or other transactions (OT) as codified in 10 U.S.C. §2371b (section 2371b). AFTAC is looking for new capabilities in nuclear treaty monitoring, advanced detection technologies to support the counter-proliferation of weapons of mass destruction and other applied technologies. TOPICS: AFTAC-001, GEOPHYSICS AND SEISMOLOGY AFTAC-002, ATMOSPHERE AND SPACE AFTAC-003, DIRECTED ENEGRY WEAPON (DEW) AFTAC-004, NUCLEAR AND NUCLEAR-RELATED MATERIALS ANALYSIS AFTAC-005, MATERIALS MODELING AND ANALYSIS AFTAC-006, ENTERPRISE WIDE INTEGRATION AND ARCHITECTURE MODERNIZATION AFTAC-007, ENTERPRISE ASSET AND LIFECYCLE MANAGEMENT IMPROVEMENTS AFTAC-008, HIGH PERFORMANCE AND SECURE CLOUD COMPUTING AND DEV OPS SOLUTIONS FOR DATA INGESTION, EXPLOITATION, AND DISSEMINATION This is a follow-on solicitation to AFTAC_BAA_2023

Deadline: 4/25/2029
Posted: 4/21/2025
Combined Synopsis/SolicitationNAICS: 541.0

AFTAC Commercial Solutions Opening (CSO) 2024

This Commercial Solutions Opening (CSO), as contemplated in Federal Acquisition Regulation (FAR) 6.102(b)(c)(d) and Class Deviation 2022-O0007 – Defense Commercial Solutions Opening, is a competitive solicitation of proposals focused on technologies to meet the Air Force Technical Application Center's (AFTAC) mission. AFTAC is looking for new capabilities in nuclear treaty monitoring, advanced detection technologies to support the counter-proliferation of weapons of mass destruction and other applied technologies. AFTAC seeks the best approaches to meet the technology objectives within the capability areas listed below. Detailed topics associated with each capability area appear in Attachment 6. TOPIC: AFTAC-001, GEOPHYSICS AND SEISMOLOGY AFTAC-002, ATMOSPHERE AND SPACE AFTAC-003, DIRECTED ENEGRY WEAPON (DEW) AFTAC-004, NUCLEAR AND NUCLEAR-RELATED MATERIALS ANALYSIS AFTAC-005, MATERIALS MODELING AND ANALYSIS AFTAC-006, ENTERPRISE WIDE INTEGRATION AND ARCHITECTURE MODERNIZATION AFTAC-007, ENTERPRISE ASSET AND LIFECYCLE MANAGEMENT IMPROVEMENTS AFTAC-008, HIGH PERFORMANCE AND SECURE CLOUD COMPUTING AND DEV OPS SOLUTIONS FOR DATA INGESTION, EXPLOITATION, AND DISSEMINATION This is a follow-on solicitation to AFTAC_CSO_2023

Deadline: 4/25/2029
Posted: 4/21/2025
Combined Synopsis/SolicitationNAICS: 541.0

All in one visual acuity system

PRESOLICITATION NOTICE (SYNOPSIS) The Synopsis The Indian Health Service, Crownpoint Healthcare Facility, located in Crownpoint NM 87313 upcoming requirement for a Smart System Standard all in one visual Acuity System. The North American Industry Classification System or NAICS code is 339115- Ophthalmic Good Manufacturing with a small business size standard of 1,000 employees. The Request for Quotations No. 75H71025Q00161 using the principles of FAR 12 Acquisition of Commercial Items in conjunction with FAR 13 Simplified Acquisition Procedures will be issued on or by April 21, 2025. Evaluation factors may include price. Quotes will be due on or by April 28, 2025. The acquisition is an Indian Owned, Small Business Economic Enterprise (ISBEE). In accordance with 52.204-7(b)(1) prospective contractors must have – and maintain (in accordance with 52.204-13(c) – an active profile in the System for Award Management at beta.SAM.gov in order to submit a quote. For additional information, contact: Name: Arlynda Largo, Purchasing Agent Phone: 505-287-1646 Email: Arlynda.largo@ihs.gov THIS IS NOT A SOLICITATION.

Deadline: 4/29/2029
Posted: 4/21/2025
PresolicitationNAICS: 339115.0

DHS BROAD AGENCY ANNOUNCEMENT (BAA) RESEARCH AND DEVELOPMENT (R&D) COUNTERING WEAPONS OF MASS DESTRUCTION (CWMD)

The Department of Homeland Security (DHS) Countering Weapons of Mass Destruction Office (CWMD) is announcing to business and academia its intent to solicit Research and Development (R&D) proposals under this Broad Agency Announcement (BAA). This BAA is contemplated in Federal Acquisition Regulations (FAR) 6.102(d)(2) and 35.016. Responses from proposers will be requested in the form of white papers and/or proposals in response to the various Areas of Interest (AOI) under this BAA. From time to time, this BAA will be related to add specific AOIs and their respective Notice IDs on SAM.gov. Notice IDs for specific AOIs will be posted on SAM.gov and each AOI will outline scope, specific proposal instructions or evaluation criteria, and open/close dates. The over-arching strategy involves the use of this 5-year BAA to quickly and efficiently execute R&D to identify, explore, and demonstrate new technologies and capabilities that will help enable CWMD and stakeholders to prevent, protect against, respond to, and mitigate nuclear, chemical, radiological, and biological threats and incidents. This strategy will provide DHS an acquisition tool with the flexibility to solicit proposals and make awards to provide innovative solutions to countering Weapons of Mass Destruction (WMD), as ever-changing urgent operational issues and capability gaps are identified. This BAA will remain "open" for 5 years; however, white papers and proposals will only be solicited and accepted during the timeframes specified within the AOIs posted periodically throughout the life of this over-arching BAA. All prospective proposers can learn more about the available AOIs by reading the notice IDs to BAA No. 70RWMD24R00000003, which will detail all open AOIs. More detail on AOIs is provided in Section 8 of this BAA. All AOIs will be posted on SAM.gov. It is expected notice IDs for AOIs will be added regularly, modifications to existing AOI topics, changes in submission details, deadlines, etc. Therefore, proposers will be responsible for reviewing and ensuring submissions adhere to the AOI details.

Deadline: 5/6/2029
Posted: 5/7/2024
SolicitationNAICS: 541715.0

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: 5/27/2029
Posted: 5/29/2024
Combined Synopsis/SolicitationNAICS: 541990.0
Page 33 of 36