Federal Contract Opportunities
Showing 2,251-2,300 of 2,697 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage.
Pioneering Aerospace Capabilities, Engineering and Research
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study efforts on novel concepts, as well as research and development efforts to mature specific technologies to appropriate technology readiness levels (TRL) depending on end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in pioneering transformative aerospace technologies for the warfighter’s decisive advantage. Revision 1, posted 5 June 2024.
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.
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.
Notice of Award Maintenance for Government owned BacT/ALERT 3D Equipment.
Notice of Intent to award Sole Source Biomerieux, Inc. to provide Maintenance for Government owned BacT/ALERT 3D Equipment. The Medical Readiness Contracting Office, West, Fort Cavazos, Texas intends to award a firm-fixed-price sole source contract to Biomerieux, Inc, to provide Maintenance for Government owned BacT/ALERT 3D Equipment FAR 13.106-1(b)(1): For purchases not exceeding the simplified acquisition threshold (SAT), only one source reasonably available, urgency, exclusive licensing agreements, brand name, or industrial mobilization. North America Industry Classification System (NAICS) code is 811210 Electronic and Precision Equipment Repair and Maintenance. The size standard for this NAICS code is $34.0 standard in millions of dollars. This notice is not a request for competitive quotes. No requests for capability briefings will be honored as a result of this notice and any information provided will not be used as part of any subsequent solicitation requirement. No telephonic inquires will be honored. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. The Government shall not reimburse interested sources for any information provided. No requests for capability briefings will be honored as a result of this notice and any information provided will not be used as part of any subsequent solicitation requirement. No telephonic inquires will be honored. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS. This is a notice of intent to award a sole source contract to Biomerieux, Inc., to provide Maintenance for Government owned BacT/ALERT 3D Equipment. The vendor Biomerieux, Inc. provided an authorization letter indicating that certify that BacT/ALERT 3D instruments. hereby names Biomerieux, Inc., as an Authorized Distributor of all BacT/ALERT 3D Instruments. Biomerieux, Inc is a fully authorized distributor/dealer for all BacT/ALERT 3D instruments.
DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
Amendment 1 Re-opens the AMTR BAA SP4701-23-B-0001 and addresses various administrative changes This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, “Broad agency announcement,” as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. Rapidly changing improvements in technology and increasing operational requirements have made defense acquisition more data driven and increasingly complex. To keep up with DLA’s customers demanding needs requires DLA to modernize its acquisition processes. The Acquisition Modernization Technology Research (AMTR) Program, established at the beginning of FY22, assesses acquisition and procurement processes, identifies and prioritizes areas that would benefit from IT modernization or advanced technologies, evaluates technical requirements, and pursues future research efforts for DLA. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/Strategic-Plan/) supports these DoD policies through five lines of effort (LOEs). The Acquisition Modernization Technology Research solutions should focus on all LOEs; however, there is a primary focus on LOE 4: Modernized Acquisition and Supply Chain Management, defined as “leading in logistics to deliver best value and manage risk.” The DLA Research and Development (R&D) Program Office is seeking IT modernization efforts that support any of the AMTR strategic focus areas outlined in the scope of this BAA (see Section 3: Scope). This BAA will remain open for five (5) years and will have a one-time initial closing date for receipt of cost & technical proposals for IDIQ consideration under Short Term Projects (180 days after initial posting). After the initial 180-day period the BAA will temporarily close and evaluation of cost & technical proposals will take place. During the initial BAA response period (180 day window), vendors must submit full cost & technical proposals (omitting the White Paper submission) in order to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract (see Section 6: Proposal Instructions). Cost and technical proposals submitted under this BAA for IDIQ consideration shall describe a potential Short Term Project (STP) that aligns with one of the AMTR strategic focus areas outlined in Section 3: Scope, to be used by the Government for evaluation purposes. Initial offerors are encouraged to propose innovative solutions, highlighting any relevant DLA/DoD acquisition experience. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. Only select Offerors will be awarded an IDIQ contract under the initial BAA. Although initial projects proposed in response to this BAA may result in the award of an IDIQ, a task order to execute the initial STP may or may not be issued. Each vendor who receives an IDIQ contract may be part of a working group whose purpose is to collaborate with the AMTR Program Manager, relevant DLA stakeholders and/or other vendors to identify problems and achieve improvements with measurable results in the business processes that support the AMTR program. An optional CLIN may be included in resulting task orders or contract awards for working group activities, including travel. After evaluation of initial proposals, the BAA window will re-open. At that time, the government intends to accept White Papers from potential vendors who did not receive an IDIQ contract in the initial round. Vendors may suggest ideas for projects by submitting a White Paper, an abbreviated document (limited to 6 pages) in which a submitter shall describe a technical R&D concept (see Section 5: White Paper Instructions and Format). Successful White Papers will identify problems and present achievable Short Term Proposals with measurable results in support of the AMTR program. White Papers will only be accepted after the BAA is reopened. Offerors should check the SAM.gov website for the current status of the BAA. If such a technical concept is deemed by the Government to be of interest, the Government may request a full cost and technical proposal (see Section 6: Proposal Instructions). The Government reserves the right to select all, some, or none of the submitted proposals for award. The primary basis for selecting proposals for acceptance will be technical merit, relevance to agency programs, and fund availability. Cost realism and reasonableness will also be considered. The Government intends to award cost-type IDIQ contracts under this BAA and cost-type definitive contracts for vendors who are not awarded IDIQs. Cost-type contracts include cost-reimbursement (FAR 16.302), Cost-sharing (FAR 16.303), or cost-plus fixed fee (FAR 16.306). The Government reserves the right to award another type of contract at its sole discretion. Eligibility for an AMTR contract requires prospective offerors to meet the minimum standards of responsibility set forth in Part 9 of the Federal Acquisition Regulation (FAR). Once proposal evaluations are completed, each offeror will be notified whether the Government selected their proposal for award.
DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
Amendment 1 Re-opens the AMTR BAA SP4701-23-B-0001 and addresses various administrative changes This notice constitutes a combined synopsis and Broad Agency Announcement (BAA) for the acquisition of research and development (R&D) in accordance with Federal Acquisition Regulation 35.016, “Broad agency announcement,” as supplemented with additional information included in this notice. No other solicitation will be issued. Only the information provided in this notice is available. Requests for other forms of solicitation shall be disregarded. Rapidly changing improvements in technology and increasing operational requirements have made defense acquisition more data driven and increasingly complex. To keep up with DLA’s customers demanding needs requires DLA to modernize its acquisition processes. The Acquisition Modernization Technology Research (AMTR) Program, established at the beginning of FY22, assesses acquisition and procurement processes, identifies and prioritizes areas that would benefit from IT modernization or advanced technologies, evaluates technical requirements, and pursues future research efforts for DLA. The Defense Logistics Agency (DLA) Strategic Plan (https://www.dla.mil/Info/Strategic-Plan/) supports these DoD policies through five lines of effort (LOEs). The Acquisition Modernization Technology Research solutions should focus on all LOEs; however, there is a primary focus on LOE 4: Modernized Acquisition and Supply Chain Management, defined as “leading in logistics to deliver best value and manage risk.” The DLA Research and Development (R&D) Program Office is seeking IT modernization efforts that support any of the AMTR strategic focus areas outlined in the scope of this BAA (see Section 3: Scope). This BAA will remain open for five (5) years and will have a one-time initial closing date for receipt of cost & technical proposals for IDIQ consideration under Short Term Projects (180 days after initial posting). After the initial 180-day period the BAA will temporarily close and evaluation of cost & technical proposals will take place. During the initial BAA response period (180 day window), vendors must submit full cost & technical proposals (omitting the White Paper submission) in order to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract (see Section 6: Proposal Instructions). Cost and technical proposals submitted under this BAA for IDIQ consideration shall describe a potential Short Term Project (STP) that aligns with one of the AMTR strategic focus areas outlined in Section 3: Scope, to be used by the Government for evaluation purposes. Initial offerors are encouraged to propose innovative solutions, highlighting any relevant DLA/DoD acquisition experience. Consideration will be given to all approaches that enable improved processes aligning with both DoD and DLA Strategic Initiatives. Only select Offerors will be awarded an IDIQ contract under the initial BAA. Although initial projects proposed in response to this BAA may result in the award of an IDIQ, a task order to execute the initial STP may or may not be issued. Each vendor who receives an IDIQ contract may be part of a working group whose purpose is to collaborate with the AMTR Program Manager, relevant DLA stakeholders and/or other vendors to identify problems and achieve improvements with measurable results in the business processes that support the AMTR program. An optional CLIN may be included in resulting task orders or contract awards for working group activities, including travel. After evaluation of initial proposals, the BAA window will re-open. At that time, the government intends to accept White Papers from potential vendors who did not receive an IDIQ contract in the initial round. Vendors may suggest ideas for projects by submitting a White Paper, an abbreviated document (limited to 6 pages) in which a submitter shall describe a technical R&D concept (see Section 5: White Paper Instructions and Format). Successful White Papers will identify problems and present achievable Short Term Proposals with measurable results in support of the AMTR program. White Papers will only be accepted after the BAA is reopened. Offerors should check the SAM.gov website for the current status of the BAA. If such a technical concept is deemed by the Government to be of interest, the Government may request a full cost and technical proposal (see Section 6: Proposal Instructions). The Government reserves the right to select all, some, or none of the submitted proposals for award. The primary basis for selecting proposals for acceptance will be technical merit, relevance to agency programs, and fund availability. Cost realism and reasonableness will also be considered. The Government intends to award cost-type IDIQ contracts under this BAA and cost-type definitive contracts for vendors who are not awarded IDIQs. Cost-type contracts include cost-reimbursement (FAR 16.302), Cost-sharing (FAR 16.303), or cost-plus fixed fee (FAR 16.306). The Government reserves the right to award another type of contract at its sole discretion. Eligibility for an AMTR contract requires prospective offerors to meet the minimum standards of responsibility set forth in Part 9 of the Federal Acquisition Regulation (FAR). Once proposal evaluations are completed, each offeror will be notified whether the Government selected their proposal for award.
U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by Section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year 2022 (Pub. L. 117-81) and implemented through Class Deviation 2022- O0007. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO, DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Full Annoncement
U.S. Army Contracting Command – Watervliet Arsenal (ACC-WVA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807) contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by Section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year 2022 (Pub. L. 117-81) and implemented through Class Deviation 2022- O0007. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO, DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Full Annoncement
Research and Studies for the Office of Net Assessment
Amendment 001 to section VIII. Schedule of Proposal Submission Dates. This amendment hereby modifies the proposal submission deadline dates beginning July 2024. Proposal submission deadline dates will be shifted ten days ahead, starting with the July 2024 submission deadline date. See the uploaded revised HQ0034-23-BAA-0001, Amendment 001, dtd 24 April 2024, with changes highlighted in yellow. Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Research and Studies for the Office of Net Assessment
Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Research and Studies for the Office of Net Assessment
Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Research and Studies for the Office of Net Assessment
Starting June 14, 2023, proposals shall be submitted via email to whs.pentagon.ad.mbx.net-assessment@mail.mil. Hard copies will not be accepted. The email subject heading for proposal submission shall specify the area of interest (for example, Proposal for Future Naval Warfare Section III. 1). All proposals must be received via e-mail no later than 1 p.m. (ET) on the dates listed in the schedule under paragraph VIII under this announcement. All proposals must state clearly which specific proposal cut-off date and area of interest that the proposal is being submitted to.
Short term lodging JBLM WA
https://marketplace.unisonglobal.com/fbweb/fbobuyDetails.do?token=HoEbqVZgF1rJlJ1P%2BcX7AoNdTAABmvkMYAAAAAHeAAgAgTFCGg%2FFzzqQbJAAyVXBA0Or
N0016425SC001 CSO
AMENDMENT 0002: The purpose of this amendment is to attach an Area of Interest. N0016425SCA002 Q&C are due by August 5, 2025 @ 5pm. Proposal submissions are due by August 12, 2025 @ 5pm. AMENDMENT 0001: The purpose of this amendment is to extend the closing date to July 3, 2025 and add an Area of Interest N0016425SCA001 Miniature Aiming System (MAS) Machine Gun Optic (MGO) attachment. ORIGINAL POSTING: Commercial Solutions Opening (CSO) N00164-25-S-C001 Naval Surface Warfare Center, Crane Division (NSWC, Crane) The procedures outlined in this CSO apply to Areas of Interest posted under N00164-25-S-C001 OBJECTIVE: this announcement is intended to enable the rapid selection of innovative commercial solutions through a three-phased, competitive process. Including commercially-available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. SECTION 1 – INTRODUCTION 1.1 Background and Authority NSWC Crane’s mission is to deliver innovative solutions and readiness to the Nation and its Warfighters through application of Technical Capabilities; advance all-domain system of systems within the Mission Areas of Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare; conduct science and technology, research, development, test and evaluation, acquisition and in-service engineering across the Defense lifecycles. To achieve these mission imperatives, NSWC Crane regularly partners with private industry using a variety of collaborative tools in order to streamline the incorporation of innovative technology into the products and services delivered to the Warfighter. To accelerate the adoption of advanced technology, curate solutions to technology gaps, and lead rapid prototyping NSWC Crane issues this Commercial Solutions Opening (CSO) as authorized by 10 U.S.C. 3458 for the acquisition of innovative commercial products or commercial services through the use of a general solicitation. In this context “Innovative” means— Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. NSWC Crane is seeking innovative commercial solutions relevant to the following areas of technological exploration: • Expeditionary Warfare Guided by the National Defense Strategy, NSWC Crane recognizes the priorities and threats shifted to the Pacific. NSWC Crane’s efforts must counter the multi-domain threats and deter aggression posed in the Indo-Pacific region. This reinforces the need of a Joint Force that is even more lethal, resilient, agile and responsive. Autonomous solutions with a focus on payload and sensor integration to enhance detection, tracking, identifying, decision making, maneuver and kinetic/non-kinetic engagement capabilities for multi-domain, uncrewed and counter-crewed systems are a strategic priority. Expeditionary Warfare Development’s heritage has been and continues to focus on rapid prototyping and proven solutions supporting the evolving needs of the Expeditionary force. • Strategic Missions As the Navy’s primary organic field activity for full life cycle management including hardware, ordnance and power systems, NSWC Crane applies the distinct capabilities inherent to its people and facilities to assure 100% operational readiness of strategic missile systems. Fleet Readiness and Modernization and Hypersonics are a top priority of the Navy and DoD. These strategic priorities require collaboration between the Navy, Air Force, and Missile Defense Agency to align appropriate requirements, technology development, rapid prototyping, production, sustainment and protection activities of ballistic missile systems to enable affordability, advance technology and reduce program risks to modernize the nuclear enterprise to defeat emerging threats worldwide. • Electromagnetic Warfare NSWC Crane’s Spectrum Warfare Department is the largest concentration of Electronic Warfare experts in the DoD. NSWC Crane provides non-kinetic expertise and electromagnetic spectrum dominance to all the services. Electromagnetic Spectrum Operations (EMSO) is a strategic priority due to the increasingly congested, contested and constrained environments. NSWC Crane supports multidomain integrated solutions through multispectral capabilities utilizing technology development, rapid prototyping, production and sustainment. Pursuant to DFARS 212.7002, NSWC Crane will only use this CSO to obtain innovative solutions or potential capabilities that fulfill requirements and to close capability gaps, or provide potential innovative technological advancements. All products and services acquired using this CSO will be treated as commercial products or commercial services, awarded on a fixed-price basis. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.10270, this announcement is a competitive selection of proposals based on a review by scientific, technological, or other subject-matter expert peers and is a competitive procedure. As a result of the competitive processes used under this CSO Announcement, multiple awards may be executed. The methods utilized to execute awards include: FARbased contract, Purchase Order, Other Transaction Agreement (OTA), and/or Bailment Agreement. Under the authority of 10 U.S.C. 4022, NSWC Crane may award an Other Transaction Agreement (OTA) to vendors to carry out prototype project(s) directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. Under the authority of 10 U.S.C. 4023, NSWC Crane may procure (by contract or otherwise) ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, that the Secretary of Defense or the Secretary concerned considers necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense. 1.2 General Solicitation and Evaluation Procedures NSWC Crane’s CSO is soliciting Solution Briefs in response to individual Areas of Interest (AOIs). AOIs are focused topic(s) categories that will be published separately and posted on the SAM.Gov website and the NSWC Crane public-facing website. All Solution Briefs submitted in response to AOIs will be governed by this CSO unless otherwise noted in the AOI. AOIs will be written in broad terms to maximize latitude in creativity when approaching a problem and to allow for maximum participation from nontraditional defense contractors and interested parties (entities) who may be unfamiliar with submitting traditional proposals to Government solicitations. The Government may post AOIs at any time. Interested parties are encouraged to frequently check the SAM.Gov website and the NSWC, Crane website for new AOI postings. Evaluation of responses will consist of the following 3 Phases: 1) Solution Brief, 2) Pitch, and 3) Full written proposal – described in more detail here: Phase 1 Solution Briefs: Solution Briefs submitted in response to an AOI shall be submitted as specified in Section 2 of this CSO. The Government will evaluate Solution Briefs against the criteria stated in this CSO. The Government will not pay entities for the costs associated with Solution Brief submissions. Phase 2 Pitch Session: Respondents whose Solution Briefs are evaluated to be of merit may be invited to provide a pitch following the instructions provided in Section 2.3 of this CSO. The Government reserves the right to limit the number of parties invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. In the event that the Government requires a demonstration, additional information will be provided in the specific AOI highlighting those procedures, otherwise Phase 2 will be comprised solely of the pitch. The Government will not pay entities for costs associated with pitches, unless otherwise stipulated. Phase 3 Proposal: Those entities whose Solution Brief and Pitch are evaluated to be of merit and are selected for potential award may be invited to submit a full written proposal following the instructions provided in Section 2.4 of this CSO. The Government will not pay entities for costs associated with the proposal in Phase 3, unless otherwise stipulated. SECTION 2 – GUIDELINES FOR SUBMISSION 2.1 General Guidelines Unnecessarily elaborate brochures or proposals are not desired. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept. The period of performance for any Solution Brief or proposal submitted under this CSO should generally be no greater than 24-months. Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. All Solution Briefs, Pitches, and Proposals shall be unclassified. Solution Briefs, Pitches, and Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This [select one: Solution Brief, Pitch, or Proposal] includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with – the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]” Each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” Foreign-Owned businesses may independently submit a solution or do so as part of a teaming arrangement with one or more United States-Owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign-Owned business to obtain necessary clearances and approvals to obtain proscribed information. Submissions must be submitted electronically. Submissions sent through other channels or after the AOI period has ended will not be reviewed nor evaluated. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.2 Phase 1 Solution Brief PHASE 1 SOLUTION BRIEF CONTENT Solution Briefs should not exceed five (5) written pages using 12-point font. Alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15) slides. Briefs should include at a minimum: Title Page (does not count against page limit) Entity Name, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted. Executive Summary of the technology (one page) Describe the concept and unique aspects of the technology as it relates to the AOI. Identify whether the solution is an existing technology that has satisfied a pilot or demonstration (ie, commercially ready and viable technology), or the if the solution will require development for defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects of the solution which may be considered proprietary or Intellectual Property (IP) Provide a brief overview of the company, including a summary of product commercialization and go-to-market strategy. PHASE 1 SOLUTION BRIEF BASIS OF EVALUATION All solution briefs correctly submitted in response to an AOI will be evaluated against the stated criteria below. (Y/N) The proposed innovative commercial solution, technology, process, or method, is new as of the date of submission of a proposal; or is an application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Relevance of the Solution Brief in addressing the AOI. Technical Merit and feasibility of the solution to address Government AOI problem statement. A quick, reasonable, and efficient way exists for the DoD to test the innovative commercial solution, within a specified duration, whether outside or integrated within the DoD infrastructures or networks, as appropriate. Additional technical evaluation criteria specific to a particular project may be used. In these instances, the additional criteria will be posted within the AOI announcement on the SAM.Gov and the NSWC Crane public-facing website. Solution Briefs will be evaluated on the basis of the merit of the proposed concept in addressing the AOI, not against other Solution Briefs submitted in response to the same AOI. Additionally, while not overtly stated in AOIs, the Government’s evaluation will consider whether the proposal increases the likelihood of accomplishing NSWC Crane’s Mission Focus Areas. All submissions will be evaluated, however, only a select few will be invited to pitch. The government reserves the right to limit the number of entities invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.3 Phase 2 Pitch PHASE 2 PITCH CONTENT In Phase 2, entities shall provide an in-person or virtual pitch to demonstrate and provide further details on their proposed innovative commercial solution and the technical and business viability of the proposed solution. The Government may elect to use external market research during the Pitch to evaluate viability. In addition to the Pitch, the Government, at its discretion, may request for consideration an additional written submission to further supplement the information provided in the Phase 1 Solution Brief. During the Phase 2 Pitch, the Company must detail/address: Estimated Price/Schedule Rough order of magnitude (ROM) or pricing Anticipated Data Rights Assertions During the Pitch, the Government may request the additional information/detail with respect to the information provided in the Phase 1 Solution Brief. PHASE 2 PITCH BASIS OF EVALUATION Individual pitches will be evaluated against the following factors: Relevance of the pitch in addressing the AOI and the ability of the presenter to adequately address Government questions or concerns regarding the proposed application or use of the innovative commercial solution. The solution has technical merit, adequately & realistically addresses Government need and can be quickly incorporated into DOD systems. Reasonableness of the ROM The associated delivery schedule is expeditious and realistic. Individual pitches will be evaluated on the basis of the merit of the proposed concept in addressing the AOI and the factors above, not against any other Pitches held under the same AOI. Pitch submissions will be valid for 180 calendar days after the pitch date. Upon completion of evaluations, the Government will notify the Company that: (1) the proposed concept/technology/solution has been selected for possible award and the entity is invited to submit a full proposal; (2) the proposed concept/technology/solution is not of interest to the Government; or (3) the proposed concept/technology/solution is of interest, but not eligible for a proposal due to availability of Government resources. If the proposed innovative commercial solution is of interest, but not eligible for a proposal due to availability of Government resources, the Company may be contacted with a request to respond to proposal request within 180 calendar days from the pitch date. If after 180 calendar days from the pitch date (or earlier if notified by NSWC, Crane), Government resources are not identified to formally move into Phase 3, the entity will no longer be eligible for an award under that particular AOI. 2.4 Phase 3 Proposal PHASE 3 PROPOSAL CONTENT The final phase of the evaluation process is the proposal request. Based upon the evaluation process detailed in Phase 1 and 2, the Government may request a full written proposal. The entity will be invited to develop and submit a full written proposal and negotiate appropriate terms and conditions. Entities may discuss ideas and questions related to the proposal with the Government POC during the proposal writing process. Each proposal submitted shall consist of two sections: Section 1 shall consist of the technical proposal; Section 2 shall consist of the price/cost/schedule. Proposals will be assessed by NSWC Crane technical and Contracting subject matter experts. Entities may propose their own internal terms and conditions (e.g., Service License Agreements (SLA) and/or User License Agreements (ULA)) to be considered during negotiations with the Government. Note, there are certain terms and conditions the Government is unable to accept. Awards made under this authority will only be issued as fixed price awards in accordance with DFARS 212.7002(b). However, projects awarded through the CSO are flexible to adopt customary industry standards where it is otherwise legal and where it meets the Government’s needs. At a minimum, written proposals must contain: Title Page Company Name, Point of Contact Name, Date, E-Mail Address, Phone, and Address and any subcontractors or team members. Include an abstract which provides a concise description of the proposal. Description of the proposed innovative commercial solution Background and objectives of the proposed solution, deliverables, and resources needed to execute. Include the nature and extent of the anticipated results. Include ancillary and operational issues such as certifications, algorithms, and any engineering/software development methodologies to be used. If services, include a Statement of Work (SOW). Provide a detailed project schedule that outlines the various phases of work to be accomplished within the proposed period of performance. You may refer to the Solution Brief that prompted this proposal request, but do not duplicate it. Identify any Government material, equipment, data, or other items necessary. Phase 3 - Price Proposal The entity shall propose a fixed price for the item or service and provide any data or supporting information necessary for the determination of a fair and reasonable price. This can include, but is not limited to, commercial price catalog or other proprietary information to help the Government assess the proposed price. Additionally, if proposing an OT, while not required to be specifically addressed in the proposal (with the exception of the 1/3 cost-share requirement, if applicable), the Government will review the proposal to determine if the following OT statutory requirements are met: Fits the definition of a prototype Meets non-traditional participation/cost share requirement: Non-traditional defense contractor contributes to a significant extent or not; if not, 1/3 cost share implementation is addressed Defense Utility: Solution is applicable to a DoD platform, system or component SECTION 3 – AWARDS 3.1 General Guidelines Upon favorable review and available funds, the Government may choose to make an award. Only Warranted Contracting Officers or Agreements Officers may obligate the Government by entering into or modifying a binding agreement on behalf of the Government. Awards made under this CSO will be fixed price. Contract type will be determined during Phase 3. Multiple awards may be made to pursue similar or dissimilar solutions should they all meet the technical criteria, be selected for award, and if funds are available. Entities must have a DUNs and CAGE Code registered in the System for Award Management (SAM) to receive award. Companies are advised to commence SAM registration upon receipt of a proposal request. Awardees must be determined to be responsible by the Contracting or Agreements Officer and must not be suspended or debarred from award by the Federal Government nor be prohibited by Presidential Executive Order and/or law from receiving award. Receipt of a proposal request does not guarantee receipt of award. The Government reserves the right, at any point prior to award, to cancel the request. Upon award, awardees must register in the prescribed Government invoicing system (e.g. Wide Area Work Flow). 3.2 Comptroller General Access to Information In OT projects that provide for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. 3.3 Procurement Integrity Act (PIA) All awards under this CSO shall be treated as Federal Agency procurements for purpose of 41 U.S.C. Chapter 21. Accordingly, the CSO competitive solicitation process and awards made thereof must adhere to the ethical standards required by the PIA. SECTION 4 - ITERATIVE PROTOTYPING As it is the mission of NSWC Crane to enable access to commercially-derived disruptive capabilities across the entirety of the DoD enterprise, Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the work in a prototype project to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. These additional unique and discrete purposes/mission sets can be generated by the original Government customer or originate with other organizations within the Federal Government. SECTION 5 – FOLLOW-ON PRODUCTION Upon successful completion of a prototype project under the OTA, the Government may negotiate a follow-on production contract or agreement without further competition. Any concept/technology/solution successfully proven through a Prototype OTA can be transitioned to production. AOIs posted by the Government under this CSO and Prototype OTAs awarded will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 U.S.C. § 4022 Individual AOIs and CSO prototype OTAs will explicitly identify follow-on Prototype OTAs as a potential outcome of a successful prototyping effort. SECTION 6 SUCCESSFUL COMPLETION A transaction for a prototype project is complete upon the written determination of the appropriate approving official (program manager and Agreement Officer) for the matter in question that efforts conducted under a Prototype OTA: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the Prototype OTA; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the Government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any Prototype OTA shall contain a provision that sets forth the conditions under which that prototype agreement must be successfully completed. SECTION 7 – NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of Solution Briefs, Pitches and during Proposal development and negotiations. Non-Government advisors will have signed non-disclosure agreements (NDAs) with the Government. Companies may enter into specific NDAs directly with the Non-Government advisors or their corporate entities. Submission of an offer under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in evaluations of all phases of the CSO process. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: 18 U.S.C. 1905 (Trade Secrets Act); 18 U.S.C. 1831 et seq. (Economic Espionage Act); 5 U.S.C. 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and, Any other statute, regulation, or requirement applicable to Government employees. NSWC, Crane policy is to treat all submissions as source selection sensitive information, and to disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All NSWC, Crane and DoD support contractors performing this role are expressly prohibited from performing NSWC, Crane-sponsored technical research and are bound by appropriate NDAs. Submissions will not be returned. The original copy of each submission received will be retained at NSWC, Crane and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 calendar days after notification that a proposal was not selected.
Area of Interest N0016425SCA001 Miniature Aiming System (MAS) Machine Gun Optic (MGO)
AMENDMENT 0002: The purpose of this amendment is to attach an Area of Interest. Q&C are due by August 5, 2025 @ 5pm. Proposal submissions are due by August 12, 2025 @ 5pm. AMENDMENT 0001: The purpose of this amendment is to extend the closing date to July 3, 2025 and add an Area of Interest N0016425SCA001 Miniature Aiming System (MAS) Machine Gun Optic (MGO) attachment. ORIGINAL POSTING: Commercial Solutions Opening (CSO) N00164-25-S-C001 Naval Surface Warfare Center, Crane Division (NSWC, Crane) The procedures outlined in this CSO apply to Areas of Interest posted under N00164-25-S-C001 OBJECTIVE: this announcement is intended to enable the rapid selection of innovative commercial solutions through a three-phased, competitive process. Including commercially-available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. SECTION 1 – INTRODUCTION 1.1 Background and Authority NSWC Crane’s mission is to deliver innovative solutions and readiness to the Nation and its Warfighters through application of Technical Capabilities; advance all-domain system of systems within the Mission Areas of Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare; conduct science and technology, research, development, test and evaluation, acquisition and in-service engineering across the Defense lifecycles. To achieve these mission imperatives, NSWC Crane regularly partners with private industry using a variety of collaborative tools in order to streamline the incorporation of innovative technology into the products and services delivered to the Warfighter. To accelerate the adoption of advanced technology, curate solutions to technology gaps, and lead rapid prototyping NSWC Crane issues this Commercial Solutions Opening (CSO) as authorized by 10 U.S.C. 3458 for the acquisition of innovative commercial products or commercial services through the use of a general solicitation. In this context “Innovative” means— Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. NSWC Crane is seeking innovative commercial solutions relevant to the following areas of technological exploration: • Expeditionary Warfare Guided by the National Defense Strategy, NSWC Crane recognizes the priorities and threats shifted to the Pacific. NSWC Crane’s efforts must counter the multi-domain threats and deter aggression posed in the Indo-Pacific region. This reinforces the need of a Joint Force that is even more lethal, resilient, agile and responsive. Autonomous solutions with a focus on payload and sensor integration to enhance detection, tracking, identifying, decision making, maneuver and kinetic/non-kinetic engagement capabilities for multi-domain, uncrewed and counter-crewed systems are a strategic priority. Expeditionary Warfare Development’s heritage has been and continues to focus on rapid prototyping and proven solutions supporting the evolving needs of the Expeditionary force. • Strategic Missions As the Navy’s primary organic field activity for full life cycle management including hardware, ordnance and power systems, NSWC Crane applies the distinct capabilities inherent to its people and facilities to assure 100% operational readiness of strategic missile systems. Fleet Readiness and Modernization and Hypersonics are a top priority of the Navy and DoD. These strategic priorities require collaboration between the Navy, Air Force, and Missile Defense Agency to align appropriate requirements, technology development, rapid prototyping, production, sustainment and protection activities of ballistic missile systems to enable affordability, advance technology and reduce program risks to modernize the nuclear enterprise to defeat emerging threats worldwide. • Electromagnetic Warfare NSWC Crane’s Spectrum Warfare Department is the largest concentration of Electronic Warfare experts in the DoD. NSWC Crane provides non-kinetic expertise and electromagnetic spectrum dominance to all the services. Electromagnetic Spectrum Operations (EMSO) is a strategic priority due to the increasingly congested, contested and constrained environments. NSWC Crane supports multidomain integrated solutions through multispectral capabilities utilizing technology development, rapid prototyping, production and sustainment. Pursuant to DFARS 212.7002, NSWC Crane will only use this CSO to obtain innovative solutions or potential capabilities that fulfill requirements and to close capability gaps, or provide potential innovative technological advancements. All products and services acquired using this CSO will be treated as commercial products or commercial services, awarded on a fixed-price basis. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.10270, this announcement is a competitive selection of proposals based on a review by scientific, technological, or other subject-matter expert peers and is a competitive procedure. As a result of the competitive processes used under this CSO Announcement, multiple awards may be executed. The methods utilized to execute awards include: FARbased contract, Purchase Order, Other Transaction Agreement (OTA), and/or Bailment Agreement. Under the authority of 10 U.S.C. 4022, NSWC Crane may award an Other Transaction Agreement (OTA) to vendors to carry out prototype project(s) directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. Under the authority of 10 U.S.C. 4023, NSWC Crane may procure (by contract or otherwise) ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, that the Secretary of Defense or the Secretary concerned considers necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense. 1.2 General Solicitation and Evaluation Procedures NSWC Crane’s CSO is soliciting Solution Briefs in response to individual Areas of Interest (AOIs). AOIs are focused topic(s) categories that will be published separately and posted on the SAM.Gov website and the NSWC Crane public-facing website. All Solution Briefs submitted in response to AOIs will be governed by this CSO unless otherwise noted in the AOI. AOIs will be written in broad terms to maximize latitude in creativity when approaching a problem and to allow for maximum participation from nontraditional defense contractors and interested parties (entities) who may be unfamiliar with submitting traditional proposals to Government solicitations. The Government may post AOIs at any time. Interested parties are encouraged to frequently check the SAM.Gov website and the NSWC, Crane website for new AOI postings. Evaluation of responses will consist of the following 3 Phases: 1) Solution Brief, 2) Pitch, and 3) Full written proposal – described in more detail here: Phase 1 Solution Briefs: Solution Briefs submitted in response to an AOI shall be submitted as specified in Section 2 of this CSO. The Government will evaluate Solution Briefs against the criteria stated in this CSO. The Government will not pay entities for the costs associated with Solution Brief submissions. Phase 2 Pitch Session: Respondents whose Solution Briefs are evaluated to be of merit may be invited to provide a pitch following the instructions provided in Section 2.3 of this CSO. The Government reserves the right to limit the number of parties invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. In the event that the Government requires a demonstration, additional information will be provided in the specific AOI highlighting those procedures, otherwise Phase 2 will be comprised solely of the pitch. The Government will not pay entities for costs associated with pitches, unless otherwise stipulated. Phase 3 Proposal: Those entities whose Solution Brief and Pitch are evaluated to be of merit and are selected for potential award may be invited to submit a full written proposal following the instructions provided in Section 2.4 of this CSO. The Government will not pay entities for costs associated with the proposal in Phase 3, unless otherwise stipulated. SECTION 2 – GUIDELINES FOR SUBMISSION 2.1 General Guidelines Unnecessarily elaborate brochures or proposals are not desired. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept. The period of performance for any Solution Brief or proposal submitted under this CSO should generally be no greater than 24-months. Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. All Solution Briefs, Pitches, and Proposals shall be unclassified. Solution Briefs, Pitches, and Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This [select one: Solution Brief, Pitch, or Proposal] includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with – the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]” Each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” Foreign-Owned businesses may independently submit a solution or do so as part of a teaming arrangement with one or more United States-Owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign-Owned business to obtain necessary clearances and approvals to obtain proscribed information. Submissions must be submitted electronically. Submissions sent through other channels or after the AOI period has ended will not be reviewed nor evaluated. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.2 Phase 1 Solution Brief PHASE 1 SOLUTION BRIEF CONTENT Solution Briefs should not exceed five (5) written pages using 12-point font. Alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15) slides. Briefs should include at a minimum: Title Page (does not count against page limit) Entity Name, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted. Executive Summary of the technology (one page) Describe the concept and unique aspects of the technology as it relates to the AOI. Identify whether the solution is an existing technology that has satisfied a pilot or demonstration (ie, commercially ready and viable technology), or the if the solution will require development for defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects of the solution which may be considered proprietary or Intellectual Property (IP) Provide a brief overview of the company, including a summary of product commercialization and go-to-market strategy. PHASE 1 SOLUTION BRIEF BASIS OF EVALUATION All solution briefs correctly submitted in response to an AOI will be evaluated against the stated criteria below. (Y/N) The proposed innovative commercial solution, technology, process, or method, is new as of the date of submission of a proposal; or is an application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Relevance of the Solution Brief in addressing the AOI. Technical Merit and feasibility of the solution to address Government AOI problem statement. A quick, reasonable, and efficient way exists for the DoD to test the innovative commercial solution, within a specified duration, whether outside or integrated within the DoD infrastructures or networks, as appropriate. Additional technical evaluation criteria specific to a particular project may be used. In these instances, the additional criteria will be posted within the AOI announcement on the SAM.Gov and the NSWC Crane public-facing website. Solution Briefs will be evaluated on the basis of the merit of the proposed concept in addressing the AOI, not against other Solution Briefs submitted in response to the same AOI. Additionally, while not overtly stated in AOIs, the Government’s evaluation will consider whether the proposal increases the likelihood of accomplishing NSWC Crane’s Mission Focus Areas. All submissions will be evaluated, however, only a select few will be invited to pitch. The government reserves the right to limit the number of entities invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.3 Phase 2 Pitch PHASE 2 PITCH CONTENT In Phase 2, entities shall provide an in-person or virtual pitch to demonstrate and provide further details on their proposed innovative commercial solution and the technical and business viability of the proposed solution. The Government may elect to use external market research during the Pitch to evaluate viability. In addition to the Pitch, the Government, at its discretion, may request for consideration an additional written submission to further supplement the information provided in the Phase 1 Solution Brief. During the Phase 2 Pitch, the Company must detail/address: Estimated Price/Schedule Rough order of magnitude (ROM) or pricing Anticipated Data Rights Assertions During the Pitch, the Government may request the additional information/detail with respect to the information provided in the Phase 1 Solution Brief. PHASE 2 PITCH BASIS OF EVALUATION Individual pitches will be evaluated against the following factors: Relevance of the pitch in addressing the AOI and the ability of the presenter to adequately address Government questions or concerns regarding the proposed application or use of the innovative commercial solution. The solution has technical merit, adequately & realistically addresses Government need and can be quickly incorporated into DOD systems. Reasonableness of the ROM The associated delivery schedule is expeditious and realistic. Individual pitches will be evaluated on the basis of the merit of the proposed concept in addressing the AOI and the factors above, not against any other Pitches held under the same AOI. Pitch submissions will be valid for 180 calendar days after the pitch date. Upon completion of evaluations, the Government will notify the Company that: (1) the proposed concept/technology/solution has been selected for possible award and the entity is invited to submit a full proposal; (2) the proposed concept/technology/solution is not of interest to the Government; or (3) the proposed concept/technology/solution is of interest, but not eligible for a proposal due to availability of Government resources. If the proposed innovative commercial solution is of interest, but not eligible for a proposal due to availability of Government resources, the Company may be contacted with a request to respond to proposal request within 180 calendar days from the pitch date. If after 180 calendar days from the pitch date (or earlier if notified by NSWC, Crane), Government resources are not identified to formally move into Phase 3, the entity will no longer be eligible for an award under that particular AOI. 2.4 Phase 3 Proposal PHASE 3 PROPOSAL CONTENT The final phase of the evaluation process is the proposal request. Based upon the evaluation process detailed in Phase 1 and 2, the Government may request a full written proposal. The entity will be invited to develop and submit a full written proposal and negotiate appropriate terms and conditions. Entities may discuss ideas and questions related to the proposal with the Government POC during the proposal writing process. Each proposal submitted shall consist of two sections: Section 1 shall consist of the technical proposal; Section 2 shall consist of the price/cost/schedule. Proposals will be assessed by NSWC Crane technical and Contracting subject matter experts. Entities may propose their own internal terms and conditions (e.g., Service License Agreements (SLA) and/or User License Agreements (ULA)) to be considered during negotiations with the Government. Note, there are certain terms and conditions the Government is unable to accept. Awards made under this authority will only be issued as fixed price awards in accordance with DFARS 212.7002(b). However, projects awarded through the CSO are flexible to adopt customary industry standards where it is otherwise legal and where it meets the Government’s needs. At a minimum, written proposals must contain: Title Page Company Name, Point of Contact Name, Date, E-Mail Address, Phone, and Address and any subcontractors or team members. Include an abstract which provides a concise description of the proposal. Description of the proposed innovative commercial solution Background and objectives of the proposed solution, deliverables, and resources needed to execute. Include the nature and extent of the anticipated results. Include ancillary and operational issues such as certifications, algorithms, and any engineering/software development methodologies to be used. If services, include a Statement of Work (SOW). Provide a detailed project schedule that outlines the various phases of work to be accomplished within the proposed period of performance. You may refer to the Solution Brief that prompted this proposal request, but do not duplicate it. Identify any Government material, equipment, data, or other items necessary. Phase 3 - Price Proposal The entity shall propose a fixed price for the item or service and provide any data or supporting information necessary for the determination of a fair and reasonable price. This can include, but is not limited to, commercial price catalog or other proprietary information to help the Government assess the proposed price. Additionally, if proposing an OT, while not required to be specifically addressed in the proposal (with the exception of the 1/3 cost-share requirement, if applicable), the Government will review the proposal to determine if the following OT statutory requirements are met: Fits the definition of a prototype Meets non-traditional participation/cost share requirement: Non-traditional defense contractor contributes to a significant extent or not; if not, 1/3 cost share implementation is addressed Defense Utility: Solution is applicable to a DoD platform, system or component SECTION 3 – AWARDS 3.1 General Guidelines Upon favorable review and available funds, the Government may choose to make an award. Only Warranted Contracting Officers or Agreements Officers may obligate the Government by entering into or modifying a binding agreement on behalf of the Government. Awards made under this CSO will be fixed price. Contract type will be determined during Phase 3. Multiple awards may be made to pursue similar or dissimilar solutions should they all meet the technical criteria, be selected for award, and if funds are available. Entities must have a DUNs and CAGE Code registered in the System for Award Management (SAM) to receive award. Companies are advised to commence SAM registration upon receipt of a proposal request. Awardees must be determined to be responsible by the Contracting or Agreements Officer and must not be suspended or debarred from award by the Federal Government nor be prohibited by Presidential Executive Order and/or law from receiving award. Receipt of a proposal request does not guarantee receipt of award. The Government reserves the right, at any point prior to award, to cancel the request. Upon award, awardees must register in the prescribed Government invoicing system (e.g. Wide Area Work Flow). 3.2 Comptroller General Access to Information In OT projects that provide for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. 3.3 Procurement Integrity Act (PIA) All awards under this CSO shall be treated as Federal Agency procurements for purpose of 41 U.S.C. Chapter 21. Accordingly, the CSO competitive solicitation process and awards made thereof must adhere to the ethical standards required by the PIA. SECTION 4 - ITERATIVE PROTOTYPING As it is the mission of NSWC Crane to enable access to commercially-derived disruptive capabilities across the entirety of the DoD enterprise, Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the work in a prototype project to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. These additional unique and discrete purposes/mission sets can be generated by the original Government customer or originate with other organizations within the Federal Government. SECTION 5 – FOLLOW-ON PRODUCTION Upon successful completion of a prototype project under the OTA, the Government may negotiate a follow-on production contract or agreement without further competition. Any concept/technology/solution successfully proven through a Prototype OTA can be transitioned to production. AOIs posted by the Government under this CSO and Prototype OTAs awarded will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 U.S.C. § 4022 Individual AOIs and CSO prototype OTAs will explicitly identify follow-on Prototype OTAs as a potential outcome of a successful prototyping effort. SECTION 6 SUCCESSFUL COMPLETION A transaction for a prototype project is complete upon the written determination of the appropriate approving official (program manager and Agreement Officer) for the matter in question that efforts conducted under a Prototype OTA: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the Prototype OTA; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the Government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any Prototype OTA shall contain a provision that sets forth the conditions under which that prototype agreement must be successfully completed. SECTION 7 – NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of Solution Briefs, Pitches and during Proposal development and negotiations. Non-Government advisors will have signed non-disclosure agreements (NDAs) with the Government. Companies may enter into specific NDAs directly with the Non-Government advisors or their corporate entities. Submission of an offer under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in evaluations of all phases of the CSO process. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: 18 U.S.C. 1905 (Trade Secrets Act); 18 U.S.C. 1831 et seq. (Economic Espionage Act); 5 U.S.C. 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and, Any other statute, regulation, or requirement applicable to Government employees. NSWC, Crane policy is to treat all submissions as source selection sensitive information, and to disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All NSWC, Crane and DoD support contractors performing this role are expressly prohibited from performing NSWC, Crane-sponsored technical research and are bound by appropriate NDAs. Submissions will not be returned. The original copy of each submission received will be retained at NSWC, Crane and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 calendar days after notification that a proposal was not selected.
Area of Interest N0016425SCA001 Miniature Aiming System (MAS) Machine Gun Optic (MGO)
AMENDMENT 0001: The purpose of this amendment is to extend the closing date to July 3, 2025 and add an Area of Interest N0016425SCA001 Miniature Aiming System (MAS) Machine Gun Optic (MGO) attachment. ORIGINAL POSTING: Commercial Solutions Opening (CSO) N00164-25-S-C001 Naval Surface Warfare Center, Crane Division (NSWC, Crane) The procedures outlined in this CSO apply to Areas of Interest posted under N00164-25-S-C001 OBJECTIVE: this announcement is intended to enable the rapid selection of innovative commercial solutions through a three-phased, competitive process. Including commercially-available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. SECTION 1 – INTRODUCTION 1.1 Background and Authority NSWC Crane’s mission is to deliver innovative solutions and readiness to the Nation and its Warfighters through application of Technical Capabilities; advance all-domain system of systems within the Mission Areas of Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare; conduct science and technology, research, development, test and evaluation, acquisition and in-service engineering across the Defense lifecycles. To achieve these mission imperatives, NSWC Crane regularly partners with private industry using a variety of collaborative tools in order to streamline the incorporation of innovative technology into the products and services delivered to the Warfighter. To accelerate the adoption of advanced technology, curate solutions to technology gaps, and lead rapid prototyping NSWC Crane issues this Commercial Solutions Opening (CSO) as authorized by 10 U.S.C. 3458 for the acquisition of innovative commercial products or commercial services through the use of a general solicitation. In this context “Innovative” means— Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. NSWC Crane is seeking innovative commercial solutions relevant to the following areas of technological exploration: • Expeditionary Warfare Guided by the National Defense Strategy, NSWC Crane recognizes the priorities and threats shifted to the Pacific. NSWC Crane’s efforts must counter the multi-domain threats and deter aggression posed in the Indo-Pacific region. This reinforces the need of a Joint Force that is even more lethal, resilient, agile and responsive. Autonomous solutions with a focus on payload and sensor integration to enhance detection, tracking, identifying, decision making, maneuver and kinetic/non-kinetic engagement capabilities for multi-domain, uncrewed and counter-crewed systems are a strategic priority. Expeditionary Warfare Development’s heritage has been and continues to focus on rapid prototyping and proven solutions supporting the evolving needs of the Expeditionary force. • Strategic Missions As the Navy’s primary organic field activity for full life cycle management including hardware, ordnance and power systems, NSWC Crane applies the distinct capabilities inherent to its people and facilities to assure 100% operational readiness of strategic missile systems. Fleet Readiness and Modernization and Hypersonics are a top priority of the Navy and DoD. These strategic priorities require collaboration between the Navy, Air Force, and Missile Defense Agency to align appropriate requirements, technology development, rapid prototyping, production, sustainment and protection activities of ballistic missile systems to enable affordability, advance technology and reduce program risks to modernize the nuclear enterprise to defeat emerging threats worldwide. • Electromagnetic Warfare NSWC Crane’s Spectrum Warfare Department is the largest concentration of Electronic Warfare experts in the DoD. NSWC Crane provides non-kinetic expertise and electromagnetic spectrum dominance to all the services. Electromagnetic Spectrum Operations (EMSO) is a strategic priority due to the increasingly congested, contested and constrained environments. NSWC Crane supports multidomain integrated solutions through multispectral capabilities utilizing technology development, rapid prototyping, production and sustainment. Pursuant to DFARS 212.7002, NSWC Crane will only use this CSO to obtain innovative solutions or potential capabilities that fulfill requirements and to close capability gaps, or provide potential innovative technological advancements. All products and services acquired using this CSO will be treated as commercial products or commercial services, awarded on a fixed-price basis. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.10270, this announcement is a competitive selection of proposals based on a review by scientific, technological, or other subject-matter expert peers and is a competitive procedure. As a result of the competitive processes used under this CSO Announcement, multiple awards may be executed. The methods utilized to execute awards include: FARbased contract, Purchase Order, Other Transaction Agreement (OTA), and/or Bailment Agreement. Under the authority of 10 U.S.C. 4022, NSWC Crane may award an Other Transaction Agreement (OTA) to vendors to carry out prototype project(s) directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. Under the authority of 10 U.S.C. 4023, NSWC Crane may procure (by contract or otherwise) ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, that the Secretary of Defense or the Secretary concerned considers necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense. 1.2 General Solicitation and Evaluation Procedures NSWC Crane’s CSO is soliciting Solution Briefs in response to individual Areas of Interest (AOIs). AOIs are focused topic(s) categories that will be published separately and posted on the SAM.Gov website and the NSWC Crane public-facing website. All Solution Briefs submitted in response to AOIs will be governed by this CSO unless otherwise noted in the AOI. AOIs will be written in broad terms to maximize latitude in creativity when approaching a problem and to allow for maximum participation from nontraditional defense contractors and interested parties (entities) who may be unfamiliar with submitting traditional proposals to Government solicitations. The Government may post AOIs at any time. Interested parties are encouraged to frequently check the SAM.Gov website and the NSWC, Crane website for new AOI postings. Evaluation of responses will consist of the following 3 Phases: 1) Solution Brief, 2) Pitch, and 3) Full written proposal – described in more detail here: Phase 1 Solution Briefs: Solution Briefs submitted in response to an AOI shall be submitted as specified in Section 2 of this CSO. The Government will evaluate Solution Briefs against the criteria stated in this CSO. The Government will not pay entities for the costs associated with Solution Brief submissions. Phase 2 Pitch Session: Respondents whose Solution Briefs are evaluated to be of merit may be invited to provide a pitch following the instructions provided in Section 2.3 of this CSO. The Government reserves the right to limit the number of parties invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. In the event that the Government requires a demonstration, additional information will be provided in the specific AOI highlighting those procedures, otherwise Phase 2 will be comprised solely of the pitch. The Government will not pay entities for costs associated with pitches, unless otherwise stipulated. Phase 3 Proposal: Those entities whose Solution Brief and Pitch are evaluated to be of merit and are selected for potential award may be invited to submit a full written proposal following the instructions provided in Section 2.4 of this CSO. The Government will not pay entities for costs associated with the proposal in Phase 3, unless otherwise stipulated. SECTION 2 – GUIDELINES FOR SUBMISSION 2.1 General Guidelines Unnecessarily elaborate brochures or proposals are not desired. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept. The period of performance for any Solution Brief or proposal submitted under this CSO should generally be no greater than 24-months. Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. All Solution Briefs, Pitches, and Proposals shall be unclassified. Solution Briefs, Pitches, and Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This [select one: Solution Brief, Pitch, or Proposal] includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with – the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]” Each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” Foreign-Owned businesses may independently submit a solution or do so as part of a teaming arrangement with one or more United States-Owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign-Owned business to obtain necessary clearances and approvals to obtain proscribed information. Submissions must be submitted electronically. Submissions sent through other channels or after the AOI period has ended will not be reviewed nor evaluated. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.2 Phase 1 Solution Brief PHASE 1 SOLUTION BRIEF CONTENT Solution Briefs should not exceed five (5) written pages using 12-point font. Alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15) slides. Briefs should include at a minimum: Title Page (does not count against page limit) Entity Name, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted. Executive Summary of the technology (one page) Describe the concept and unique aspects of the technology as it relates to the AOI. Identify whether the solution is an existing technology that has satisfied a pilot or demonstration (ie, commercially ready and viable technology), or the if the solution will require development for defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects of the solution which may be considered proprietary or Intellectual Property (IP) Provide a brief overview of the company, including a summary of product commercialization and go-to-market strategy. PHASE 1 SOLUTION BRIEF BASIS OF EVALUATION All solution briefs correctly submitted in response to an AOI will be evaluated against the stated criteria below. (Y/N) The proposed innovative commercial solution, technology, process, or method, is new as of the date of submission of a proposal; or is an application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Relevance of the Solution Brief in addressing the AOI. Technical Merit and feasibility of the solution to address Government AOI problem statement. A quick, reasonable, and efficient way exists for the DoD to test the innovative commercial solution, within a specified duration, whether outside or integrated within the DoD infrastructures or networks, as appropriate. Additional technical evaluation criteria specific to a particular project may be used. In these instances, the additional criteria will be posted within the AOI announcement on the SAM.Gov and the NSWC Crane public-facing website. Solution Briefs will be evaluated on the basis of the merit of the proposed concept in addressing the AOI, not against other Solution Briefs submitted in response to the same AOI. Additionally, while not overtly stated in AOIs, the Government’s evaluation will consider whether the proposal increases the likelihood of accomplishing NSWC Crane’s Mission Focus Areas. All submissions will be evaluated, however, only a select few will be invited to pitch. The government reserves the right to limit the number of entities invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.3 Phase 2 Pitch PHASE 2 PITCH CONTENT In Phase 2, entities shall provide an in-person or virtual pitch to demonstrate and provide further details on their proposed innovative commercial solution and the technical and business viability of the proposed solution. The Government may elect to use external market research during the Pitch to evaluate viability. In addition to the Pitch, the Government, at its discretion, may request for consideration an additional written submission to further supplement the information provided in the Phase 1 Solution Brief. During the Phase 2 Pitch, the Company must detail/address: Estimated Price/Schedule Rough order of magnitude (ROM) or pricing Anticipated Data Rights Assertions During the Pitch, the Government may request the additional information/detail with respect to the information provided in the Phase 1 Solution Brief. PHASE 2 PITCH BASIS OF EVALUATION Individual pitches will be evaluated against the following factors: Relevance of the pitch in addressing the AOI and the ability of the presenter to adequately address Government questions or concerns regarding the proposed application or use of the innovative commercial solution. The solution has technical merit, adequately & realistically addresses Government need and can be quickly incorporated into DOD systems. Reasonableness of the ROM The associated delivery schedule is expeditious and realistic. Individual pitches will be evaluated on the basis of the merit of the proposed concept in addressing the AOI and the factors above, not against any other Pitches held under the same AOI. Pitch submissions will be valid for 180 calendar days after the pitch date. Upon completion of evaluations, the Government will notify the Company that: (1) the proposed concept/technology/solution has been selected for possible award and the entity is invited to submit a full proposal; (2) the proposed concept/technology/solution is not of interest to the Government; or (3) the proposed concept/technology/solution is of interest, but not eligible for a proposal due to availability of Government resources. If the proposed innovative commercial solution is of interest, but not eligible for a proposal due to availability of Government resources, the Company may be contacted with a request to respond to proposal request within 180 calendar days from the pitch date. If after 180 calendar days from the pitch date (or earlier if notified by NSWC, Crane), Government resources are not identified to formally move into Phase 3, the entity will no longer be eligible for an award under that particular AOI. 2.4 Phase 3 Proposal PHASE 3 PROPOSAL CONTENT The final phase of the evaluation process is the proposal request. Based upon the evaluation process detailed in Phase 1 and 2, the Government may request a full written proposal. The entity will be invited to develop and submit a full written proposal and negotiate appropriate terms and conditions. Entities may discuss ideas and questions related to the proposal with the Government POC during the proposal writing process. Each proposal submitted shall consist of two sections: Section 1 shall consist of the technical proposal; Section 2 shall consist of the price/cost/schedule. Proposals will be assessed by NSWC Crane technical and Contracting subject matter experts. Entities may propose their own internal terms and conditions (e.g., Service License Agreements (SLA) and/or User License Agreements (ULA)) to be considered during negotiations with the Government. Note, there are certain terms and conditions the Government is unable to accept. Awards made under this authority will only be issued as fixed price awards in accordance with DFARS 212.7002(b). However, projects awarded through the CSO are flexible to adopt customary industry standards where it is otherwise legal and where it meets the Government’s needs. At a minimum, written proposals must contain: Title Page Company Name, Point of Contact Name, Date, E-Mail Address, Phone, and Address and any subcontractors or team members. Include an abstract which provides a concise description of the proposal. Description of the proposed innovative commercial solution Background and objectives of the proposed solution, deliverables, and resources needed to execute. Include the nature and extent of the anticipated results. Include ancillary and operational issues such as certifications, algorithms, and any engineering/software development methodologies to be used. If services, include a Statement of Work (SOW). Provide a detailed project schedule that outlines the various phases of work to be accomplished within the proposed period of performance. You may refer to the Solution Brief that prompted this proposal request, but do not duplicate it. Identify any Government material, equipment, data, or other items necessary. Phase 3 - Price Proposal The entity shall propose a fixed price for the item or service and provide any data or supporting information necessary for the determination of a fair and reasonable price. This can include, but is not limited to, commercial price catalog or other proprietary information to help the Government assess the proposed price. Additionally, if proposing an OT, while not required to be specifically addressed in the proposal (with the exception of the 1/3 cost-share requirement, if applicable), the Government will review the proposal to determine if the following OT statutory requirements are met: Fits the definition of a prototype Meets non-traditional participation/cost share requirement: Non-traditional defense contractor contributes to a significant extent or not; if not, 1/3 cost share implementation is addressed Defense Utility: Solution is applicable to a DoD platform, system or component SECTION 3 – AWARDS 3.1 General Guidelines Upon favorable review and available funds, the Government may choose to make an award. Only Warranted Contracting Officers or Agreements Officers may obligate the Government by entering into or modifying a binding agreement on behalf of the Government. Awards made under this CSO will be fixed price. Contract type will be determined during Phase 3. Multiple awards may be made to pursue similar or dissimilar solutions should they all meet the technical criteria, be selected for award, and if funds are available. Entities must have a DUNs and CAGE Code registered in the System for Award Management (SAM) to receive award. Companies are advised to commence SAM registration upon receipt of a proposal request. Awardees must be determined to be responsible by the Contracting or Agreements Officer and must not be suspended or debarred from award by the Federal Government nor be prohibited by Presidential Executive Order and/or law from receiving award. Receipt of a proposal request does not guarantee receipt of award. The Government reserves the right, at any point prior to award, to cancel the request. Upon award, awardees must register in the prescribed Government invoicing system (e.g. Wide Area Work Flow). 3.2 Comptroller General Access to Information In OT projects that provide for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. 3.3 Procurement Integrity Act (PIA) All awards under this CSO shall be treated as Federal Agency procurements for purpose of 41 U.S.C. Chapter 21. Accordingly, the CSO competitive solicitation process and awards made thereof must adhere to the ethical standards required by the PIA. SECTION 4 - ITERATIVE PROTOTYPING As it is the mission of NSWC Crane to enable access to commercially-derived disruptive capabilities across the entirety of the DoD enterprise, Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the work in a prototype project to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. These additional unique and discrete purposes/mission sets can be generated by the original Government customer or originate with other organizations within the Federal Government. SECTION 5 – FOLLOW-ON PRODUCTION Upon successful completion of a prototype project under the OTA, the Government may negotiate a follow-on production contract or agreement without further competition. Any concept/technology/solution successfully proven through a Prototype OTA can be transitioned to production. AOIs posted by the Government under this CSO and Prototype OTAs awarded will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 U.S.C. § 4022 Individual AOIs and CSO prototype OTAs will explicitly identify follow-on Prototype OTAs as a potential outcome of a successful prototyping effort. SECTION 6 SUCCESSFUL COMPLETION A transaction for a prototype project is complete upon the written determination of the appropriate approving official (program manager and Agreement Officer) for the matter in question that efforts conducted under a Prototype OTA: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the Prototype OTA; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the Government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any Prototype OTA shall contain a provision that sets forth the conditions under which that prototype agreement must be successfully completed. SECTION 7 – NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of Solution Briefs, Pitches and during Proposal development and negotiations. Non-Government advisors will have signed non-disclosure agreements (NDAs) with the Government. Companies may enter into specific NDAs directly with the Non-Government advisors or their corporate entities. Submission of an offer under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in evaluations of all phases of the CSO process. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: 18 U.S.C. 1905 (Trade Secrets Act); 18 U.S.C. 1831 et seq. (Economic Espionage Act); 5 U.S.C. 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and, Any other statute, regulation, or requirement applicable to Government employees. NSWC, Crane policy is to treat all submissions as source selection sensitive information, and to disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All NSWC, Crane and DoD support contractors performing this role are expressly prohibited from performing NSWC, Crane-sponsored technical research and are bound by appropriate NDAs. Submissions will not be returned. The original copy of each submission received will be retained at NSWC, Crane and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 calendar days after notification that a proposal was not selected.
Commercial Solutions Opening (CSO)
AMENDMENT 0001: The purpose of this amendment is to extend the closing date to July 3, 2025 and add an AOI attachment. ORIGINAL POSTING: Commercial Solutions Opening (CSO) N00164-25-S-C001 Naval Surface Warfare Center, Crane Division (NSWC, Crane) The procedures outlined in this CSO apply to Areas of Interest posted under N00164-25-S-C001 OBJECTIVE: this announcement is intended to enable the rapid selection of innovative commercial solutions through a three-phased, competitive process. Including commercially-available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. SECTION 1 – INTRODUCTION 1.1 Background and Authority NSWC Crane’s mission is to deliver innovative solutions and readiness to the Nation and its Warfighters through application of Technical Capabilities; advance all-domain system of systems within the Mission Areas of Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare; conduct science and technology, research, development, test and evaluation, acquisition and in-service engineering across the Defense lifecycles. To achieve these mission imperatives, NSWC Crane regularly partners with private industry using a variety of collaborative tools in order to streamline the incorporation of innovative technology into the products and services delivered to the Warfighter. To accelerate the adoption of advanced technology, curate solutions to technology gaps, and lead rapid prototyping NSWC Crane issues this Commercial Solutions Opening (CSO) as authorized by 10 U.S.C. 3458 for the acquisition of innovative commercial products or commercial services through the use of a general solicitation. In this context “Innovative” means— Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. NSWC Crane is seeking innovative commercial solutions relevant to the following areas of technological exploration: • Expeditionary Warfare Guided by the National Defense Strategy, NSWC Crane recognizes the priorities and threats shifted to the Pacific. NSWC Crane’s efforts must counter the multi-domain threats and deter aggression posed in the Indo-Pacific region. This reinforces the need of a Joint Force that is even more lethal, resilient, agile and responsive. Autonomous solutions with a focus on payload and sensor integration to enhance detection, tracking, identifying, decision making, maneuver and kinetic/non-kinetic engagement capabilities for multi-domain, uncrewed and counter-crewed systems are a strategic priority. Expeditionary Warfare Development’s heritage has been and continues to focus on rapid prototyping and proven solutions supporting the evolving needs of the Expeditionary force. • Strategic Missions As the Navy’s primary organic field activity for full life cycle management including hardware, ordnance and power systems, NSWC Crane applies the distinct capabilities inherent to its people and facilities to assure 100% operational readiness of strategic missile systems. Fleet Readiness and Modernization and Hypersonics are a top priority of the Navy and DoD. These strategic priorities require collaboration between the Navy, Air Force, and Missile Defense Agency to align appropriate requirements, technology development, rapid prototyping, production, sustainment and protection activities of ballistic missile systems to enable affordability, advance technology and reduce program risks to modernize the nuclear enterprise to defeat emerging threats worldwide. • Electromagnetic Warfare NSWC Crane’s Spectrum Warfare Department is the largest concentration of Electronic Warfare experts in the DoD. NSWC Crane provides non-kinetic expertise and electromagnetic spectrum dominance to all the services. Electromagnetic Spectrum Operations (EMSO) is a strategic priority due to the increasingly congested, contested and constrained environments. NSWC Crane supports multidomain integrated solutions through multispectral capabilities utilizing technology development, rapid prototyping, production and sustainment. Pursuant to DFARS 212.7002, NSWC Crane will only use this CSO to obtain innovative solutions or potential capabilities that fulfill requirements and to close capability gaps, or provide potential innovative technological advancements. All products and services acquired using this CSO will be treated as commercial products or commercial services, awarded on a fixed-price basis. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.10270, this announcement is a competitive selection of proposals based on a review by scientific, technological, or other subject-matter expert peers and is a competitive procedure. As a result of the competitive processes used under this CSO Announcement, multiple awards may be executed. The methods utilized to execute awards include: FARbased contract, Purchase Order, Other Transaction Agreement (OTA), and/or Bailment Agreement. Under the authority of 10 U.S.C. 4022, NSWC Crane may award an Other Transaction Agreement (OTA) to vendors to carry out prototype project(s) directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. Under the authority of 10 U.S.C. 4023, NSWC Crane may procure (by contract or otherwise) ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, that the Secretary of Defense or the Secretary concerned considers necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense. 1.2 General Solicitation and Evaluation Procedures NSWC Crane’s CSO is soliciting Solution Briefs in response to individual Areas of Interest (AOIs). AOIs are focused topic(s) categories that will be published separately and posted on the SAM.Gov website and the NSWC Crane public-facing website. All Solution Briefs submitted in response to AOIs will be governed by this CSO unless otherwise noted in the AOI. AOIs will be written in broad terms to maximize latitude in creativity when approaching a problem and to allow for maximum participation from nontraditional defense contractors and interested parties (entities) who may be unfamiliar with submitting traditional proposals to Government solicitations. The Government may post AOIs at any time. Interested parties are encouraged to frequently check the SAM.Gov website and the NSWC, Crane website for new AOI postings. Evaluation of responses will consist of the following 3 Phases: 1) Solution Brief, 2) Pitch, and 3) Full written proposal – described in more detail here: Phase 1 Solution Briefs: Solution Briefs submitted in response to an AOI shall be submitted as specified in Section 2 of this CSO. The Government will evaluate Solution Briefs against the criteria stated in this CSO. The Government will not pay entities for the costs associated with Solution Brief submissions. Phase 2 Pitch Session: Respondents whose Solution Briefs are evaluated to be of merit may be invited to provide a pitch following the instructions provided in Section 2.3 of this CSO. The Government reserves the right to limit the number of parties invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. In the event that the Government requires a demonstration, additional information will be provided in the specific AOI highlighting those procedures, otherwise Phase 2 will be comprised solely of the pitch. The Government will not pay entities for costs associated with pitches, unless otherwise stipulated. Phase 3 Proposal: Those entities whose Solution Brief and Pitch are evaluated to be of merit and are selected for potential award may be invited to submit a full written proposal following the instructions provided in Section 2.4 of this CSO. The Government will not pay entities for costs associated with the proposal in Phase 3, unless otherwise stipulated. SECTION 2 – GUIDELINES FOR SUBMISSION 2.1 General Guidelines Unnecessarily elaborate brochures or proposals are not desired. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept. The period of performance for any Solution Brief or proposal submitted under this CSO should generally be no greater than 24-months. Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. All Solution Briefs, Pitches, and Proposals shall be unclassified. Solution Briefs, Pitches, and Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This [select one: Solution Brief, Pitch, or Proposal] includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with – the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]” Each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” Foreign-Owned businesses may independently submit a solution or do so as part of a teaming arrangement with one or more United States-Owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign-Owned business to obtain necessary clearances and approvals to obtain proscribed information. Submissions must be submitted electronically. Submissions sent through other channels or after the AOI period has ended will not be reviewed nor evaluated. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.2 Phase 1 Solution Brief PHASE 1 SOLUTION BRIEF CONTENT Solution Briefs should not exceed five (5) written pages using 12-point font. Alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15) slides. Briefs should include at a minimum: Title Page (does not count against page limit) Entity Name, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted. Executive Summary of the technology (one page) Describe the concept and unique aspects of the technology as it relates to the AOI. Identify whether the solution is an existing technology that has satisfied a pilot or demonstration (ie, commercially ready and viable technology), or the if the solution will require development for defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects of the solution which may be considered proprietary or Intellectual Property (IP) Provide a brief overview of the company, including a summary of product commercialization and go-to-market strategy. PHASE 1 SOLUTION BRIEF BASIS OF EVALUATION All solution briefs correctly submitted in response to an AOI will be evaluated against the stated criteria below. (Y/N) The proposed innovative commercial solution, technology, process, or method, is new as of the date of submission of a proposal; or is an application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Relevance of the Solution Brief in addressing the AOI. Technical Merit and feasibility of the solution to address Government AOI problem statement. A quick, reasonable, and efficient way exists for the DoD to test the innovative commercial solution, within a specified duration, whether outside or integrated within the DoD infrastructures or networks, as appropriate. Additional technical evaluation criteria specific to a particular project may be used. In these instances, the additional criteria will be posted within the AOI announcement on the SAM.Gov and the NSWC Crane public-facing website. Solution Briefs will be evaluated on the basis of the merit of the proposed concept in addressing the AOI, not against other Solution Briefs submitted in response to the same AOI. Additionally, while not overtly stated in AOIs, the Government’s evaluation will consider whether the proposal increases the likelihood of accomplishing NSWC Crane’s Mission Focus Areas. All submissions will be evaluated, however, only a select few will be invited to pitch. The government reserves the right to limit the number of entities invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.3 Phase 2 Pitch PHASE 2 PITCH CONTENT In Phase 2, entities shall provide an in-person or virtual pitch to demonstrate and provide further details on their proposed innovative commercial solution and the technical and business viability of the proposed solution. The Government may elect to use external market research during the Pitch to evaluate viability. In addition to the Pitch, the Government, at its discretion, may request for consideration an additional written submission to further supplement the information provided in the Phase 1 Solution Brief. During the Phase 2 Pitch, the Company must detail/address: Estimated Price/Schedule Rough order of magnitude (ROM) or pricing Anticipated Data Rights Assertions During the Pitch, the Government may request the additional information/detail with respect to the information provided in the Phase 1 Solution Brief. PHASE 2 PITCH BASIS OF EVALUATION Individual pitches will be evaluated against the following factors: Relevance of the pitch in addressing the AOI and the ability of the presenter to adequately address Government questions or concerns regarding the proposed application or use of the innovative commercial solution. The solution has technical merit, adequately & realistically addresses Government need and can be quickly incorporated into DOD systems. Reasonableness of the ROM The associated delivery schedule is expeditious and realistic. Individual pitches will be evaluated on the basis of the merit of the proposed concept in addressing the AOI and the factors above, not against any other Pitches held under the same AOI. Pitch submissions will be valid for 180 calendar days after the pitch date. Upon completion of evaluations, the Government will notify the Company that: (1) the proposed concept/technology/solution has been selected for possible award and the entity is invited to submit a full proposal; (2) the proposed concept/technology/solution is not of interest to the Government; or (3) the proposed concept/technology/solution is of interest, but not eligible for a proposal due to availability of Government resources. If the proposed innovative commercial solution is of interest, but not eligible for a proposal due to availability of Government resources, the Company may be contacted with a request to respond to proposal request within 180 calendar days from the pitch date. If after 180 calendar days from the pitch date (or earlier if notified by NSWC, Crane), Government resources are not identified to formally move into Phase 3, the entity will no longer be eligible for an award under that particular AOI. 2.4 Phase 3 Proposal PHASE 3 PROPOSAL CONTENT The final phase of the evaluation process is the proposal request. Based upon the evaluation process detailed in Phase 1 and 2, the Government may request a full written proposal. The entity will be invited to develop and submit a full written proposal and negotiate appropriate terms and conditions. Entities may discuss ideas and questions related to the proposal with the Government POC during the proposal writing process. Each proposal submitted shall consist of two sections: Section 1 shall consist of the technical proposal; Section 2 shall consist of the price/cost/schedule. Proposals will be assessed by NSWC Crane technical and Contracting subject matter experts. Entities may propose their own internal terms and conditions (e.g., Service License Agreements (SLA) and/or User License Agreements (ULA)) to be considered during negotiations with the Government. Note, there are certain terms and conditions the Government is unable to accept. Awards made under this authority will only be issued as fixed price awards in accordance with DFARS 212.7002(b). However, projects awarded through the CSO are flexible to adopt customary industry standards where it is otherwise legal and where it meets the Government’s needs. At a minimum, written proposals must contain: Title Page Company Name, Point of Contact Name, Date, E-Mail Address, Phone, and Address and any subcontractors or team members. Include an abstract which provides a concise description of the proposal. Description of the proposed innovative commercial solution Background and objectives of the proposed solution, deliverables, and resources needed to execute. Include the nature and extent of the anticipated results. Include ancillary and operational issues such as certifications, algorithms, and any engineering/software development methodologies to be used. If services, include a Statement of Work (SOW). Provide a detailed project schedule that outlines the various phases of work to be accomplished within the proposed period of performance. You may refer to the Solution Brief that prompted this proposal request, but do not duplicate it. Identify any Government material, equipment, data, or other items necessary. Phase 3 - Price Proposal The entity shall propose a fixed price for the item or service and provide any data or supporting information necessary for the determination of a fair and reasonable price. This can include, but is not limited to, commercial price catalog or other proprietary information to help the Government assess the proposed price. Additionally, if proposing an OT, while not required to be specifically addressed in the proposal (with the exception of the 1/3 cost-share requirement, if applicable), the Government will review the proposal to determine if the following OT statutory requirements are met: Fits the definition of a prototype Meets non-traditional participation/cost share requirement: Non-traditional defense contractor contributes to a significant extent or not; if not, 1/3 cost share implementation is addressed Defense Utility: Solution is applicable to a DoD platform, system or component SECTION 3 – AWARDS 3.1 General Guidelines Upon favorable review and available funds, the Government may choose to make an award. Only Warranted Contracting Officers or Agreements Officers may obligate the Government by entering into or modifying a binding agreement on behalf of the Government. Awards made under this CSO will be fixed price. Contract type will be determined during Phase 3. Multiple awards may be made to pursue similar or dissimilar solutions should they all meet the technical criteria, be selected for award, and if funds are available. Entities must have a DUNs and CAGE Code registered in the System for Award Management (SAM) to receive award. Companies are advised to commence SAM registration upon receipt of a proposal request. Awardees must be determined to be responsible by the Contracting or Agreements Officer and must not be suspended or debarred from award by the Federal Government nor be prohibited by Presidential Executive Order and/or law from receiving award. Receipt of a proposal request does not guarantee receipt of award. The Government reserves the right, at any point prior to award, to cancel the request. Upon award, awardees must register in the prescribed Government invoicing system (e.g. Wide Area Work Flow). 3.2 Comptroller General Access to Information In OT projects that provide for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. 3.3 Procurement Integrity Act (PIA) All awards under this CSO shall be treated as Federal Agency procurements for purpose of 41 U.S.C. Chapter 21. Accordingly, the CSO competitive solicitation process and awards made thereof must adhere to the ethical standards required by the PIA. SECTION 4 - ITERATIVE PROTOTYPING As it is the mission of NSWC Crane to enable access to commercially-derived disruptive capabilities across the entirety of the DoD enterprise, Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the work in a prototype project to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. These additional unique and discrete purposes/mission sets can be generated by the original Government customer or originate with other organizations within the Federal Government. SECTION 5 – FOLLOW-ON PRODUCTION Upon successful completion of a prototype project under the OTA, the Government may negotiate a follow-on production contract or agreement without further competition. Any concept/technology/solution successfully proven through a Prototype OTA can be transitioned to production. AOIs posted by the Government under this CSO and Prototype OTAs awarded will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 U.S.C. § 4022 Individual AOIs and CSO prototype OTAs will explicitly identify follow-on Prototype OTAs as a potential outcome of a successful prototyping effort. SECTION 6 SUCCESSFUL COMPLETION A transaction for a prototype project is complete upon the written determination of the appropriate approving official (program manager and Agreement Officer) for the matter in question that efforts conducted under a Prototype OTA: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the Prototype OTA; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the Government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any Prototype OTA shall contain a provision that sets forth the conditions under which that prototype agreement must be successfully completed. SECTION 7 – NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of Solution Briefs, Pitches and during Proposal development and negotiations. Non-Government advisors will have signed non-disclosure agreements (NDAs) with the Government. Companies may enter into specific NDAs directly with the Non-Government advisors or their corporate entities. Submission of an offer under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in evaluations of all phases of the CSO process. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: 18 U.S.C. 1905 (Trade Secrets Act); 18 U.S.C. 1831 et seq. (Economic Espionage Act); 5 U.S.C. 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and, Any other statute, regulation, or requirement applicable to Government employees. NSWC, Crane policy is to treat all submissions as source selection sensitive information, and to disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All NSWC, Crane and DoD support contractors performing this role are expressly prohibited from performing NSWC, Crane-sponsored technical research and are bound by appropriate NDAs. Submissions will not be returned. The original copy of each submission received will be retained at NSWC, Crane and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 calendar days after notification that a proposal was not selected.
N0016425SC001 CSO
AMENDMENT 0002: The purpose of this amendment is to attach an Area of Interest. N0016425SCA002 Q&C are due by August 6, 2025 @ 5pm. Proposal submissions are due by August 13, 2025 @ 5pm. AMENDMENT 0001: The purpose of this amendment is to extend the closing date to July 3, 2025 and add an Area of Interest N0016425SCA001 Miniature Aiming System (MAS) Machine Gun Optic (MGO) attachment. ORIGINAL POSTING: Commercial Solutions Opening (CSO) N00164-25-S-C001 Naval Surface Warfare Center, Crane Division (NSWC, Crane) The procedures outlined in this CSO apply to Areas of Interest posted under N00164-25-S-C001 OBJECTIVE: this announcement is intended to enable the rapid selection of innovative commercial solutions through a three-phased, competitive process. Including commercially-available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, or concepts for defense application. SECTION 1 – INTRODUCTION 1.1 Background and Authority NSWC Crane’s mission is to deliver innovative solutions and readiness to the Nation and its Warfighters through application of Technical Capabilities; advance all-domain system of systems within the Mission Areas of Expeditionary Warfare, Strategic Missions, and Electromagnetic Warfare; conduct science and technology, research, development, test and evaluation, acquisition and in-service engineering across the Defense lifecycles. To achieve these mission imperatives, NSWC Crane regularly partners with private industry using a variety of collaborative tools in order to streamline the incorporation of innovative technology into the products and services delivered to the Warfighter. To accelerate the adoption of advanced technology, curate solutions to technology gaps, and lead rapid prototyping NSWC Crane issues this Commercial Solutions Opening (CSO) as authorized by 10 U.S.C. 3458 for the acquisition of innovative commercial products or commercial services through the use of a general solicitation. In this context “Innovative” means— Any technology, process, or method, including research and development, that is new as of the date of submission of a proposal; or Any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. NSWC Crane is seeking innovative commercial solutions relevant to the following areas of technological exploration: • Expeditionary Warfare Guided by the National Defense Strategy, NSWC Crane recognizes the priorities and threats shifted to the Pacific. NSWC Crane’s efforts must counter the multi-domain threats and deter aggression posed in the Indo-Pacific region. This reinforces the need of a Joint Force that is even more lethal, resilient, agile and responsive. Autonomous solutions with a focus on payload and sensor integration to enhance detection, tracking, identifying, decision making, maneuver and kinetic/non-kinetic engagement capabilities for multi-domain, uncrewed and counter-crewed systems are a strategic priority. Expeditionary Warfare Development’s heritage has been and continues to focus on rapid prototyping and proven solutions supporting the evolving needs of the Expeditionary force. • Strategic Missions As the Navy’s primary organic field activity for full life cycle management including hardware, ordnance and power systems, NSWC Crane applies the distinct capabilities inherent to its people and facilities to assure 100% operational readiness of strategic missile systems. Fleet Readiness and Modernization and Hypersonics are a top priority of the Navy and DoD. These strategic priorities require collaboration between the Navy, Air Force, and Missile Defense Agency to align appropriate requirements, technology development, rapid prototyping, production, sustainment and protection activities of ballistic missile systems to enable affordability, advance technology and reduce program risks to modernize the nuclear enterprise to defeat emerging threats worldwide. • Electromagnetic Warfare NSWC Crane’s Spectrum Warfare Department is the largest concentration of Electronic Warfare experts in the DoD. NSWC Crane provides non-kinetic expertise and electromagnetic spectrum dominance to all the services. Electromagnetic Spectrum Operations (EMSO) is a strategic priority due to the increasingly congested, contested and constrained environments. NSWC Crane supports multidomain integrated solutions through multispectral capabilities utilizing technology development, rapid prototyping, production and sustainment. Pursuant to DFARS 212.7002, NSWC Crane will only use this CSO to obtain innovative solutions or potential capabilities that fulfill requirements and to close capability gaps, or provide potential innovative technological advancements. All products and services acquired using this CSO will be treated as commercial products or commercial services, awarded on a fixed-price basis. In accordance with Defense Federal Acquisition Regulation Supplement (DFARS) 206.10270, this announcement is a competitive selection of proposals based on a review by scientific, technological, or other subject-matter expert peers and is a competitive procedure. As a result of the competitive processes used under this CSO Announcement, multiple awards may be executed. The methods utilized to execute awards include: FARbased contract, Purchase Order, Other Transaction Agreement (OTA), and/or Bailment Agreement. Under the authority of 10 U.S.C. 4022, NSWC Crane may award an Other Transaction Agreement (OTA) to vendors to carry out prototype project(s) directly relevant to enhancing the mission effectiveness of personnel of the Department of Defense or improving platforms, systems, components, or materials proposed to be acquired or developed by the Department of Defense, or to improvement of platforms, systems, components, or materials in use by the armed forces. Under the authority of 10 U.S.C. 4023, NSWC Crane may procure (by contract or otherwise) ordnance, signal, chemical activity, transportation, energy, medical, space-flight, telecommunications, and aeronautical supplies, including parts and accessories, and designs thereof, that the Secretary of Defense or the Secretary concerned considers necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense. 1.2 General Solicitation and Evaluation Procedures NSWC Crane’s CSO is soliciting Solution Briefs in response to individual Areas of Interest (AOIs). AOIs are focused topic(s) categories that will be published separately and posted on the SAM.Gov website and the NSWC Crane public-facing website. All Solution Briefs submitted in response to AOIs will be governed by this CSO unless otherwise noted in the AOI. AOIs will be written in broad terms to maximize latitude in creativity when approaching a problem and to allow for maximum participation from nontraditional defense contractors and interested parties (entities) who may be unfamiliar with submitting traditional proposals to Government solicitations. The Government may post AOIs at any time. Interested parties are encouraged to frequently check the SAM.Gov website and the NSWC, Crane website for new AOI postings. Evaluation of responses will consist of the following 3 Phases: 1) Solution Brief, 2) Pitch, and 3) Full written proposal – described in more detail here: Phase 1 Solution Briefs: Solution Briefs submitted in response to an AOI shall be submitted as specified in Section 2 of this CSO. The Government will evaluate Solution Briefs against the criteria stated in this CSO. The Government will not pay entities for the costs associated with Solution Brief submissions. Phase 2 Pitch Session: Respondents whose Solution Briefs are evaluated to be of merit may be invited to provide a pitch following the instructions provided in Section 2.3 of this CSO. The Government reserves the right to limit the number of parties invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. In the event that the Government requires a demonstration, additional information will be provided in the specific AOI highlighting those procedures, otherwise Phase 2 will be comprised solely of the pitch. The Government will not pay entities for costs associated with pitches, unless otherwise stipulated. Phase 3 Proposal: Those entities whose Solution Brief and Pitch are evaluated to be of merit and are selected for potential award may be invited to submit a full written proposal following the instructions provided in Section 2.4 of this CSO. The Government will not pay entities for costs associated with the proposal in Phase 3, unless otherwise stipulated. SECTION 2 – GUIDELINES FOR SUBMISSION 2.1 General Guidelines Unnecessarily elaborate brochures or proposals are not desired. Use of a diagram(s) or figure(s) to depict the essence of the proposed solution is strongly encouraged. Companies may submit multiple Solution Briefs in response to any single AOI if each submission represents a separate and distinct concept. The period of performance for any Solution Brief or proposal submitted under this CSO should generally be no greater than 24-months. Technical data with military application may require appropriate approval, authorization, or license for lawful exportation. All Solution Briefs, Pitches, and Proposals shall be unclassified. Solution Briefs, Pitches, and Proposals containing data that is not to be disclosed to the public for any purpose or used by the Government except for evaluation purposes shall include the following sentences on the cover page: “This [select one: Solution Brief, Pitch, or Proposal] includes data that shall not be disclosed outside the Government, except to non-Government personnel for evaluation purposes, and shall not be duplicated, used, or disclosed -- in whole or in part -- for any purpose other than to evaluate this submission. If, however, an agreement is awarded to this Company as a result of -- or in connection with – the submission of this data, the Government shall have the right to duplicate, use, or disclose the data to the extent agreed upon by both parties in the resulting agreement. This restriction does not limit the Government's right to use the information contained in this data if it is obtained from another source without restriction. The data subject to this restriction are contained in sheets [insert numbers or other identification of sheets]” Each restricted data sheet should be marked as follows: “Use or disclosure of data contained on this sheet is subject to the restriction on the title page of this proposal.” Foreign-Owned businesses may independently submit a solution or do so as part of a teaming arrangement with one or more United States-Owned businesses. However, the ability to obtain an agreement based upon a submission may depend upon the ability of the Foreign-Owned business to obtain necessary clearances and approvals to obtain proscribed information. Submissions must be submitted electronically. Submissions sent through other channels or after the AOI period has ended will not be reviewed nor evaluated. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.2 Phase 1 Solution Brief PHASE 1 SOLUTION BRIEF CONTENT Solution Briefs should not exceed five (5) written pages using 12-point font. Alternatively, Solution Briefs may take the form of briefing slides which should not exceed fifteen (15) slides. Briefs should include at a minimum: Title Page (does not count against page limit) Entity Name, Date, Point of Contact Name, E-Mail Address, Phone, and Address. Specifically identify the AOI for which the Solution Brief is submitted. Executive Summary of the technology (one page) Describe the concept and unique aspects of the technology as it relates to the AOI. Identify whether the solution is an existing technology that has satisfied a pilot or demonstration (ie, commercially ready and viable technology), or the if the solution will require development for defense application. If development or adaptation is proposed, identify a suggested path to mature the technology. Identify aspects of the solution which may be considered proprietary or Intellectual Property (IP) Provide a brief overview of the company, including a summary of product commercialization and go-to-market strategy. PHASE 1 SOLUTION BRIEF BASIS OF EVALUATION All solution briefs correctly submitted in response to an AOI will be evaluated against the stated criteria below. (Y/N) The proposed innovative commercial solution, technology, process, or method, is new as of the date of submission of a proposal; or is an application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. Relevance of the Solution Brief in addressing the AOI. Technical Merit and feasibility of the solution to address Government AOI problem statement. A quick, reasonable, and efficient way exists for the DoD to test the innovative commercial solution, within a specified duration, whether outside or integrated within the DoD infrastructures or networks, as appropriate. Additional technical evaluation criteria specific to a particular project may be used. In these instances, the additional criteria will be posted within the AOI announcement on the SAM.Gov and the NSWC Crane public-facing website. Solution Briefs will be evaluated on the basis of the merit of the proposed concept in addressing the AOI, not against other Solution Briefs submitted in response to the same AOI. Additionally, while not overtly stated in AOIs, the Government’s evaluation will consider whether the proposal increases the likelihood of accomplishing NSWC Crane’s Mission Focus Areas. All submissions will be evaluated, however, only a select few will be invited to pitch. The government reserves the right to limit the number of entities invited to pitch. As such, a company’s solution may be evaluated to be of merit, but not invited to pitch. Solution Briefs that are chosen for the Phase 2 Pitch will be notified in writing as soon as practicable. 2.3 Phase 2 Pitch PHASE 2 PITCH CONTENT In Phase 2, entities shall provide an in-person or virtual pitch to demonstrate and provide further details on their proposed innovative commercial solution and the technical and business viability of the proposed solution. The Government may elect to use external market research during the Pitch to evaluate viability. In addition to the Pitch, the Government, at its discretion, may request for consideration an additional written submission to further supplement the information provided in the Phase 1 Solution Brief. During the Phase 2 Pitch, the Company must detail/address: Estimated Price/Schedule Rough order of magnitude (ROM) or pricing Anticipated Data Rights Assertions During the Pitch, the Government may request the additional information/detail with respect to the information provided in the Phase 1 Solution Brief. PHASE 2 PITCH BASIS OF EVALUATION Individual pitches will be evaluated against the following factors: Relevance of the pitch in addressing the AOI and the ability of the presenter to adequately address Government questions or concerns regarding the proposed application or use of the innovative commercial solution. The solution has technical merit, adequately & realistically addresses Government need and can be quickly incorporated into DOD systems. Reasonableness of the ROM The associated delivery schedule is expeditious and realistic. Individual pitches will be evaluated on the basis of the merit of the proposed concept in addressing the AOI and the factors above, not against any other Pitches held under the same AOI. Pitch submissions will be valid for 180 calendar days after the pitch date. Upon completion of evaluations, the Government will notify the Company that: (1) the proposed concept/technology/solution has been selected for possible award and the entity is invited to submit a full proposal; (2) the proposed concept/technology/solution is not of interest to the Government; or (3) the proposed concept/technology/solution is of interest, but not eligible for a proposal due to availability of Government resources. If the proposed innovative commercial solution is of interest, but not eligible for a proposal due to availability of Government resources, the Company may be contacted with a request to respond to proposal request within 180 calendar days from the pitch date. If after 180 calendar days from the pitch date (or earlier if notified by NSWC, Crane), Government resources are not identified to formally move into Phase 3, the entity will no longer be eligible for an award under that particular AOI. 2.4 Phase 3 Proposal PHASE 3 PROPOSAL CONTENT The final phase of the evaluation process is the proposal request. Based upon the evaluation process detailed in Phase 1 and 2, the Government may request a full written proposal. The entity will be invited to develop and submit a full written proposal and negotiate appropriate terms and conditions. Entities may discuss ideas and questions related to the proposal with the Government POC during the proposal writing process. Each proposal submitted shall consist of two sections: Section 1 shall consist of the technical proposal; Section 2 shall consist of the price/cost/schedule. Proposals will be assessed by NSWC Crane technical and Contracting subject matter experts. Entities may propose their own internal terms and conditions (e.g., Service License Agreements (SLA) and/or User License Agreements (ULA)) to be considered during negotiations with the Government. Note, there are certain terms and conditions the Government is unable to accept. Awards made under this authority will only be issued as fixed price awards in accordance with DFARS 212.7002(b). However, projects awarded through the CSO are flexible to adopt customary industry standards where it is otherwise legal and where it meets the Government’s needs. At a minimum, written proposals must contain: Title Page Company Name, Point of Contact Name, Date, E-Mail Address, Phone, and Address and any subcontractors or team members. Include an abstract which provides a concise description of the proposal. Description of the proposed innovative commercial solution Background and objectives of the proposed solution, deliverables, and resources needed to execute. Include the nature and extent of the anticipated results. Include ancillary and operational issues such as certifications, algorithms, and any engineering/software development methodologies to be used. If services, include a Statement of Work (SOW). Provide a detailed project schedule that outlines the various phases of work to be accomplished within the proposed period of performance. You may refer to the Solution Brief that prompted this proposal request, but do not duplicate it. Identify any Government material, equipment, data, or other items necessary. Phase 3 - Price Proposal The entity shall propose a fixed price for the item or service and provide any data or supporting information necessary for the determination of a fair and reasonable price. This can include, but is not limited to, commercial price catalog or other proprietary information to help the Government assess the proposed price. Additionally, if proposing an OT, while not required to be specifically addressed in the proposal (with the exception of the 1/3 cost-share requirement, if applicable), the Government will review the proposal to determine if the following OT statutory requirements are met: Fits the definition of a prototype Meets non-traditional participation/cost share requirement: Non-traditional defense contractor contributes to a significant extent or not; if not, 1/3 cost share implementation is addressed Defense Utility: Solution is applicable to a DoD platform, system or component SECTION 3 – AWARDS 3.1 General Guidelines Upon favorable review and available funds, the Government may choose to make an award. Only Warranted Contracting Officers or Agreements Officers may obligate the Government by entering into or modifying a binding agreement on behalf of the Government. Awards made under this CSO will be fixed price. Contract type will be determined during Phase 3. Multiple awards may be made to pursue similar or dissimilar solutions should they all meet the technical criteria, be selected for award, and if funds are available. Entities must have a DUNs and CAGE Code registered in the System for Award Management (SAM) to receive award. Companies are advised to commence SAM registration upon receipt of a proposal request. Awardees must be determined to be responsible by the Contracting or Agreements Officer and must not be suspended or debarred from award by the Federal Government nor be prohibited by Presidential Executive Order and/or law from receiving award. Receipt of a proposal request does not guarantee receipt of award. The Government reserves the right, at any point prior to award, to cancel the request. Upon award, awardees must register in the prescribed Government invoicing system (e.g. Wide Area Work Flow). 3.2 Comptroller General Access to Information In OT projects that provide for payments in a total amount in excess of $5,000,000, the Agreement will include a mandatory clause that provides for the Comptroller General the ability to examine the records of any party to the agreement or any entity that participates in the performance of the agreement. 3.3 Procurement Integrity Act (PIA) All awards under this CSO shall be treated as Federal Agency procurements for purpose of 41 U.S.C. Chapter 21. Accordingly, the CSO competitive solicitation process and awards made thereof must adhere to the ethical standards required by the PIA. SECTION 4 - ITERATIVE PROTOTYPING As it is the mission of NSWC Crane to enable access to commercially-derived disruptive capabilities across the entirety of the DoD enterprise, Prototype OTAs awarded against this CSO will allow for an iterative prototyping process. An iterative prototyping process will allow the Government to modify, by mutual agreement, the work in a prototype project to allow the adaptation and modification of the technology being prototyped to meet additional unique and discrete purposes/mission sets. These additional unique and discrete purposes/mission sets can be generated by the original Government customer or originate with other organizations within the Federal Government. SECTION 5 – FOLLOW-ON PRODUCTION Upon successful completion of a prototype project under the OTA, the Government may negotiate a follow-on production contract or agreement without further competition. Any concept/technology/solution successfully proven through a Prototype OTA can be transitioned to production. AOIs posted by the Government under this CSO and Prototype OTAs awarded will include language providing for the potential award of a follow-on production contract or agreement as authorized under 10 U.S.C. § 4022 Individual AOIs and CSO prototype OTAs will explicitly identify follow-on Prototype OTAs as a potential outcome of a successful prototyping effort. SECTION 6 SUCCESSFUL COMPLETION A transaction for a prototype project is complete upon the written determination of the appropriate approving official (program manager and Agreement Officer) for the matter in question that efforts conducted under a Prototype OTA: (1) met the key technical goals of a project; (2) satisfied success metrics incorporated into the Prototype OTA; or (3) accomplished a particularly favorable or unexpected result that justifies the transition to production. Furthermore, successful completion can occur prior to the conclusion of a prototype project to allow the Government to transition any aspect of the prototype project determined to provide utility into production while other aspects of the prototype project have yet to be completed. Any Prototype OTA shall contain a provision that sets forth the conditions under which that prototype agreement must be successfully completed. SECTION 7 – NON-GOVERNMENT ADVISORS Non-Government advisors may be used in the evaluation of Solution Briefs, Pitches and during Proposal development and negotiations. Non-Government advisors will have signed non-disclosure agreements (NDAs) with the Government. Companies may enter into specific NDAs directly with the Non-Government advisors or their corporate entities. Submission of an offer under this CSO will constitute a grant of authority by the submitting company to the Government to allow the use of non-Government advisors to participate in evaluations of all phases of the CSO process. The Government understands that information provided in response to this CSO is presented in confidence and may contain trade secret or commercial or financial information, and it agrees to protect such information from unauthorized disclosure to the maximum extent permitted or required by Law, to include: 18 U.S.C. 1905 (Trade Secrets Act); 18 U.S.C. 1831 et seq. (Economic Espionage Act); 5 U.S.C. 552(b)(4) (Freedom of Information Act); Executive Order 12600 (Pre-disclosure Notification Procedures for Confidential Commercial Information); and, Any other statute, regulation, or requirement applicable to Government employees. NSWC, Crane policy is to treat all submissions as source selection sensitive information, and to disclose their contents only for the purpose of evaluation. Restrictive notices notwithstanding, during the evaluation process, submissions may be handled by support contractors for administrative purposes and/or to assist with technical evaluation. All NSWC, Crane and DoD support contractors performing this role are expressly prohibited from performing NSWC, Crane-sponsored technical research and are bound by appropriate NDAs. Submissions will not be returned. The original copy of each submission received will be retained at NSWC, Crane and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received at this office within 5 calendar days after notification that a proposal was not selected.
Unimac UY25 Washer & Dryer
The Naval Consolidated Brig Miramar Detachment Pearl Harbor requires the replacement of the facility’s current industrial grade laundry equipment. NCBM has identified the need to replace all washers and dryers, as they are now out of warranty and exhibiting frequent failures requiring extensive and costly repairs. In support of the environmental efforts, NCBM is looking for large capacity models efficient in conserving water, energy, and time. The command has identified the Unimac UY25 washer and compatible dryer as their brand of choice, looking for these or equal.
SHEET METAL
THIS SOLICITATION AND ANY SUBSEQUENT AMENDMENTS WILL BE POSTED TO THE SAM WEBSITE: SAM.GOV ELECTRONIC SUBMISSION OF QUOTES IS AVAILABLE THROUGH THE SAM WEBSITE. To be considered for award, if the contractor (awardee) is required to implement NIST SP 800-171, the contractor (awardee) shall have a current assessment as detailed in DFARS 252.204-7019 (I.E., not more than 3 years old unless a lesser time is specified in the solicitation) **Items deemed to be Commercial Off The Shelf (COTS) are exempt from NIST SP 800-171 requirement. Must identify and provide information to contracting officer on bid during solicitation period** IF YOU ARE ABLE TO QUOTE PLEASE BE SURE TO: 1. READ BOX 28 AND SIGN PAGE 1 BOXES 30 A, B, AND C. 2. PROVIDE YOUR CAGE CODE. 3. REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR A FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016). 4. PLEASE QUOTE FOB DESTINATION SILVERDALE, WA. 5. ANNOTATE THE LEAD TIME. 6. CHECK THE APPLICABLE BOXES IN 52.204-24 D(1) AND (2). 7. ANNOTATE THE NAME OF THE MANUFACTURER AND THE COUNTRY OF MANUFACTURING. 8. IF BIDDING EQUAL TO, BIDS MUST INCLUDE SALIENT. FOR YOUR BID TO BE DEEMED RESPONSIVE A SIGNED AND COMPLETED SOLICITATION MUST BE SUBMITTED VIA EMAIL. EMAIL: diana.baldwin@dla.mil
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.
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.
Overhead Door Repair/Replace for Fort Drum, NY
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 vendors willing to enter into a Blanket Purchase Agreement (BPA) for Overhead Door Repair/Replacement on Fort Drum, NY, under North American Industry Classification System Code (NAICS) 238290, Other Building Equipment Contractors. The small business size standard for this industry is $22 million in average annual revenue. Overhead Door projects would include not is not limited to the following: Provide all necessary labor resources, management, personnel, materials, transportation, supplies, tools and equipment for all phases of work in connection with garage and overhead hangar door repair/replacement in and around various buildings on Fort Drum, NY. Insurance may be required for these types of projects. These BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider price, past performance (where past performance information exists), and technical capabilities. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238290. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.sam.gov. Please respond via email with intent to participate. Any correspondence relating to this synopsis should have "Overhead Door Repair/Replace BPA" notated in the subject field.
Calibration Kit Radio Frequency
THIS IS A NOTICE OF INTENT TO SOLE SOURCE, NOT A REQUEST FOR A QUOTE (RFQ). A RFQ WILL NOT BE ISSUED AND QUOTES WILL NOT BE REQUESTED. Naval Surface Warfare Center Indian Head Division (NSWC, IHD), intends to award a firm fixed price contract on a noncompetitive basis to Rohde & Schwarz USA, Inc. 6821 Benjamin Franklin Dr. Columbia MD 21046-2633 to provide the following service: Calibration Kit Radio Frequency. SOW is attached This action is be undertaken in accordance with FAR 13.106 (b) Soliciting from a single source, on the basis that the vendor is the only known source capable of meeting the government’s requirements The North American Industry Classification System (NAICS) for this requirement is 334519. The FSC code is 6625. The resulting contract will be a firm fixed price contract. Negotiation being conducted using other than full and open competition procedures pursuant to authority of 10 U.S.C. 2304 (C) (1). This Notice of Intent is not a request for quotes. Interested parties may identify their interests and capability to respond to this requirement by July 28, 2025, at 10AM (EST). Any response to this notice must show clear and convincing evidence that competition would be advantageous to the Government. Information received will be considered solely for the purpose of determining whether or not to conduct a competitive procurement. The determination not to compete this proposed contract action is solely within the discretion of the Government. The Government will not be responsible for any costs incurred by responding to this notice. Responses to this electronic notice must be made by 10:00 a.m. EST on July 28, 2025. Interested vendors must be registered in the System for Award Management (SAM) at https://www.sam.gove/portal/public/SAM. Oral communications are not acceptable in response to this notice. Interested parties shall e-mail all statements, quotes, and capabilities to Shannon Wooten, via email: Shannon.cloud-wooten@navy.mil and must provide clear and concise documentation indicating a vendor's bona fide capability.
BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
This BAA is intended to solicit extramural research and development ideas using the authority provided by United States Code, Title 10, Section 4001. This BAA is issued under the provisions of the Competition in Contracting Act of 1984 (Public Law 98-369), as implemented in Federal Acquisition Regulation 6.102(d) (2) and 35.016. In accordance with FAR 6.102, projects funded under this BAA must be for basic and applied research to support scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on development of a specific system or hardware solution. Research and development funding through this BAA are intended and expected to benefit and inform both military and civilian medical practice and knowledge. This BAA provides a general description of USSOCOM's research and development programs, including research areas of interest, evaluation and selection criteria, pre-proposal/pre-application and full proposal/application preparation instructions, and general administrative information. Submission of a pre-proposal is required. After review, if the USSOCOM is interested in receiving a full proposal, the Offeror will be invited to submit a full proposal or full application. Specific submission information and additional administrative requirements can be found in the document titled "General Submission Instructions" available in Grants.gov along with this BAA The BAA is continuously open for a 5-year period, from 01 August 2023 through 31 July 2028, at 11:59 p.m. Eastern Time. Submission of a pre-proposal is required and must be submitted through the electronic Biomedical Research Application Portal (eBRAP) (https://eBRAP.org/). Preproposals may be submitted at any time throughout the 5-year period. If the USSOCOM is interested in receiving a full proposal/application, the Principal Investigator will be sent an invitation to submit via eBRAP. A full proposal/application must be submitted through Grants.gov (http://www.grants.gov/). Invited full proposals/applications can be submitted under this BAA through 31 July 2028. The BAA with revised research areas of interests, and General Submission Instructions will be available for download on Grants.gov upon revisions. Search opportunity number HT9425-23-S-SOC1.
BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
This BAA is intended to solicit extramural research and development ideas using the authority provided by United States Code, Title 10, Section 4001. This BAA is issued under the provisions of the Competition in Contracting Act of 1984 (Public Law 98-369), as implemented in Federal Acquisition Regulation 6.102(d) (2) and 35.016. In accordance with FAR 6.102, projects funded under this BAA must be for basic and applied research to support scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on development of a specific system or hardware solution. Research and development funding through this BAA are intended and expected to benefit and inform both military and civilian medical practice and knowledge. This BAA provides a general description of USSOCOM's research and development programs, including research areas of interest, evaluation and selection criteria, pre-proposal/pre-application and full proposal/application preparation instructions, and general administrative information. Submission of a pre-proposal is required. After review, if the USSOCOM is interested in receiving a full proposal, the Offeror will be invited to submit a full proposal or full application. Specific submission information and additional administrative requirements can be found in the document titled "General Submission Instructions" available in Grants.gov along with this BAA The BAA is continuously open for a 5-year period, from 01 August 2023 through 31 July 2028, at 11:59 p.m. Eastern Time. Submission of a pre-proposal is required and must be submitted through the electronic Biomedical Research Application Portal (eBRAP) (https://eBRAP.org/). Preproposals may be submitted at any time throughout the 5-year period. If the USSOCOM is interested in receiving a full proposal/application, the Principal Investigator will be sent an invitation to submit via eBRAP. A full proposal/application must be submitted through Grants.gov (http://www.grants.gov/). Invited full proposals/applications can be submitted under this BAA through 31 July 2028. The BAA with revised research areas of interests, and General Submission Instructions will be available for download on Grants.gov upon revisions. Search opportunity number HT9425-23-S-SOC1.
BROAD AGENCY ANNOUNCEMENT (BAA) for Extramural Biomedical and Human Performance Research and Development - HT9425-23-S-SOC1
This BAA is intended to solicit extramural research and development ideas using the authority provided by United States Code, Title 10, Section 4001. This BAA is issued under the provisions of the Competition in Contracting Act of 1984 (Public Law 98-369), as implemented in Federal Acquisition Regulation 6.102(d) (2) and 35.016. In accordance with FAR 6.102, projects funded under this BAA must be for basic and applied research to support scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on development of a specific system or hardware solution. Research and development funding through this BAA are intended and expected to benefit and inform both military and civilian medical practice and knowledge. This BAA provides a general description of USSOCOM's research and development programs, including research areas of interest, evaluation and selection criteria, pre-proposal/pre-application and full proposal/application preparation instructions, and general administrative information. Submission of a pre-proposal is required. After review, if the USSOCOM is interested in receiving a full proposal, the Offeror will be invited to submit a full proposal or full application. Specific submission information and additional administrative requirements can be found in the document titled "General Submission Instructions" available in Grants.gov along with this BAA The BAA is continuously open for a 5-year period, from 01 August 2023 through 31 July 2028, at 11:59 p.m. Eastern Time. Submission of a pre-proposal is required and must be submitted through the electronic Biomedical Research Application Portal (eBRAP) (https://eBRAP.org/). Preproposals may be submitted at any time throughout the 5-year period. If the USSOCOM is interested in receiving a full proposal/application, the Principal Investigator will be sent an invitation to submit via eBRAP. A full proposal/application must be submitted through Grants.gov (http://www.grants.gov/). Invited full proposals/applications can be submitted under this BAA through 31 July 2028. The BAA with revised research areas of interests, and General Submission Instructions is available for download on Grants.gov. Search opportunity number HT9425-23-S-SOC1.
HVAC, Repair and Maintenance for Fort Drum, NY
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 vendors willing to enter into a Blanket Purchase Agreement (BPA) for HVAC repair and Maintenance Service on Fort Drum, NY, under North American Industry Classification System Code (NAICS) 238220, Wired Telecommunications Carriers. These BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider price, past performance (where past performance information exists), and technical capabilities. As prescribed in DFARS 252.204-7004, interested parties must be registered with the System for Award Management (SAM) under NAICS Code 238220. Representations and Certifications must also be on record. The registration is done through the System for Award Management website for free at https://www.sam.gov. Please respond via email with intent to participate. Any correspondence relating to this synopsis should have "HVAC Repair and Maintenance Service BPA" notated in the subject field.
AF CyberWorx Commercial Solutions Opening (CSO)
Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
***Focused Area of Interest*** For the period of 23 July 2025 to 13 August 2025 Air Force CyberWorx has a focused interest in exploring solutions for USAF’s Software-Defined Wide Area Network (U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) AOR) resulting in enhancement of the NIPR and SIPR network infrastructure by adding SD-WAN, SRv6, IPAM, and upgrade the DHCP using leading technologies. Please see attached Focused_Area_of_Interest_SD-WAN for more information. ***Questions and Answers to focused area of interest now posted. See attachment; Questions and Answers_SD-WAN Focus Area of Interest*** *** 11 Aug 2025 Two additional Questions and Answers add to Questions and Answers_SD-WAN Focus Area of Interest*** Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
***Focused Area of Interest*** For the period of 23 July 2025 to 13 August 2025 Air Force CyberWorx has a focused interest in exploring solutions for USAF’s Software-Defined Wide Area Network (U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) AOR) resulting in enhancement of the NIPR and SIPR network infrastructure by adding SD-WAN, SRv6, IPAM, and upgrade the DHCP using leading technologies. Please see attached Focused_Area_of_Interest_SD-WAN for more information. ***Questions and Answers to focused area of interest now posted. See attachment; Questions and Answers_SD-WAN Focus Area of Interest*** Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
***Focused Area of Interest*** For the period of 23 July 2025 to 13 August 2025 Air Force CyberWorx has a focused interest in exploring solutions for USAF’s Software-Defined Wide Area Network (U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) AOR) resulting in enhancement of the NIPR and SIPR network infrastructure by adding SD-WAN, SRv6, IPAM, and upgrade the DHCP using leading technologies. Please see attached Focused_Area_of_Interest_SD-WAN for more information. Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
***Focused Area of Interest*** For the period of 23 July 2025 to 13 August 2025 Air Force CyberWorx has a focused interest in exploring solutions for USAF’s Software-Defined Wide Area Network Phase II (U.S. Air Forces in Europe – Air Forces Africa (USAFE-AFAFRICA) AOR) resulting in enhancement of the NIPR and SIPR network infrastructure by adding SD-WAN, SRv6, IPAM, and upgrade the DHCP using leading technologies. Please see attached Focused_Area_of_Interest_SD-WAN_Phase_II for more information. Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
**UPDATE** 8 Jan 2025 The Focused Interest Period_High Altitude has been extended until Midnight (MTN) 22 Jan 2025. Please see attached FPoI_High Altitude for more details. Any questions on this Focused Period can be sent to 10CONS.PK.Cyberworx@us.af.mil Focused Interest Period For the period of 20 December 2024 to 08 January 2025 Air Force CyberWorx has a focused interest in exploring data signatures of multiple Low SWaP emitters flown at high altitudes over long duration flights. Please see attached FPoI_High Altitude for more details. ___________________________________________________________ Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
**UPDATE** 8 Jan 2025 The Focused Interest Period_High Altitude has been extended until Midnight (MTN) 22 June 2025. Please see attached FPoI_High Altitude for more details. Any questions on this Focused Period can be sent to 10CONS.PK.Cyberworx@us.af.mil Focused Interest Period For the period of 20 December 2024 to 08 January 2025 Air Force CyberWorx has a focused interest in exploring data signatures of multiple Low SWaP emitters flown at high altitudes over long duration flights. Please see attached FPoI_High Altitude for more details. ___________________________________________________________ Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
Focused Interest Period For the period of 20 December 2024 to 08 January 2025 Air Force CyberWorx has a focused interest in exploring data signatures of multiple Low SWaP emitters flown at high altitudes over long duration flights. Please see attached FPoI_High Altitude for more details. ___________________________________________________________ Continously Open Interest Period AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in attachment 8 of the CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
**Focused Interest Period** IT System Transformation (22 November2024 – 06 December 2024) For the period of 22 November 2024 to 06 December 2024 Air Force CyberWorx has a focused interest in exploring methodologies, processes, and solutions in support of organizational process transformation in highly secure, and scalable multi and cross-domain environments. Please see attached Focused Interest Period - IT Systems Transformation for more details. ___________________________________________________________________________ AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
*7/26/2024 The Focused Area-of-Interest deadline has been extended to 1 Aug 2024. * 7/15/2024 AF CyberWorx has posted a new Focused Area-of-Interest - Commercial Solutions for Classified. Open Period: 15 July 2024 to 26 July 2024. Please see attachment: Focused Area-of-Interest - CSfC for more details. _______________________________________________________________________ AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
* 7/15/2024 AF CyberWorx has posted a new Focused Area-of-Interest - Commercial Solutions for Classified. Open Period: 15 July 2024 to 26 July 2024. Please see attachment: Focused Area-of-Interest - CSfC for more details. _______________________________________________________________________ AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
* 6/10/2024 Additional information added to the attached Focused Area-of-Interest AF CyberWorx has posted a new Focused Area-of-Interest - Comply-to-Connect. Open Period: 4 June 2024 to 18 June 2024. Please see attached Focused Area-of-Interest for more details. _______________________________________________________________________ AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
AF CyberWorx has posted a new Focused Area-of-Interest - Comply-to-Connect. Open Period: 4 June 2024 to 18 June 2024. Please see attached Focused Area-of-Interest for more details _______________________________________________________________________ AF CyberWorx is interest in capturing innovative, commercial technologies and services that accelerate attainment of critical defense capabilities. This Commercial Solutions Opening (CSO) is a competitive solicitation issued in accordance with DFARS 212.70. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) listed in the attached CSO. Please see attached CSO FA7000-23-S-C001 for more details.
AF CyberWorx Commercial Solutions Opening (CSO)
**Amendment 0002 to CSO** The CSO has been amended to include a new Area of Interest AFCWX-005. See the attached CSO for details ______________________________________________________________________ Requiring Agency Name: United States Air Force (AF) CyberWorx Commercial Solutions Opening Number: FA7000-23-S-C001 Commercial Solutions Opening Title: AF CyberWorx Commercial Solutions Opportunity (CSO) Commercial Solutions Opening Type: FA7000-23-S-C001 Amendment 0001 NAICS: 541511, Custom Computer Programming Services; 541519, Other Computer Related Services; 511210, Software Publishers; 541330,` Engineering Services; 541512, Computer Systems Design Services; 541715, Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology. THIS A HYBRID SOLICIATION AGAINST WHICH CALLS AND OPEN PERIODS CAN BE RELEASED. This CSO is open for Solution Brief submissions until 09 August 2028 or until superceded, to be updated annually and posted to Sam.gov. See the full text announcement below for instructions. 1. INTORDUCTION AND BACKGROUND AF CyberWorx is a problem-solving organization focused on human centered design that builds rapid prototypes to improve the user experience. It is located at the United States Air Force Academy (USAFA) in Colorado Springs, CO. USAFA is designated as a federal laboratory, with the unique position to establish various partnerships and agreements with academia and industry and is chartered with solving the AF’s mission problems by engaging users, industry, and academia in human centered design processes that result in solutions for the war fighter. There is interest in capturing the most creative and advanced technologies where the department can make use of defense specific projects and dual-use technologies to further its technological gain. In realizing the potential to leverage superiority in innovative technologies, AF CyberWorx endeavors to create valued partnerships by aligning itself with partners that assist in technology transfer/transition by spin-off technologies and guiding small business economic development with the primary goal of broadening the defense industrial base. This Commercial Solutions Opening (CSO) is a competitive solicitation seeking proposals for innovative, commercial technologies, and services that accelerate attainment of critical defense capabilities as detailed in Attachment 8. This CSO may result in the award of prototype projects, which include not only commercially available technologies fueled by commercial or strategic investment, but also concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing government-owned capabilities, or concepts for defense application. 2. PURPOSE 2.1. This CSO is issued in accordance with DFARS Class Deviation 2022-O0007 and is a competitive solicitation of proposals focused on technologies to meet the AF CyberWorx’s mission. AF CyberWorx is soliciting solution briefs in response to Areas of Interest (AoI) which will be posted as calls to this CSO. Nontraditional defense contractors and small businesses are encouraged to submit solution briefs or proposals under this CSO. 2.2. “Nontraditional Defense Contractors” is defined in 10 U.S.C. § 2302(9) as an entity that is not currently performing and has not performed, for at least the one-year period preceding the solicitation of sources by the DoD for the procurement or transaction, any contract or subcontract for the DoD that is subject to full coverage under the cost accounting standards prescribed pursuant to 41 U.S.C. § 1502 and the regulations implementing such section. This includes all small business concerns under the criteria and size standards in 13 C.F.R, § 121. 2.3. "Innovative" means any technology, process, or method, including research and development that is new as of the date of submission of a proposal, or any application that is new as of the date of submission of a proposal of a technology, process, or method existing as of such date. 3. CSO APPROACH AND OVERVIEW 3.1. This CSO seeks innovative, commercial approaches to meet various technology objectives of AF CyberWorx. All items, technologies, and services acquired using a CSO will be treated as commercial items. The Government encourages proposals that span a wide spectrum of possible technical and business solutions in response to the specific AoI in Attachment 8 or posted as separate calls. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The AF also reserves the right to award Other Transactions (OT). 3.2. OT for Research, Prototype, and Production: Upon favorable review and available funds, the government may choose to award an OT for Research, Prototype, and Production as deemed appropriate for the transaction. The Agreements Officer will negotiate directly with the offeror on the terms and conditions of the OT, including payments, and will execute the OT on behalf of the government. Upon successful completion of a prototype project under an OT for Prototype agreement, the government and offeror may negotiate a follow-on production contract or agreement without further competition as authorized under 10 U.S.C. § 2371b(f). Any concept/technology/solution successfully proven through an OT for Prototype can be transitioned to production. Any resultant OT for Prototype awarded under this CSO will include language providing for the potential award of a follow-on production contract or agreement. 3.3. Awards resulting from this CSO will be made based on the evaluation results of a two or three phased proposal process described in Section 5. The Government reserves the right to fund all, some, one, or none of the proposals submitted; may elect to fund only part of a submitted proposal; and may incrementally fund any or all awards under this CSO. All awards are subject to the availability of funds. 3.4. All coordination and communication between offerors and the Government will be conducted using (www.sam.gov) and the points of contact associated with this CSO, as specified in Section 4. 3.5. Notice to Offeror(s)/Supplier(s): Funds are not presently available for this effort. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation, either before or after the closing date. In the event the Government cancels this solicitation, the Government has no obligation to reimburse an offeror for any costs. 3.6. Access to unclassified sensitive or classified information is not anticipated for projects awarded under this CSO. 4. GENERAL INFORMATION 4.1. Points of Contact Questions regarding the content of this CSO must be addressed to the Contracting Office below. Attn: Contracting/Agreements Officer, 10 CONS/PKC 10CONS.PK.CyberWorx@us.af.mil 5. SUBMISSION INFORMATION 5.1. Submission Overview This CSO is open for Solution Brief submissions continuously or until superseded. Phase I submissions shall include both the Quad Chart and Solutions Brief prepared in accordance with the formats in Attachments 1 and 2 respectively. Subject to funding availability, all solution briefs will be evaluated IAW Attachment 7. Calls may be placed against the CSO and specific information related to due dates will be provided in each call. The calls may also include specific terms which apply to the call such as further technical details, cut-off date for solution briefs and quad charts and/or proposal submission and any pertinent information. Proposals or solution briefs submitted in response to calls should be submitted according to directions contained within each individual call and in accordance with this CSO. Offerors should monitor (www.sam.gov) for specific calls or amendments to this CSO. 5.2. Two or Three Phased Submission This CSO may be conducted in two OR three phases as follows: 5.2.1. Phase I Quad Chart and Solution Brief: Interested offerors must submit Quad Charts and Solution Briefs in accordance with instructions provided in this CSO. Phase I submissions will be evaluated against criteria as described in Attachment 7 of this CSO. All Quad Charts shall include the information indicated on the sample template in Attachment 1. The Solution Brief narrative expands on the Quad Chart presentation. Instructions for format and content are located in Attachment 2. Solution Briefs and quad chart submissions shall be sent to 10CONS.PK.CyberWorx@us.af.mil for review. All solution briefs must be unclassified. The government will not pay companies for the costs associated with solution brief submissions. 5.2.1.1. Notification of Selection. All offerors providing Phase I submissions will be contacted by the Government, either with an email letter informing them that the effort proposed is not of interest to the Government at this time or with a request for either a pitch session OR request for proposal by a specific date. 5.2.2. Phase II Pitch Session: Phase II submission will only be accepted from offerors who upon review of Phase I submissions, are invited by the Contracting Officer to a pitch session. In addition to the pitch, the government, at its discretion, may request an additional written submission to further supplement the information provided in the Phase I solution brief. Instructions for format and content are located in Attachment 3. Please note: The government reserves the right to forgo Phase II and go directly to Phase III. 5.2.3. Phase III Technical, Cost, and SOW Proposal: Phase III proposals will only be accepted from offerors who upon review of either Phase I or Phase II submission, are invited by the Contracting Officer to submit a full proposal (Technical, Cost, and Statement of Work (SOW)). In order to be considered for award under Phase III, offerors must be registered in the System for Award Management (SAM) at www.sam.gov, be considered responsible within the meaning of FAR Part 9.1, Responsible Prospective Contractors, have a satisfactory performance record, and otherwise be eligible for award based on federal law and regulation. 5.2.4. Proposal Submission: Upon notification for a proposal by the Contracting Officer, offerors will have 30 calendar days to prepare and submit a proposal in accordance with the format and instructions in Attachments 4-6. 5.2.5. Proposal Review, Evaluation and Selection Process: Each proposal will be evaluated by the Government and the proposal must stand on its own technical merit. Proposals will be evaluated in accordance with the evaluation criteria and process specified in Attachment 7. The primary basis for selecting proposals for acceptance shall be technical, importance to agency programs, and funds availability. In order to provide the desired evaluation, qualified Government personnel will conduct reviews and (if necessary) convene panels of experts in the appropriate areas. IAW Class Deviation 2022-O0007 price shall be considered to the extent appropriate, but at a minimum, to determine that the price is fair and reasonable. Proposals need not be evaluated against each other since they are not submitted in response to a common performance work statement or statement of work. 5.2.6. Small Business Subcontracting Plan: Large business offerors shall submit either an individual subcontracting plan and/or master subcontracting plan (if available) in accordance with FAR Clause 52.219-9 Small Business Subcontracting Plan (Nov 2021), DFARS 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) – Basic (Dec 2019) and DFARS 252.219-7004 Small Business Subcontracting Plan (Test Program) (May 2019). The offeror's small business subcontracting plan shall include, but is not limited to, detailing the commitment/targets for each category of small business, veteran-owned small business, service-disabled veteran-owned small business, small disadvantaged business, HUBZone, and women-owned small business concerns. The plan shall describe for each category the total value subcontracted expressed in dollars and percentage of total subcontracted value if an individual subcontracting plan. The plan shall also state the extent and nature of work to be performed by small business concerns, the method used to develop goals, the method used to locate potential suppliers, if the goals include indirect costs (if so, describe the cost allocation method) and describe the efforts the offeror will make to assure small businesses have an equitable opportunity to compete for subcontracts. If the planned goals do not meet or exceed DoD FY subcontracting goals found at https://business.defense.gov/About/Goals-and-Performance, substantial explanation/rationale shall be provided. The plan shall also provide the name and duties of the contractor's subcontracting plan administrator. **See attachments for details**
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors