Federal Contract Opportunities

Showing 1,701-1,750 of 1,788 opportunities

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

Aviation Research BAA 2025

This Broad Agency Announcement (BAA), for Screening Information Request 692M15-25-R-00004, is sponsored by the Federal Aviation Administration (FAA) and will be open for ten (10) years from December 5, 2024. The BAA will be valid through December 4, 2034, unless terminated sooner. This BAA supports research interests from the William J. Hughes Technical Center for Advanced Aerospace, Aviation Research Division, which is located at Atlantic City International Airport, Atlantic City, NJ and other FAA organizations as required. See attached documents. Amendment 001 is issued to delete BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program. Amendment 002 is issued to add BAA Topics of Interest ARAP0012 Engineering Analysis of Field Monitoring and Instrumentation Data and ARSS0009 Future of Oversight. Amendment 003 is issued to remove BAA Topic of Interest ARAS0009 Airport Unmanned Aircraft System(s) (UAS) Detection and Mitigation Research Program which was previously deleted under Amendment 001. Amendment 004 is issued to add BAA Topic of Interest ARAP0013 Enhancement of Airport Pavement Layer Backcalculation Software (BAKFAA). Amendment 005 is issued to delete BAA Topic of Interest ARAP0001 Develop Measurements, Specifications, and Guidance for Multiple Bump Events of Airport Pavement Roughness to Supplement the Existing Pavement Surface Boeing Bump Index (BBI).

Deadline: 12/2/2029
Posted: 9/9/2025
SolicitationNAICS: 5417.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0010: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0010. This amendment supersedes all versions of the OTTI CSO. AOI 05 Q&As: Please see the attached OTTI CSO AOI 05 Questions_Answers document for AOI 05: Continuous Fitness Assessment (CFA). The Phase I submission accepted until date for AOI 05 has been extended from 7 November 2025 to 5 December 2025. Amendment 0009: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0009. This amendment supersedes all versions of the OTTI CSO. AOI 05: Continuous Fitness Assessment (CFA) is currently pending Government updates. Additional information will be released to industry via an amendment to this solicitation. The Phase I submission accepted until date for AOI 05 has been extended from 8 October 2025 to 7 November 2025. Amendment 0008: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0008. This amendment supersedes all versions of the OTTI CSO. Amendment 0007: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0007. This amendment supersedes all versions of the OTTI CSO. Amendment 0006: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0006. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As Rev 01: Please see the attached (CUI) OTTI CSO AOI 04 - Questions_Answers_Rev 01 document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). This updated document provides additional questions and answers (AOI 04 - Q16 through AOI 04 - Q30). Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 11/7/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0008: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0008. This amendment supersedes all versions of the OTTI CSO. Amendment 0007: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0007. This amendment supersedes all versions of the OTTI CSO. Amendment 0006: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0006. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As Rev 01: Please see the attached (CUI) OTTI CSO AOI 04 - Questions_Answers_Rev 01 document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). This updated document provides additional questions and answers (AOI 04 - Q16 through AOI 04 - Q30). Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 9/15/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0007: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0007. This amendment supersedes all versions of the OTTI CSO. Amendment 0006: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0006. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As Rev 01: Please see the attached (CUI) OTTI CSO AOI 04 - Questions_Answers_Rev 01 document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). This updated document provides additional questions and answers (AOI 04 - Q16 through AOI 04 - Q30). Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 9/8/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0006: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0006. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As Rev 01: Please see the attached (CUI) OTTI CSO AOI 04 - Questions_Answers_Rev 01 document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). This updated document provides additional questions and answers (AOI 04 - Q16 through AOI 04 - Q30). Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 7/15/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

AOI 04 Q&As Rev 01: Please see the attached (CUI) OTTI CSO AOI 04 - Questions_Answers_Rev 01 document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). This updated document provides additional questions and answers (AOI 04 - Q16 through AOI 04 - Q30). Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 5/6/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 5/2/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 4/23/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 4/18/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 3/21/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 3/4/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 2/21/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0009: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0009. This amendment supersedes all versions of the OTTI CSO. AOI 05: Continuous Fitness Assessment (CFA) is currently pending Government updates. Additional information will be released to industry via an amendment to this solicitation. The Phase I submission accepted until date for AOI 05 has been extended from 8 October 2025 to 7 November 2025. Amendment 0008: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0008. This amendment supersedes all versions of the OTTI CSO. Amendment 0007: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0007. This amendment supersedes all versions of the OTTI CSO. Amendment 0006: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0006. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As Rev 01: Please see the attached (CUI) OTTI CSO AOI 04 - Questions_Answers_Rev 01 document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). This updated document provides additional questions and answers (AOI 04 - Q16 through AOI 04 - Q30). Amendment 0005: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0005. This amendment supersedes all versions of the OTTI CSO. AOI 04 Q&As: Please see the attached (CUI) OTTI CSO AOI 04 Questions_Answers document for AOI 04: Multirole Satellite Frequency In-field Test Suite (MSFITS). Amendment 0004: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0004. This amendment supersedes all versions of the OTTI CSO. Amendment 0003: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0003. This amendment supersedes all versions of the OTTI CSO. AOI 02 Q&As Rev 01: Please see the attached OTTI CSO AOI 02 Questions_Answers_Rev01 document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. This updated document provides an additional question and answer (AOI 02 - Q10). AOI 03 Q&As: Please see the attached OTTI CSO AOI 03 Questions_Answers document for AOI 03: Distributed Synthetic Training Environment Evolution & Prototyping. AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 10/2/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

AOI 02 Q&As: Please see the attached OTTI CSO AOI 02 Questions_Answers document for AOI 02: National Space Test and Training Complex (NSTTC) Range Control System Enhancements. Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 2/20/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0002: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0002. This amendment supersedes all versions of the OTTI CSO. Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 1/31/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

Amendment 0001: Please see the attached OTTI CSO FA2553-25-S-C001 Amend 0001. This amendment supersedes all versions of the OTTI CSO. The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 1/24/2025
SolicitationNAICS: 541715.0

Operational Test and Training Infrastructure (OTTI) Commercial Solutions Opening (CSO)

The United States Space Force (USSF) Operational Test and Training Infrastructure (OTTI) is seeking innovative capabilities, solutions, and technological advancements. The OTTI Commercial Solutions Opening (CSO) is being issued in accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 212.70. OTTI is requesting submissions from interested Offerors in response to the specific Areas of Interest (AOI) identified in the OTTI CSO. Please see the attached OTTI CSO FA2553-25-S-C001 for all information.

Deadline: 12/9/2029
Posted: 12/9/2024
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: 12/17/2029
Posted: 12/18/2024
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

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

Deadline: 12/17/2029
Posted: 12/18/2024
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

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

Deadline: 1/18/2030
Posted: 1/19/2025
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

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

Deadline: 1/18/2030
Posted: 1/19/2025
Combined Synopsis/SolicitationNAICS: 541990.0

ENGINE, DIESEL

Amendment 0001: Amendment 0001 to SPRDL1-25-Q-0153 A. The purpose of this amendment to Solicitation SPRDL1-25-Q-0153 is to extend the closing date indefinitely. B. All other terms and conditions remain unchanged. _____________________________________________________________________ Item/Noun: ENGINE,DIESEL NSN: 2815-01-356-4012 Part Number: DR6390RX Manufacturer: Cummins, Inc. (0B8S3) Quantity: Base: 7, Option: 100%.

Deadline: 1/31/2030
Posted: 9/25/2025
SolicitationNAICS: 333618.0

Broad Agency Announcement for Basic and Applied Research at the US Army Combat Capabilities Development Command - Soldier Center

This Broad Agency Announcement (BAA) covers the following areas of scientific and technical areas of expertise: A. COMBAT FEEDING COMBAT FEEDING EQUIPMENT AND SYSTEMS COMBAT RATION RESEARCH AND DEVELOPMENT B. SOLDIER PROTECTION AND SURVIVABILITY WARFIGHTER SYSTEMS TECHNOLOGIES 1. Integrated Protective Headborne Equipment and Injury Diagnostic/Assessment Tools. 2. Modular Personal Protection Equipment (MPPE) and Injury Diagnostic/Assessment Tools. 3. Chemical/Biological Protection for Individuals. 4. Countersurveillance. 5. Body Worn Interactive Materials. 6. Materials Nanotechnology. 7. Advanced Protection, Integration Technologies/Systems and Assessment Methods. 8. Integrated Sound, Light and Blast Management for the Ears and Eyes. B. TEXTILE TECHNOLOGIES 1. Multi-Functional Materials. C. MODELING AND SIMULATION 1. Individual Ground Soldier and Small Unit Operational Effectiveness and Survivability. D. SOLDIER EFFECTIVNESS 1. Body-Worn Systems, Hand-Held Devices, Smart-Lightweight Electronic Components, and Information processing to Increase Soldier Maneuverability and Protection through on-Soldier Sensing, Remote Sensing, and Knowledge Management 2. Biomechanics 3. Anthropometry 4. Warrior Performance 5. Soldier Power Sources, Power & Data Distribution and Management 6. Future Warrior Technology Integration. 7. Technology Assessment and Simulation Tools. 8. Ecological Approach to Warfighter Survivability; Perception-Action-Cognition 9. Soldier Centric Sensors, Information Portrayal, & Data Management Technologies. 10. Soldier/Squad Performance Optimization. 11. Human Factors 12. Soldier Intelligence, Surveillance, and Reconnaissance (ISR) 13. Biotechnology 14. Physical Performance Technologies E. EXPEDITIONARY MANEUVER SUPPORT Research and Development. Electromagnetic Interference/Electromagnetic Pulse (EMI/EMP) Protection Environmental Protection and Energy Efficiency Maneuver and Movement/Sustainment: Deployment/Durability Functional Integration of Multiple Technologies Miscellaneous F. AERIAL DELIVERY ADVANCED PERSONNEL AND CARGO AIRDROP SYSTEMS G. SIMULATION AND TRAINING TECHNOLOGY Live Training Simulation and Battlefield Effects: Medical Simulation and Training Advanced Interactive Simulation Cyberspace Warfare for Training (CyWar-T) Adaptive Instructional Systems Battlespace Visualization and Interaction Digital Environments and Battlespace Creation Artificially Intelligent Agents Collaboration with the Institute for Creative Technologies

Deadline: 2/27/2030
Posted: 5/14/2025
SolicitationNAICS: 541715.0

Broad Agency Announcement for Basic and Applied Research at the US Army Combat Capabilities Development Command - Soldier Center

This Broad Agency Announcement (BAA) covers the following areas of scientific and technical areas of expertise: A. COMBAT FEEDING COMBAT FEEDING EQUIPMENT AND SYSTEMS COMBAT RATION RESEARCH AND DEVELOPMENT B. SOLDIER PROTECTION AND SURVIVABILITY WARFIGHTER SYSTEMS TECHNOLOGIES 1. Integrated Protective Headborne Equipment and Injury Diagnostic/Assessment Tools. 2. Modular Personal Protection Equipment (MPPE) and Injury Diagnostic/Assessment Tools. 3. Chemical/Biological Protection for Individuals. 4. Countersurveillance. 5. Body Worn Interactive Materials. 6. Materials Nanotechnology. 7. Advanced Protection, Integration Technologies/Systems and Assessment Methods. 8. Integrated Sound, Light and Blast Management for the Ears and Eyes. B. TEXTILE TECHNOLOGIES 1. Multi-Functional Materials. C. MODELING AND SIMULATION 1. Individual Ground Soldier and Small Unit Operational Effectiveness and Survivability. D. SOLDIER EFFECTIVNESS 1. Body-Worn Systems, Hand-Held Devices, Smart-Lightweight Electronic Components, and Information processing to Increase Soldier Maneuverability and Protection through on-Soldier Sensing, Remote Sensing, and Knowledge Management 2. Biomechanics 3. Anthropometry 4. Warrior Performance 5. Soldier Power Sources, Power & Data Distribution and Management 6. Future Warrior Technology Integration. 7. Technology Assessment and Simulation Tools. 8. Ecological Approach to Warfighter Survivability; Perception-Action-Cognition 9. Soldier Centric Sensors, Information Portrayal, & Data Management Technologies. 10. Soldier/Squad Performance Optimization. 11. Human Factors 12. Soldier Intelligence, Surveillance, and Reconnaissance (ISR) 13. Biotechnology 14. Physical Performance Technologies E. EXPEDITIONARY MANEUVER SUPPORT Research and Development. Electromagnetic Interference/Electromagnetic Pulse (EMI/EMP) Protection Environmental Protection and Energy Efficiency Maneuver and Movement/Sustainment: Deployment/Durability Functional Integration of Multiple Technologies Miscellaneous F. AERIAL DELIVERY ADVANCED PERSONNEL AND CARGO AIRDROP SYSTEMS G. SIMULATION AND TRAINING TECHNOLOGY Live Training Simulation and Battlefield Effects: Medical Simulation and Training Advanced Interactive Simulation Cyberspace Warfare for Training (CyWar-T) Adaptive Instructional Systems Battlespace Visualization and Interaction Digital Environments and Battlespace Creation Artificially Intelligent Agents Collaboration with the Institute for Creative Technologies

Deadline: 2/27/2030
Posted: 3/4/2025
SolicitationNAICS: 541715.0

Broad Agency Announcement for Basic and Applied Research at the US Army Combat Capabilities Development Command - Soldier Center

This Broad Agency Announcement (BAA) covers the following areas of scientific and technical areas of expertise: A. COMBAT FEEDING COMBAT FEEDING EQUIPMENT AND SYSTEMS COMBAT RATION RESEARCH AND DEVELOPMENT B. SOLDIER PROTECTION AND SURVIVABILITY WARFIGHTER SYSTEMS TECHNOLOGIES 1. Integrated Protective Headborne Equipment and Injury Diagnostic/Assessment Tools. 2. Modular Personal Protection Equipment (MPPE) and Injury Diagnostic/Assessment Tools. 3. Chemical/Biological Protection for Individuals. 4. Countersurveillance. 5. Body Worn Interactive Materials. 6. Materials Nanotechnology. 7. Advanced Protection, Integration Technologies/Systems and Assessment Methods. 8. Integrated Sound, Light and Blast Management for the Ears and Eyes. B. TEXTILE TECHNOLOGIES 1. Multi-Functional Materials. C. MODELING AND SIMULATION 1. Individual Ground Soldier and Small Unit Operational Effectiveness and Survivability. D. SOLDIER EFFECTIVNESS 1. Body-Worn Systems, Hand-Held Devices, Smart-Lightweight Electronic Components, and Information processing to Increase Soldier Maneuverability and Protection through on-Soldier Sensing, Remote Sensing, and Knowledge Management 2. Biomechanics 3. Anthropometry 4. Warrior Performance 5. Soldier Power Sources, Power & Data Distribution and Management 6. Future Warrior Technology Integration. 7. Technology Assessment and Simulation Tools. 8. Ecological Approach to Warfighter Survivability; Perception-Action-Cognition 9. Soldier Centric Sensors, Information Portrayal, & Data Management Technologies. 10. Soldier/Squad Performance Optimization. 11. Human Factors 12. Soldier Intelligence, Surveillance, and Reconnaissance (ISR) 13. Biotechnology 14. Physical Performance Technologies E. EXPEDITIONARY MANEUVER SUPPORT Research and Development. Electromagnetic Interference/Electromagnetic Pulse (EMI/EMP) Protection Environmental Protection and Energy Efficiency Maneuver and Movement/Sustainment: Deployment/Durability Functional Integration of Multiple Technologies Miscellaneous F. AERIAL DELIVERY ADVANCED PERSONNEL AND CARGO AIRDROP SYSTEMS G. SIMULATION AND TRAINING TECHNOLOGY Live Training Simulation and Battlefield Effects: Medical Simulation and Training Advanced Interactive Simulation Cyberspace Warfare for Training (CyWar-T) Adaptive Instructional Systems Battlespace Visualization and Interaction Digital Environments and Battlespace Creation Artificially Intelligent Agents Collaboration with the Institute for Creative Technologies

Deadline: 2/27/2030
Posted: 3/3/2025
SolicitationNAICS: 541715.0

Broad Agency Announcement for Basic and Applied Research at the US Army Combat Capabilities Development Command - Soldier Center

This Broad Agency Announcement (BAA) covers the following areas of scientific and technical areas of expertise: A. COMBAT FEEDING COMBAT FEEDING EQUIPMENT AND SYSTEMS COMBAT RATION RESEARCH AND DEVELOPMENT B. SOLDIER PROTECTION AND SURVIVABILITY WARFIGHTER SYSTEMS TECHNOLOGIES 1. Integrated Protective Headborne Equipment and Injury Diagnostic/Assessment Tools. 2. Modular Personal Protection Equipment (MPPE) and Injury Diagnostic/Assessment Tools. 3. Chemical/Biological Protection for Individuals. 4. Countersurveillance. 5. Body Worn Interactive Materials. 6. Materials Nanotechnology. 7. Advanced Protection, Integration Technologies/Systems and Assessment Methods. 8. Integrated Sound, Light and Blast Management for the Ears and Eyes. B. TEXTILE TECHNOLOGIES 1. Multi-Functional Materials. C. MODELING AND SIMULATION 1. Individual Ground Soldier and Small Unit Operational Effectiveness and Survivability. D. SOLDIER EFFECTIVNESS 1. Body-Worn Systems, Hand-Held Devices, Smart-Lightweight Electronic Components, and Information processing to Increase Soldier Maneuverability and Protection through on-Soldier Sensing, Remote Sensing, and Knowledge Management 2. Biomechanics 3. Anthropometry 4. Warrior Performance 5. Soldier Power Sources, Power & Data Distribution and Management 6. Future Warrior Technology Integration. 7. Technology Assessment and Simulation Tools. 8. Ecological Approach to Warfighter Survivability; Perception-Action-Cognition 9. Soldier Centric Sensors, Information Portrayal, & Data Management Technologies. 10. Soldier/Squad Performance Optimization. 11. Human Factors 12. Soldier Intelligence, Surveillance, and Reconnaissance (ISR) 13. Biotechnology 14. Physical Performance Technologies E. EXPEDITIONARY MANEUVER SUPPORT Research and Development. Electromagnetic Interference/Electromagnetic Pulse (EMI/EMP) Protection Environmental Protection and Energy Efficiency Maneuver and Movement/Sustainment: Deployment/Durability Functional Integration of Multiple Technologies Miscellaneous F. AERIAL DELIVERY ADVANCED PERSONNEL AND CARGO AIRDROP SYSTEMS G. SIMULATION AND TRAINING TECHNOLOGY Live Training Simulation and Battlefield Effects: Medical Simulation and Training Advanced Interactive Simulation Cyberspace Warfare for Training (CyWar-T) Adaptive Instructional Systems Battlespace Visualization and Interaction Digital Environments and Battlespace Creation Artificially Intelligent Agents Collaboration with the Institute for Creative Technologies

Deadline: 2/27/2030
Posted: 3/3/2025
SolicitationNAICS: 541715.0

Broad Agency Announcement for Basic and Applied Research at the US Army Combat Capabilities Development Command - Soldier Center

This Broad Agency Announcement (BAA) covers the following areas of scientific and technical areas of expertise: A. COMBAT FEEDING COMBAT FEEDING EQUIPMENT AND SYSTEMS COMBAT RATION RESEARCH AND DEVELOPMENT B. SOLDIER PROTECTION AND SURVIVABILITY WARFIGHTER SYSTEMS TECHNOLOGIES 1. Integrated Protective Headborne Equipment and Injury Diagnostic/Assessment Tools. 2. Modular Personal Protection Equipment (MPPE) and Injury Diagnostic/Assessment Tools. 3. Chemical/Biological Protection for Individuals. 4. Countersurveillance. 5. Body Worn Interactive Materials. 6. Materials Nanotechnology. 7. Advanced Protection, Integration Technologies/Systems and Assessment Methods. 8. Integrated Sound, Light and Blast Management for the Ears and Eyes. B. TEXTILE TECHNOLOGIES 1. Multi-Functional Materials. C. MODELING AND SIMULATION 1. Individual Ground Soldier and Small Unit Operational Effectiveness and Survivability. D. SOLDIER EFFECTIVNESS 1. Body-Worn Systems, Hand-Held Devices, Smart-Lightweight Electronic Components, and Information processing to Increase Soldier Maneuverability and Protection through on-Soldier Sensing, Remote Sensing, and Knowledge Management 2. Biomechanics 3. Anthropometry 4. Warrior Performance 5. Soldier Power Sources, Power & Data Distribution and Management 6. Future Warrior Technology Integration. 7. Technology Assessment and Simulation Tools. 8. Ecological Approach to Warfighter Survivability; Perception-Action-Cognition 9. Soldier Centric Sensors, Information Portrayal, & Data Management Technologies. 10. Soldier/Squad Performance Optimization. 11. Human Factors 12. Soldier Intelligence, Surveillance, and Reconnaissance (ISR) 13. Biotechnology 14. Physical Performance Technologies E. EXPEDITIONARY MANEUVER SUPPORT Research and Development. Electromagnetic Interference/Electromagnetic Pulse (EMI/EMP) Protection Environmental Protection and Energy Efficiency Maneuver and Movement/Sustainment: Deployment/Durability Functional Integration of Multiple Technologies Miscellaneous F. AERIAL DELIVERY ADVANCED PERSONNEL AND CARGO AIRDROP SYSTEMS G. SIMULATION AND TRAINING TECHNOLOGY Live Training Simulation and Battlefield Effects: Medical Simulation and Training Advanced Interactive Simulation Cyberspace Warfare for Training (CyWar-T) Adaptive Instructional Systems Battlespace Visualization and Interaction Digital Environments and Battlespace Creation Artificially Intelligent Agents Collaboration with the Institute for Creative Technologies

Deadline: 2/27/2030
Posted: 8/13/2025
SolicitationNAICS: 541715.0

Science and Technology Broad Agency Announcement

The purpose of this announcement is to provide the Science and Technology (S&T) Broad Agency Announcement (BAA) for the Naval Undersea Warfare Center Division, Newport (NUWCDIVNPT). Please see the attachment for details regarding the BAA. This BAA will be open for five (5) years.

Deadline: 3/3/2030
Posted: 3/3/2025
PresolicitationNAICS: 54171.0

Combat Identification Automated Target Recognition Technology (CATCH)

This program completes work primarily ranging from TRL 3 to TRL 7 in modeling, simulation, and analysis (MS&A), technology development, integration, test and evaluation (T&E), and transition coordination. The program will look at the follow areas: (1) Sensor exploitation from multiple warfighting domains with focus on air, ground, and surface targets, (2) Exploitation and fusion of multiple sensor modalities, including active and passive modes, from single and multiple platforms, (3) OMS technologies and third-party software and/or mode exploration

Deadline: 3/14/2030
Posted: 4/1/2025
PresolicitationNAICS: 541715.0

Q999--Executive Order

Hello

Deadline: 3/19/2030
Posted: 3/20/2025
Combined Synopsis/SolicitationNAICS: 561320.0

SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS

SEE STAR-FISH ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS AMENDEMENT 3 DATED 5 DEC 2024 Attention: On the General Informatiion section, there is no offers due date for this STAR-FISH ARA with CALLS. Date Offer Due is a required field in the beta.sam.gov

Deadline: 3/23/2030
Posted: 3/25/2025
Combined Synopsis/SolicitationNAICS: 541715.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

UPDATE 5 SEPTEMBER 2025 The purpose of this notice is to share an update regarding the schedule associated with Calls for White Papers (CfWPs) aligned to TEM 14. The Government will not conduct Technological Demonstrations between 8-12 September 2025 as specified in the CfWPs. Another update will be provided once the Government identifies an updated timeline. UPDATE 30 JUNE 2025 Please see the attachments section of this SAM.gov TEM 14 posting for the three (3) updated Call for White Paper (CfWP) files. A copy of the BAA and BAA Compliance Checklist has also been included for potential vendors convenience. Submit your WP's IAW all submission instructions. UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 9/5/2025
PresolicitationNAICS: 334290.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

UPDATE 30 JUNE 2025 Please see the attachments section of this SAM.gov TEM 14 posting for the three (3) updated Call for White Paper (CfWP) files. A copy of the BAA and BAA Compliance Checklist has also been included for potential vendors convenience. Submit your WP's IAW all submission instructions. UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 6/30/2025
PresolicitationNAICS: 334290.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 4/21/2025
PresolicitationNAICS: 334290.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 4/11/2025
PresolicitationNAICS: 334290.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.force.com/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.force.com/. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.force.com/ included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 3/24/2025
PresolicitationNAICS: 334290.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 3/26/2025
PresolicitationNAICS: 334290.0

BAA-25-R-C2CFT

I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.force.com/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.force.com/. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.force.com/ included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 3/24/2025
PresolicitationNAICS: 334290.0

C2 Cross Functional Team (CFT) Broad Agency Announcement

UPDATE 10 SEPTEMBER 2025 The purpose of this notice is to share an update regarding the Calls for White Papers (CfWPs) aligned to TEM 14. Topic Area 1: The Government will host Technological Demonstrations on 25 September. Vendors selected to provide a Technological Demonstration will be notified via direct e-mail correspondence. Vendors not selected to provide a Technological Demonstration will also be notified via direct e-mail correspondence. Topic Areas 2 & 3: An updated timeline will be provided on SAM.GOV no later than 1 December 2025. UPDATE 5 SEPTEMBER 2025 The purpose of this notice is to share an update regarding the schedule associated with Calls for White Papers (CfWPs) aligned to TEM 14. The Government will not conduct Technological Demonstrations between 8-12 September 2025 as specified in the CfWPs. Another update will be provided once the Government identifies an updated timeline. UPDATE 30 JUNE 2025 Please see the attachments section of this SAM.gov TEM 14 posting for the three (3) updated Call for White Paper (CfWP) files. A copy of the BAA and BAA Compliance Checklist has also been included for potential vendors convenience. Submit your WP's IAW all submission instructions. UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.

Deadline: 3/23/2030
Posted: 9/10/2025
PresolicitationNAICS: 334290.0

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: 3/24/2030
Posted: 3/25/2025
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

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

Deadline: 3/24/2030
Posted: 3/25/2025
Combined Synopsis/SolicitationNAICS: 541990.0

Space Technology Advanced Research (STAR)

SEE OPEN ARA ANNOUNCEMENT, AMENDMENT 5 Final DATED 5 DEC 2024 Attention: On the General Information section, there is no offers due date for this STAR OPEN ARA. Date Offer Due is a required field in the beta.sam.gov.

Deadline: 3/25/2030
Posted: 3/25/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Missile Defense Agency - Multiple Authority Announcement

7/31/2025: Solicitation tracker udpated to add HQ0860-25-S-C002. 5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.

Deadline: 3/27/2030
Posted: 7/31/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Missile Defense Agency - Multiple Authority Announcement

5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.

Deadline: 3/27/2030
Posted: 5/9/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Missile Defense Agency - Multiple Authority Announcement

4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.

Deadline: 3/27/2030
Posted: 4/4/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Missile Defense Agency - Multiple Authority Announcement

The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mda.mil. Please see the attachments for full details.

Deadline: 3/27/2030
Posted: 3/27/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Missile Defense Agency - Nimble Options for Buying Layered Effects (NOBLE) Announcement

9/19/2025: NOBLE tracker updated to add "Low-Cost Interceptor" Solicitation No. HQ0860-25-S-C003 and "High Altitude Infrared Search and Track" Solicitation No. HQ0860-25-S-C004. Full details on these solicitations can be found by searching the solicitation number on SAM.gov. 8/21/2025: Amendment 2 published; the name of this announement is changed from "Multiple Authority Announcement (MAA)" to "Nimble Options for Buying Layered Effects (NOBLE)" Announcement 7/31/2025: Solicitation tracker udpated to add HQ0860-25-S-C002. 5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.

Deadline: 3/27/2030
Posted: 9/19/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Missile Defense Agency - Nimble Options for Buying Layered Effects (NOBLE) Announcement

8/21/2025: Amendment 2 published; the name of this announement is changed from "Multiple Authority Announcement (MAA)" to "Nimble Options for Buying Layered Effects (NOBLE)" Announcement 7/31/2025: Solicitation tracker udpated to add HQ0860-25-S-C002. 5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.

Deadline: 3/27/2030
Posted: 8/21/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Stone and Soil MBPA on Fort Drum

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Stone and Soil under North American Industry Classification System Code (NAICS) 212312: Crushed and Broken Limestone Mining and Quarrying. The small business size standard for this industry is 750 employees. A BPA Holder must be able to provide the following products: •620.03 - Light Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •620.04 - Medium Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •304.12 - Type 2 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •304.14 - Type 4 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •623.12 - Washed #2 (clean stone used where water is needed to drain / Projects requiring underground drainage) •620.06 - Dry Rip Wrap (Used for anti-erosion measures on slopes or to create baffles at large culvert ends with high storm water volume discharge) •Arema 4 - Railroad Ballast (approved stone that is used between the railroad ties) •Screened Topsoil (Used for all grass area ground repairs on the cantonment area) These materials are required to maintain roads, road shoulders, culverts, parking lots, range roads, railroad toes, and grass areas in the cantonment areas of Fort Drum. These materials will be needed on an ongoing basis. Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 212312. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to kayla.m.rogers14.civ@army.mil with a courtesy copy to ernie.a.ixtlahuac.civ@army.mil, jeffery.l.frans.civ@army.mil and mary.e.summerlin3.civ@army.mil. Any correspondence relating to this synopsis should have "Stone and Soil MBPA" annotated in the subject field.

Deadline: 4/1/2030
Posted: 4/1/2025
PresolicitationNAICS: 212312.0

Stone and Soil MBPA on Fort Drum

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Stone and Soil under North American Industry Classification System Code (NAICS) 212312: Crushed and Broken Limestone Mining and Quarrying. The small business size standard for this industry is 750 employees. A BPA Holder must be able to provide the following products: •620.03 - Light Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •620.04 - Medium Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •304.12 - Type 2 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •304.14 - Type 4 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •623.12 - Washed #2 (clean stone used where water is needed to drain / Projects requiring underground drainage) •620.06 - Dry Rip Wrap (Used for anti-erosion measures on slopes or to create baffles at large culvert ends with high storm water volume discharge) •Arema 4 - Railroad Ballast (approved stone that is used between the railroad ties) •Screened Topsoil (Used for all grass area ground repairs on the cantonment area) •605.0101 Pea Stone (used for, topdressing for walkways, gardens, and underdrain) These materials are required to maintain roads, road shoulders, culverts, parking lots, range roads, railroad toes, and grass areas in the cantonment areas of Fort Drum. These materials will be needed on an ongoing basis. Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 212312. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to kayla.m.rogers14.civ@army.mil with a courtesy copy to ernie.a.ixtlahuac.civ@army.mil, jeffery.l.frans.civ@army.mil and mary.e.summerlin3.civ@army.mil. Any correspondence relating to this synopsis should have "Stone and Soil MBPA" annotated in the subject field.

Deadline: 4/1/2030
Posted: 4/30/2025
PresolicitationNAICS: 212312.0
Page 35 of 36