Federal Contract Opportunities

Showing 2,351-2,400 of 2,697 opportunities

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

BPA - Boxes and Packaging PSC 8115, 8135

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8115, NAICS 321920, BOXES, CARTONS, AND CRATES PSC/FSC Code 8135, NAICS 321920, PACKAGING & PACKING BULK MATERIALS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camacho Cardoza – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 321920.0

BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS PSC/FSC Code 5520, NAICS 423310, MILLWORK PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 423310.0

BPA - Semiconductor & Related Device Manufacturing PSC 3670

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 334413, PSC/FSC Code 3670, SPECIALIZED SEMICONDUCTOR, MICROCIRCUIT, AND PRINTED CIRCUIT BOARD MANUFACTURING MACHINERY BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2028. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara - Barbara.j.grinder.civ@us.navy.mil Brandi – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS - normary.b.camachocardoza.civ@us.navy.mil **Attachments** X-Ray Film will have a separate attachment documenting requirements. All announcements should include 3 Past Performance Reference (sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 334413.0

BPA - Fire fighting Equipment PSC 4210

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 922160, PSC/FSC Code 4210, Fire Fighting Equipment BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 922160.0

BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4120, NAICS 333415, AIR CONDITIONING EQUIPMENT PSC/FSC Code 4130, NAICS 333415, REFRIGERATION AND AIR CONDITIONING COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 333415.0

BPA - HAND TOOLS PSC 5110, 5120, 5130

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 332216.0

BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4710, NAICS 332510, PIPE, TUBE AND RIGID TUBING PSC/FSC Code 4720, NAICS 332510, HOSE AND FLEXIBLE TUBING PSC/FSC Code 4730, NAICS 332510, FITTINGS - HOSE PIPE & TUBE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 332510.0

BPA HAND TOOLS

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 332216.0

BPA HAND TOOLS

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 332216.0

BPA Pipe, Hose & Tubing

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4710, NAICS 332510, PIPE, TUBE AND RIGID TUBING PSC/FSC Code 4720, NAICS 332510, HOSE AND FLEXIBLE TUBING PSC/FSC Code 4730, NAICS 332510, FITTINGS - HOSE PIPE & TUBE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 332510.0

BPA Air Conditioning and Warm Air Heating

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4120, NAICS 333415, AIR CONDITIONING EQUIPMENT PSC/FSC Code 4130, NAICS 333415, REFRIGERATION AND AIR CONDITIONING COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 333415.0

BPA Fire fighting Equipment

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 922160, PSC/FSC Code 4210, Fire Fighting Equipment BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 922160.0

BPA Semiconductor & Related Device Manufacturing

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 334413, PSC/FSC Code 3670, SPECIALIZED SEMICONDUCTOR, MICROCIRCUIT, AND PRINTED CIRCUIT BOARD MANUFACTURING MACHINERY BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2028. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara - Barbara.j.grinder.civ@us.navy.mil Brandi – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS - normary.b.camachocardoza.civ@us.navy.mil **Attachments** X-Ray Film will have a separate attachment documenting requirements. All announcements should include 3 Past Performance Reference (sheet attached).

Deadline: 11/11/2028
Posted: 11/16/2023
Combined Synopsis/SolicitationNAICS: 334413.0

BPA - Pipe, Hose & Tubing PSC 4710, 4720, 4730

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4710, NAICS 332510, PIPE, TUBE AND RIGID TUBING PSC/FSC Code 4720, NAICS 332510, HOSE AND FLEXIBLE TUBING PSC/FSC Code 4730, NAICS 332510, FITTINGS - HOSE PIPE & TUBE BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 332510.0

BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5510, NAICS 423310, LUMBER AND RELATED BASIC WOOD MATERIALS PSC/FSC Code 5520, NAICS 423310, MILLWORK PSC/FSC Code 5530, NAICS 423310, PLYWOOD AND VENEER BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 423310.0

BPA - Bolt, Nut, Screw, Rivet & Washer Manufacturing PSC 5305,5306,5307,5310,5315,5320,5325,5330,5331,5335,5340,5342,5345,5350,5355,5360,5365

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5305, NAICS 332722, SCREWS PSC/FSC Code 5306, NAICS 332722, BOLTS PSC/FSC Code 5307, NAICS 332722, STUDS PSC/FSC Code 5310, NAICS 332722, NUTS AND WASHERS PSC/FSC Code 5315, NAICS 332722, NAILS, MACHINE KEYS, AND PINS PSC/FSC Code 5320, NAICS 332722, RIVETS PSC/FSC Code 5325, NAICS 332722, FASTENING DEVICES PSC/FSC Code 5330, NAICS 332722, PACKING AND GASKET MATERIALS PSC/FSC Code 5331, NAICS 332722, O-RINGS PSC/FSC Code 5335, NAICS 332722, METAL SCREENING PSC/FSC Code 5340, NAICS 332722, HARDWARE PSC/FSC Code 5342, NAICS 332722, HARDWARE, WEAPON SYSTEM PSC/FSC Code 5345, NAICS 332722, DISKS AND STONES, ABRASIVE PSC/FSC Code 5350, NAICS 332722, ABRASIVE MATERIALS PSC/FSC Code 5355, NAICS 332722, KNOBS AND POINTERS PSC/FSC Code 5360, NAICS 332722, COIL, FLAT, LEAF, AND WIRE SPRINGS PSC/FSC Code 5365, NAICS 332722, BUSHING, RINGS, SHIMS AND SPACERS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 332722.0

BPA - SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK PSC R498

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code R498, NAICS 541199, SUPPORT- PROFESSIONAL: PATENT AND TRADEMARK BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 541199.0

BPA - Boxes and Packaging PSC 8115, 8135

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 8115, NAICS 321920, BOXES, CARTONS, AND CRATES PSC/FSC Code 8135, NAICS 321920, PACKAGING & PACKING BULK MATERIALS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camacho Cardoza – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 321920.0

BPA - GASES: COMPRESSED AND LIQUEFIED PSC 68--

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC CODE 6810, NAICS 325199, CHEMICALS PSC/FSC Code 6830, NAICS 325199, GASES: COMPRESSED AND LIQUEFIED We are looking for the following chemicals: Argon Nitrogen Helium Oxygen Air Nitrous Oxide (dip tube tanks) Methane Ethylene Ethane Hydrogen BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 325199.0

BPA - LABORATORY EQUIPMENT AND SUPPLIES PSC 6640

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6640, NAICS 334516, LABORATORY EQUIPMENT AND SUPPLIES BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 334516.0

BPA - Alarm, Signal and Security Detection Systems PSC 6350

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6350, NAICS 334290, MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 334290.0

BPA - Educational Support Services PSC U001, U002, U004 -U006, U008, U009, U012, U014, U099

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code U001, NAICS 611710, LECTURES FOR TRAINING PSC/FSC Code U002, NAICS 611710, ERSONNEL TESTING PSC/FSC Code U004, NAICS 611710, SCIENTIFIC/MANAGEMENT PSC/FSC Code U005, NAICS 611710, TUITION/REG/MEMB FEES PSC/FSC Code U006, NAICS 611710, VOCATIONAL/TECHNICAL PSC/FSC Code U008, NAICS 611710, TRAINING/CURRICULUM DEVELOPMENT PSC/FSC Code U009, NAICS 611710, EDUCATION SERVICES PSC/FSC Code U012, NAICS 611710, INFORMATION TRAINING PSC/FSC Code U014, NAICS 611710, EDUCATION/TRAINING- SECURITY PSC/FSC Code U099, NAICS 611710, OTHER ED & TRNG SVCS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 611710.0

BPA - HAND TOOLS PSC 5110, 5120, 5130

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 5110, NAICS 332216, HAND TOOLS, EDGED, NONPOWERED PSC/FSC Code 5120, NAICS 332216, HAND TOOLS, NONEDGED, NONPOWERED PSC/FSC Code 5130, NAICS 332216, HAND TOOLS, POWER DRIVEN BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 332216.0

BPA - Air Conditioning and Warm Air Heating PSC 4120, 4130

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 4120, NAICS 333415, AIR CONDITIONING EQUIPMENT PSC/FSC Code 4130, NAICS 333415, REFRIGERATION AND AIR CONDITIONING COMPONENTS BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 333415.0

BPA - X-RAY FILM AND SUPPLIES PSC 6525

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 6525, NAICS 325992, X-RAY EQ SUPPLIES Below is some of the items that we will be procuring: Radiographic Film Below is our current requirement but, however are requirement could change as needed:. Carestream T200 14x17 NIF (6549463) Carestream MX125 14x17 NIF (6549455) AGFA D5 14x17 NIF (LHVLU) AGFA D4 14x17 NIF (LHQ9N) Radiographic Processing Chemicals The below chemicals are utilized in the processing of X-ray film Agfa G135 Industrial X Ray Developer Replenisher Kit Agfa G335 Industrial X Ray Fixer Kit Agfa RP Developer Starter Clear Image Radiographic Cleaner BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Lynn Tarburton) – lynn.m.tarburton.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached). X-ray film will have a separate attachment documenting requirements.

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 325992.0

BPA - IT and Telecom PSC 7E20

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code 7E20, NAICS 423430, IT and Telecom - End User: Help Desk; Tier 1-2, Workspace, Print, Productivity Tool (HW/Perpetual SW) BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Normary Camachocardo) – normary.camachocardo@navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 423430.0

BPA - Fire fighting Equipment PSC 4210

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 922160, PSC/FSC Code 4210, Fire Fighting Equipment BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Michelle Ellerbe) – michelle.r.ellerbe.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 922160.0

BPA - Semiconductor & Related Device Manufacturing PSC 3670

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: NAICS 334413, PSC/FSC Code 3670, SPECIALIZED SEMICONDUCTOR, MICROCIRCUIT, AND PRINTED CIRCUIT BOARD MANUFACTURING MACHINERY BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPDATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2028. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara - Barbara.j.grinder.civ@us.navy.mil Brandi – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS - normary.b.camachocardoza.civ@us.navy.mil **Attachments** X-Ray Film will have a separate attachment documenting requirements. All announcements should include 3 Past Performance Reference (sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 334413.0

BPA - Translation and Interpreting Service PSC R608

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code R608, NAICS 541930, SUPPORT- PROFESSIONAL – ADMINISTRATIVE: TRANSLATION AND INTERPRETING BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. UPATED 9/30/2024 The Government is updating the required submission deadlines and changing the award dates. The following is the new guidelines: The Government intends to issue Master BPAs on a 6-month rotation through June 2029. To be considered for a June award, Interested Vendors should provide documentation and references to my email barbara.j.grinder.civ@us.navy.mil no later than 30 April. For a December award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 October. PREVIOUS DATES *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 9/30/2024
Combined Synopsis/SolicitationNAICS: 541930.0

BPA - Translation and Interpreting Service PSC R608

Naval Surface Warfare Center Indian Head Division (NSWC IHD), located in Indian Head, Maryland, is interested in establishing Blanket Purchase Agreements (BPAs) with companies that provide standard commercial supplies and services at competitive prices in Classification: PSC/FSC Code R608, NAICS 541930, SUPPORT- PROFESSIONAL – ADMINISTRATIVE: TRANSLATION AND INTERPRETING BPA Calls will not exceed the Simplified Acquisition Threshold and Offerors will compete at the call level. Interested companies must (have/include): Cover sheet with the official company name, cage code, and point of contact including name, phone number, and email address. Documentation addressing the capabilities and expertise. Complete and return a price list, if applicable. BPA's will be awarded on the basis of positive Past Performance. Interested vendors should provide a minimum of three Past Performance References (attached). The Past Performance references shall include name of the business/organization, address, and contract /order number, and award amount, point of contact, telephone number and description of the item. The Past Performance will be evaluated based upon Customer Satisfaction, Timeliness, Technical Success, Program Management, and Quality. The government reserves the right to use additional references if available. An active account in the Procurement Integrated Enterprise Environment (PIEE formerly WAWF) at https://pieef.eb.mil to enter invoices and receiving reports, or credit card as a method of payment. An active account in System for Award Management (SAM https://www.sam.gov) Important Notes: *This is a small business set-aside. If you possess a GSA contract, please note your GSA contract number in your response. *Vendors who are found to have technical and past performance merit will be issued a Master BPA to be able to bid on future requirements. *Price lists and catalog prices can be provided as they may help with direct award under the $10k threshold. *The Government intends to issue Master BPAs on 6 month rotation through February 2029. To be considered for a February award, interested vendors should provide documentation and references to by email to Barbara.j.grinder.civ@us.navy.mil no later than 31 December. For an August award, interested vendors should provide documentation and references by email to Barbara.j.grinder.civ@us.navy.mil no later than 30 June. *The Government reserves the right to consider past performance information available from other sources, including, but not limited to, information in the Contractor Performance Assessment Reporting System (CPARS), the Past Performance Information Retrieval System (PPIRS https://www.ppirs.gov), and the Federal Awardee Performance and Integrity Information System (FAPIIS). The Points of Contact for this request are: Barbara Grinder – Barbara.j.grinder.civ@us.navy.mil Brandi Sorzano – brandi.l.sorzano.civ@us.navy.mil TPOC/TAS – (Bryan Towers) – bryan.c.towers.civ@us.navy.mil **Attachments** All announcements should include 3 Past Performance Reference. (Sheet attached).

Deadline: 11/11/2028
Posted: 11/21/2023
Combined Synopsis/SolicitationNAICS: 541930.0

Repair/Replace Overhead Cranes on Fort Drum

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. Services would include but is not limited to the following: The Contractor shall provide all resources necessary to Repair Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton. The manufacturers include but are not limited to Robbins and Meyers, Acco Louden, Demag, Yale, Coffing, Cleveland Tram, Philadelphia Tram, Harnishfeger-PH, EMH, Dayton, Detroit, CM, Harrington PH, GH, Budget, Shawbox, and Jet. There are approximately 395 cranes on Fort Drum, NY. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to mary.e.summerlin3.civ@army.mil. Any correspondence relating to this synopsis should have "Repair/Replacement of Overhead Crane Hoists Master BPA" annotated in the subject field. If you are interested in entering into a new Master BPA with MICC Fort Drum, please reply to this email with your UEID and CAGE Code. Contractors that respond on or before 29 November 2023 will receive a Master BPA. Contractors that respond on or after 30 November 2023 will be added to our Interested Vendor list. Interested Vendors will be contacted to provide quotes when work is needed. If an Interested Vendor is selected for award, a Master BPA will be completed at that time.

Deadline: 11/13/2028
Posted: 11/17/2023
PresolicitationNAICS: 811310.0

Repair/Replace Overhead Cranes on Fort Drum

This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Repair of Overhead Crane Hoists under North American Industry Classification System Code (NAICS) 811310: Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The small business size standard for this industry is $12.5 million in average annual revenue. Services would include but is not limited to the following: The Contractor shall provide all resources necessary to Repair Overhead Crane Hoists at Fort Drum, NY. The cranes range in size from half ton to 35 ton. The manufacturers include but are not limited to Robbins and Meyers, Acco Louden, Demag, Yale, Coffing, Cleveland Tram, Philadelphia Tram, Harnishfeger-PH, EMH, Dayton, Detroit, CM, Harrington PH, GH, Budget, Shawbox, and Jet. There are approximately 395 cranes on Fort Drum, NY. The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 811310. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to mary.e.summerlin3.civ@army.mil. Any correspondence relating to this synopsis should have "Repair/Replacement of Overhead Crane Hoists Master BPA" annotated in the subject field.

Deadline: 11/13/2028
Posted: 11/13/2023
PresolicitationNAICS: 811310.0

Lagoon Aeration

Work for this project requires the contractor to be responsible for for furnishing and supplying all labor, materials, equipment, utilities, miscellaneous items, freight and delivery and all necessary valid licenses for the work summarized in the SOW: 1. Furnish and install 480V, 3 PH, 30A feeder from existing panelboard to proposed aeration equipment disconnect. 2. Furnish and install 480V, 3PH, 30A disconnect, including grounding system, post, pipe bollards, and conduits. 3. Furnish and install microbubble lagoon aeration system consisting of the following: a. Control panel with individual motor overload protection circuit breakers. b. Self-contained floating microbubble aerators cord connected to control panel with tethers and anchors (4 each). 4. Locate private and utility owned buried electrical lines in the area of work and provide location on as-built plans with reference measurements to existing infrastructure. 5. Furnish third-party inspection of electrical work included in this contract. The magnitude of this project is between $25,000.00 and $100,000.00 This Pre-solicitation Notice seeks to provide information to interested parties about potential opportunity to perform the construction, additions, alterations, or maintenance and repairs as described above. This Pre-solicitation Notice does not commit the Government to contract for any supply or service. Respondents are advised that the United States (U.S) Government will not pay for any information or administrative cost incurred in response to this Pre-solicitation Notice. All costs associated with responding to this Pre-solicitation Notice will be solely at the responding party's expense. Please be advised that all submissions become Government property and will not be returned. Responses to this notice are not offers and cannot be accepted by the U.S Government to form a binding contract. The solicitation will be on or about 20th November, no additional information is known at this time.

Deadline: 11/19/2028
Posted: 11/6/2024
PresolicitationNAICS: 221320.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment) Amendment 6 – Revision to TACTICAL Science & Technology (S&T) Program Protection language and GFP Clause List (21 November 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 9 (formerly included in Section I paragraph 8) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: 9) Science & Technology (S&T) Program Protection: Offerors are notified that subsequent Call Announcements shall include a requirement for submission of the documents identified below. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract. a) Security Risk Review. Each proposal submission will be subject to a Security Risk Review prior to selection for award. The Security Risk Review is applied to federally funded research designed to help protect Department of the Air Force Science and Technology (S&T) by identifying possible vectors of undue foreign influence. AFRL will follow all policy and procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113, Science and Technology Protection for the Air Force Research Laboratory and Department of the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management. b) Security risk review for these subject proposals will be developed for all proposed Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on information disclosed in a Research and Related Senior and Key Person Profile and Security Questionnaire. In addition, any accompanying or referenced documents, publicly available information, and information contained in internal U.S. Government databases will be utilized in risk reviews. Nationality or citizenship is not a factor in the security risk reviews. c) When considering all external engagements, AFRL incorporates a holistic decision-making process that encompasses technical and security factors. The security review method implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level (RAL) within the organization. The objective analysis of the security risk factors is conducted to empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E Memorandum dated 6 Jun 2023 t. The potential security risk factors are set forth below: Potential security risk factors: (see TACTICAL BAA Announcement_20241112 update in Attachments for image) Actions Required by Applicants at proposal or white paper submission: a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required to submit the following documentation with their proposal: (i) Standard Form 424, “Research and Related Senior and Key Person Profile (Expanded) AND (ii) Security Program Questionnaire AND (iii) “Privacy Act Statement” consent form for each Covered Individual that is also signed by the Applicant as that Individual’s Sponsor. In the event a security risk is identified, and the Government has determined the security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and informed of the termination/decline of award. The Government will only provide a general statement of the reasoning due to Government OPSEC measures. By submission of the Research and Related Senior Key Person Profile and Security Program Questionnaire, the Applicant agrees to comply with the following: a. To certify that each covered individual who is listed on the application has been made aware: (1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. § 6605; and (2) that false representations may be subject to prosecution and liability pursuant to, but not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National Science and Technology Council Guidance for Implementing National Security Presidential Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-Supported Research and Development (January 2022). b. To establish and maintain an internal process or procedure to address foreign talent programs, conflicts of commitment, conflicts of interest, and research integrity. c. To exercise due diligence to identify Foreign Components or participation by Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share such information with the Government upon request. Actions Required by Covered Individuals: a. Covered Individual. An individual who contributes in a substantive, meaningful way to the scientific development or execution of a research and development project proposed to be carried out with a research and development award from a Federal research agency; and is designated as a covered individual by the Federal research agency concerned. See 42 U.S.C. § 6605, Definitions. (For purposes of this BAA, “covered individuals” are all Senior/Key Personnel.) b. Federal law requires that all current and pending research support, as defined by 42 U.S.C. §6605, must be disclosed at the time of proposal submission, for all covered individuals. The Government may require an updated disclosure during the performance of any research project selected for funding. The Government will require an updated disclosure whenever covered individuals are added or identified as performing under the funded project. c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such signed statement to the applicant for submission with the proposal. d. Any decision to accept a proposal for funding under this announcement will include full reliance on the individual’s statements. Failure to report fully and completely all sources of project support and outside positions and affiliations may be considered a material statement within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of Federal law. Actions required by Performers during period of performance: a. Applicant/Recipient will be required to re-submit the Research and Related Senior and Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s) is to be added or identified as performing under the funded project, a new Research and Related Senior and Key Person Profile will be required prior to continued performance. b. If, at any time, during performance of this award, the Applicant/Recipient learns that its Senior/Key Research Personnel (including any sub awardee personnel who receive this designation) are or are believed to be participants in a Foreign Government Talent Program or have Foreign Components with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer, the Applicant/recipient will notify the Contracting/Grants Officer within 5 business days of awareness. c. This disclosure must include specific information as to the personnel involved and the nature of the situation and relationship. The Government will review this information and conduct any necessary fact-finding or discussion with the Applicant/Recipient. The Government’s determination on disclosure may include acceptance, mitigation, or termination of the award. d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award are participating in a Foreign Government Talent Program or have a Foreign Component with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer may result in the Government exercising remedies in accordance with federal law and regulation. e. The provisions concerning this disclosure will be included in each award. f. The Applicant/Recipient will be required to flow down this provision to all sub awardees who have personnel designated as Senior/Key Research Personnel as a result of their involvement in the performance of the research. Additionally, the purpose of this amendment is to revise the TACTICAL Government Furnished Property Clause list in Section I paragraph 10 (formerly Section I paragraph 9) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: a) Government Furnished Property (GFP): To be determined for each award. In accordance with FAR 45.201(b), the contractor is responsible for all costs related to making the property available for use, such as payment of all transportation, installation, or rehabilitation costs. If GFP is requested in a proposal, the following clauses/provisions apply: (i) FAR 52.245-1 Government Property or FAR 52.245-1, Alt II if the resulting contract is with a nonprofit organization or applied research at nonprofit organizations (SEP 2021) (ii) FAR 52.245-9 Use and Charges (APR 2012) (iii) DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012) (iii) DFARS 252.245-7005, Management and Reporting of Government Property (JAN 2024) (End of Amendment) Amendment 7 – FY25 Request for Executive Summaries for Topic Area Group Inclusion (13 December 2024) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2025 through 1600 MST on 31 January 2025. AFRL intends to announce TAG members by 14 March 2025. NOTE: This request for Executive Summaries is only for entities not already included in a specific TAG. Entities already included in TAGs as posted in Amendment 3 to this BAA on 28 March 2024 are not required to re-apply for TAG inclusion by submitting an Executive Summary under this call unless they have previously been removed from a TAG. However, any entity that previously applied for a specific TAG but was NOT selected, or any entity that was removed from a specific TAG, may reapply for inclusion under this call. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 8 – Revision to FY25 Topic Area Group Inclusion (18 March 2025) AFRL has revised the date it intends to announce the FY25 update to TAG members. AFRL now intends to announce updated TAG members by 28 March 2025. (End of Amendment) Amendment 9 – FY25 Topic Area Group Members (26 March 2025) AFRL is pleased to announce the selection of the FY25 TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 26 March 2025 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 BAE Systems, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Coherent, CAGE: 22669 EO Solutions, CAGE: 9KC43 Kratos Defense, CAGE: 0WJV2 L3 Harris, CAGE: 83A08 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control BAE Systems, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Cahaba Federal, CAGE: 9QDD5 Coherent, CAGE: 22669 EO Solutions, CAGE: 9KC43 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Moog, CAGE: 94697 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration BAE Systems, CAGE: 13993 Battelle, CAGE: 79986 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Cahaba Federal, CAGE: 9QDD5 Coherent, CAGE: 22669 EO Solutions, CAGE: 9KC43 Kratos Defense, CAGE: 0WJV2 L3 Harris, CAGE: 83A08 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 ATA Engineering, CAGE: 1PWF2 BAE Systems, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Cahaba Federal, CAGE: 9QDD5 Coherent, CAGE: 22669 EO Solutions, CAGE: 9KC43 L3 Harris, CAGE: 83A08 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing ATA Engineering, CAGE: 1PWF2 BAE Systems, CAGE: 13993 Battelle, CAGE: 79986 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 University of Rochester Laboratory for Laser Energetics; CAGE: 03CZ7 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) ATA Engineering, CAGE: 1PWF2 BAE Systems, CAGE: 13993 Battelle, CAGE: 79986 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 University of Rochester Laboratory for Laser Energetics; CAGE: 03CZ7 Verus Research, CAGE: 73S36 Topic Area 7: Laser Vulnerability Assessments ATA Engineering, CAGE: 1PWF2 BAE Systems, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 Cahaba Federal, CAGE: 9QDD5 Leidos, CAGE: 5UTE0 Lockheed ...

Deadline: 11/22/2028
Posted: 3/26/2025
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment) Amendment 06 – Revision to TACTICAL Science & Technology (S&T) Program Protection language and GFP Clause List (21 November 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 9 (formerly included in Section I paragraph 8) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: 9) Science & Technology (S&T) Program Protection: Offerors are notified that subsequent Call Announcements shall include a requirement for submission of the documents identified below. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract. a) Security Risk Review. Each proposal submission will be subject to a Security Risk Review prior to selection for award. The Security Risk Review is applied to federally funded research designed to help protect Department of the Air Force Science and Technology (S&T) by identifying possible vectors of undue foreign influence. AFRL will follow all policy and procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113, Science and Technology Protection for the Air Force Research Laboratory and Department of the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management. b) Security risk review for these subject proposals will be developed for all proposed Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on information disclosed in a Research and Related Senior and Key Person Profile and Security Questionnaire. In addition, any accompanying or referenced documents, publicly available information, and information contained in internal U.S. Government databases will be utilized in risk reviews. Nationality or citizenship is not a factor in the security risk reviews. c) When considering all external engagements, AFRL incorporates a holistic decision-making process that encompasses technical and security factors. The security review method implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level (RAL) within the organization. The objective analysis of the security risk factors is conducted to empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E Memorandum dated 6 Jun 2023 t. The potential security risk factors are set forth below: Potential security risk factors: (see TACTICAL BAA Announcement_20241112 update in Attachments for image) Actions Required by Applicants at proposal or white paper submission: a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required to submit the following documentation with their proposal: (i) Standard Form 424, “Research and Related Senior and Key Person Profile (Expanded) AND (ii) Security Program Questionnaire AND (iii) “Privacy Act Statement” consent form for each Covered Individual that is also signed by the Applicant as that Individual’s Sponsor. In the event a security risk is identified, and the Government has determined the security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and informed of the termination/decline of award. The Government will only provide a general statement of the reasoning due to Government OPSEC measures. By submission of the Research and Related Senior Key Person Profile and Security Program Questionnaire, the Applicant agrees to comply with the following: a. To certify that each covered individual who is listed on the application has been made aware: (1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. § 6605; and (2) that false representations may be subject to prosecution and liability pursuant to, but not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National Science and Technology Council Guidance for Implementing National Security Presidential Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-Supported Research and Development (January 2022). b. To establish and maintain an internal process or procedure to address foreign talent programs, conflicts of commitment, conflicts of interest, and research integrity. c. To exercise due diligence to identify Foreign Components or participation by Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share such information with the Government upon request. Actions Required by Covered Individuals: a. Covered Individual. An individual who contributes in a substantive, meaningful way to the scientific development or execution of a research and development project proposed to be carried out with a research and development award from a Federal research agency; and is designated as a covered individual by the Federal research agency concerned. See 42 U.S.C. § 6605, Definitions. (For purposes of this BAA, “covered individuals” are all Senior/Key Personnel.) b. Federal law requires that all current and pending research support, as defined by 42 U.S.C. §6605, must be disclosed at the time of proposal submission, for all covered individuals. The Government may require an updated disclosure during the performance of any research project selected for funding. The Government will require an updated disclosure whenever covered individuals are added or identified as performing under the funded project. c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such signed statement to the applicant for submission with the proposal. d. Any decision to accept a proposal for funding under this announcement will include full reliance on the individual’s statements. Failure to report fully and completely all sources of project support and outside positions and affiliations may be considered a material statement within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of Federal law. Actions required by Performers during period of performance: a. Applicant/Recipient will be required to re-submit the Research and Related Senior and Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s) is to be added or identified as performing under the funded project, a new Research and Related Senior and Key Person Profile will be required prior to continued performance. b. If, at any time, during performance of this award, the Applicant/Recipient learns that its Senior/Key Research Personnel (including any sub awardee personnel who receive this designation) are or are believed to be participants in a Foreign Government Talent Program or have Foreign Components with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer, the Applicant/recipient will notify the Contracting/Grants Officer within 5 business days of awareness. c. This disclosure must include specific information as to the personnel involved and the nature of the situation and relationship. The Government will review this information and conduct any necessary fact-finding or discussion with the Applicant/Recipient. The Government’s determination on disclosure may include acceptance, mitigation, or termination of the award. d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award are participating in a Foreign Government Talent Program or have a Foreign Component with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer may result in the Government exercising remedies in accordance with federal law and regulation. e. The provisions concerning this disclosure will be included in each award. f. The Applicant/Recipient will be required to flow down this provision to all sub awardees who have personnel designated as Senior/Key Research Personnel as a result of their involvement in the performance of the research. Additionally, the purpose of this amendment is to revise the TACTICAL Government Furnished Property Clause list in Section I paragraph 10 (formerly Section I paragraph 9) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: a) Government Furnished Property (GFP): To be determined for each award. In accordance with FAR 45.201(b), the contractor is responsible for all costs related to making the property available for use, such as payment of all transportation, installation, or rehabilitation costs. If GFP is requested in a proposal, the following clauses/provisions apply: (i) FAR 52.245-1 Government Property or FAR 52.245-1, Alt II if the resulting contract is with a nonprofit organization or applied research at nonprofit organizations (SEP 2021) (ii) FAR 52.245-9 Use and Charges (APR 2012) (iii) DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012) (iii) DFARS 252.245-7005, Management and Reporting of Government Property (JAN 2024) (End of Amendment) Amendment 07 – FY25 Request for Executive Summaries for Topic Area Group Inclusion (13 December 2024) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2025 through 1600 MST on 31 January 2025. AFRL intends to announce TAG members by 14 March 2025. NOTE: This request for Executive Summaries is only for entities not already included in a specific TAG. Entities already included in TAGs as posted in Amendment 3 to this BAA on 28 March 2024 are not required to re-apply for TAG inclusion by submitting an Executive Summary under this call unless they have previously been removed from a TAG. However, any entity that previously applied for a specific TAG but was NOT selected, or any entity that was removed from a specific TAG, may reapply for inclusion under this call. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 8 – Revision to FY25 Topic Area Group Inclusion (18 March 2025) AFRL has revised the date it intends to announce the FY25 update to TAG members. AFRL now intends to announce updated TAG members by 28 March 2025. (End of Amendment)

Deadline: 11/22/2028
Posted: 3/18/2025
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment) Amendment 06 – Revision to TACTICAL Science & Technology (S&T) Program Protection language and GFP Clause List (21 November 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 9 (formerly included in Section I paragraph 8) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: 9) Science & Technology (S&T) Program Protection: Offerors are notified that subsequent Call Announcements shall include a requirement for submission of the documents identified below. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract. a) Security Risk Review. Each proposal submission will be subject to a Security Risk Review prior to selection for award. The Security Risk Review is applied to federally funded research designed to help protect Department of the Air Force Science and Technology (S&T) by identifying possible vectors of undue foreign influence. AFRL will follow all policy and procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113, Science and Technology Protection for the Air Force Research Laboratory and Department of the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management. b) Security risk review for these subject proposals will be developed for all proposed Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on information disclosed in a Research and Related Senior and Key Person Profile and Security Questionnaire. In addition, any accompanying or referenced documents, publicly available information, and information contained in internal U.S. Government databases will be utilized in risk reviews. Nationality or citizenship is not a factor in the security risk reviews. c) When considering all external engagements, AFRL incorporates a holistic decision-making process that encompasses technical and security factors. The security review method implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level (RAL) within the organization. The objective analysis of the security risk factors is conducted to empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E Memorandum dated 6 Jun 2023 t. The potential security risk factors are set forth below: Potential security risk factors: (see TACTICAL BAA Announcement_20241112 update in Attachments for image) Actions Required by Applicants at proposal or white paper submission: a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required to submit the following documentation with their proposal: (i) Standard Form 424, “Research and Related Senior and Key Person Profile (Expanded) AND (ii) Security Program Questionnaire AND (iii) “Privacy Act Statement” consent form for each Covered Individual that is also signed by the Applicant as that Individual’s Sponsor. In the event a security risk is identified, and the Government has determined the security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and informed of the termination/decline of award. The Government will only provide a general statement of the reasoning due to Government OPSEC measures. By submission of the Research and Related Senior Key Person Profile and Security Program Questionnaire, the Applicant agrees to comply with the following: a. To certify that each covered individual who is listed on the application has been made aware: (1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. § 6605; and (2) that false representations may be subject to prosecution and liability pursuant to, but not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National Science and Technology Council Guidance for Implementing National Security Presidential Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-Supported Research and Development (January 2022). b. To establish and maintain an internal process or procedure to address foreign talent programs, conflicts of commitment, conflicts of interest, and research integrity. c. To exercise due diligence to identify Foreign Components or participation by Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share such information with the Government upon request. Actions Required by Covered Individuals: a. Covered Individual. An individual who contributes in a substantive, meaningful way to the scientific development or execution of a research and development project proposed to be carried out with a research and development award from a Federal research agency; and is designated as a covered individual by the Federal research agency concerned. See 42 U.S.C. § 6605, Definitions. (For purposes of this BAA, “covered individuals” are all Senior/Key Personnel.) b. Federal law requires that all current and pending research support, as defined by 42 U.S.C. §6605, must be disclosed at the time of proposal submission, for all covered individuals. The Government may require an updated disclosure during the performance of any research project selected for funding. The Government will require an updated disclosure whenever covered individuals are added or identified as performing under the funded project. c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such signed statement to the applicant for submission with the proposal. d. Any decision to accept a proposal for funding under this announcement will include full reliance on the individual’s statements. Failure to report fully and completely all sources of project support and outside positions and affiliations may be considered a material statement within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of Federal law. Actions required by Performers during period of performance: a. Applicant/Recipient will be required to re-submit the Research and Related Senior and Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s) is to be added or identified as performing under the funded project, a new Research and Related Senior and Key Person Profile will be required prior to continued performance. b. If, at any time, during performance of this award, the Applicant/Recipient learns that its Senior/Key Research Personnel (including any sub awardee personnel who receive this designation) are or are believed to be participants in a Foreign Government Talent Program or have Foreign Components with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer, the Applicant/recipient will notify the Contracting/Grants Officer within 5 business days of awareness. c. This disclosure must include specific information as to the personnel involved and the nature of the situation and relationship. The Government will review this information and conduct any necessary fact-finding or discussion with the Applicant/Recipient. The Government’s determination on disclosure may include acceptance, mitigation, or termination of the award. d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award are participating in a Foreign Government Talent Program or have a Foreign Component with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer may result in the Government exercising remedies in accordance with federal law and regulation. e. The provisions concerning this disclosure will be included in each award. f. The Applicant/Recipient will be required to flow down this provision to all sub awardees who have personnel designated as Senior/Key Research Personnel as a result of their involvement in the performance of the research. Additionally, the purpose of this amendment is to revise the TACTICAL Government Furnished Property Clause list in Section I paragraph 10 (formerly Section I paragraph 9) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: a) Government Furnished Property (GFP): To be determined for each award. In accordance with FAR 45.201(b), the contractor is responsible for all costs related to making the property available for use, such as payment of all transportation, installation, or rehabilitation costs. If GFP is requested in a proposal, the following clauses/provisions apply: (i) FAR 52.245-1 Government Property or FAR 52.245-1, Alt II if the resulting contract is with a nonprofit organization or applied research at nonprofit organizations (SEP 2021) (ii) FAR 52.245-9 Use and Charges (APR 2012) (iii) DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012) (iii) DFARS 252.245-7005, Management and Reporting of Government Property (JAN 2024) (End of Amendment) Amendment 07 – FY25 Request for Executive Summaries for Topic Area Group Inclusion (13 December 2024) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2025 through 1600 MST on 31 January 2025. AFRL intends to announce TAG members by 14 March 2025. NOTE: This request for Executive Summaries is only for entities not already included in a specific TAG. Entities already included in TAGs as posted in Amendment 3 to this BAA on 28 March 2024 are not required to re-apply for TAG inclusion by submitting an Executive Summary under this call unless they have previously been removed from a TAG. However, any entity that previously applied for a specific TAG but was NOT selected, or any entity that was removed from a specific TAG, may reapply for inclusion under this call. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment)

Deadline: 11/22/2028
Posted: 12/13/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment) Amendment 06 – Revision to TACTICAL Science & Technology (S&T) Program Protection language and GFP Clause List (21 November 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 9 (formerly included in Section I paragraph 8) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: 9) Science & Technology (S&T) Program Protection: Offerors are notified that subsequent Call Announcements shall include a requirement for submission of the documents identified below. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract. a) Security Risk Review. Each proposal submission will be subject to a Security Risk Review prior to selection for award. The Security Risk Review is applied to federally funded research designed to help protect Department of the Air Force Science and Technology (S&T) by identifying possible vectors of undue foreign influence. AFRL will follow all policy and procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113, Science and Technology Protection for the Air Force Research Laboratory and Department of the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management. b) Security risk review for these subject proposals will be developed for all proposed Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on information disclosed in a Research and Related Senior and Key Person Profile and Security Questionnaire. In addition, any accompanying or referenced documents, publicly available information, and information contained in internal U.S. Government databases will be utilized in risk reviews. Nationality or citizenship is not a factor in the security risk reviews. c) When considering all external engagements, AFRL incorporates a holistic decision-making process that encompasses technical and security factors. The security review method implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level (RAL) within the organization. The objective analysis of the security risk factors is conducted to empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E Memorandum dated 6 Jun 2023 t. The potential security risk factors are set forth below: Potential security risk factors: (see TACTICAL BAA Announcement_20241112 update in Attachments for image) Actions Required by Applicants at proposal or white paper submission: a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required to submit the following documentation with their proposal: (i) Standard Form 424, “Research and Related Senior and Key Person Profile (Expanded) AND (ii) Security Program Questionnaire AND (iii) “Privacy Act Statement” consent form for each Covered Individual that is also signed by the Applicant as that Individual’s Sponsor. In the event a security risk is identified, and the Government has determined the security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and informed of the termination/decline of award. The Government will only provide a general statement of the reasoning due to Government OPSEC measures. By submission of the Research and Related Senior Key Person Profile and Security Program Questionnaire, the Applicant agrees to comply with the following: a. To certify that each covered individual who is listed on the application has been made aware: (1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. § 6605; and (2) that false representations may be subject to prosecution and liability pursuant to, but not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National Science and Technology Council Guidance for Implementing National Security Presidential Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-Supported Research and Development (January 2022). b. To establish and maintain an internal process or procedure to address foreign talent programs, conflicts of commitment, conflicts of interest, and research integrity. c. To exercise due diligence to identify Foreign Components or participation by Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share such information with the Government upon request. Actions Required by Covered Individuals: a. Covered Individual. An individual who contributes in a substantive, meaningful way to the scientific development or execution of a research and development project proposed to be carried out with a research and development award from a Federal research agency; and is designated as a covered individual by the Federal research agency concerned. See 42 U.S.C. § 6605, Definitions. (For purposes of this BAA, “covered individuals” are all Senior/Key Personnel.) b. Federal law requires that all current and pending research support, as defined by 42 U.S.C. §6605, must be disclosed at the time of proposal submission, for all covered individuals. The Government may require an updated disclosure during the performance of any research project selected for funding. The Government will require an updated disclosure whenever covered individuals are added or identified as performing under the funded project. c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such signed statement to the applicant for submission with the proposal. d. Any decision to accept a proposal for funding under this announcement will include full reliance on the individual’s statements. Failure to report fully and completely all sources of project support and outside positions and affiliations may be considered a material statement within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of Federal law. Actions required by Performers during period of performance: a. Applicant/Recipient will be required to re-submit the Research and Related Senior and Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s) is to be added or identified as performing under the funded project, a new Research and Related Senior and Key Person Profile will be required prior to continued performance. b. If, at any time, during performance of this award, the Applicant/Recipient learns that its Senior/Key Research Personnel (including any sub awardee personnel who receive this designation) are or are believed to be participants in a Foreign Government Talent Program or have Foreign Components with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer, the Applicant/recipient will notify the Contracting/Grants Officer within 5 business days of awareness. c. This disclosure must include specific information as to the personnel involved and the nature of the situation and relationship. The Government will review this information and conduct any necessary fact-finding or discussion with the Applicant/Recipient. The Government’s determination on disclosure may include acceptance, mitigation, or termination of the award. d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award are participating in a Foreign Government Talent Program or have a Foreign Component with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer may result in the Government exercising remedies in accordance with federal law and regulation. e. The provisions concerning this disclosure will be included in each award. f. The Applicant/Recipient will be required to flow down this provision to all sub awardees who have personnel designated as Senior/Key Research Personnel as a result of their involvement in the performance of the research. Additionally, the purpose of this amendment is to revise the TACTICAL Government Furnished Property Clause list in Section I paragraph 10 (formerly Section I paragraph 9) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: a) Government Furnished Property (GFP): To be determined for each award. In accordance with FAR 45.201(b), the contractor is responsible for all costs related to making the property available for use, such as payment of all transportation, installation, or rehabilitation costs. If GFP is requested in a proposal, the following clauses/provisions apply: (i) FAR 52.245-1 Government Property or FAR 52.245-1, Alt II if the resulting contract is with a nonprofit organization or applied research at nonprofit organizations (SEP 2021) (ii) FAR 52.245-9 Use and Charges (APR 2012) (iii) DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012) (iii) DFARS 252.245-7005, Management and Reporting of Government Property (JAN 2024) (End of Amendment) Amendment 07 – FY25 Request for Executive Summaries for Topic Area Group Inclusion (13 December 2024) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2025 through 1600 MST on 31 January 2025. AFRL intends to announce TAG members by 14 March 2025. NOTE: This request for Executive Summaries is only for entities not already included in a specific TAG. Entities already included in TAGs as posted in Amendment 3 to this BAA on 28 March 2024 are not required to re-apply for TAG inclusion by submitting an Executive Summary under this call unless they have previously been removed from a TAG. However, any entity that previously applied for a specific TAG but was NOT selected, or any entity that was removed from a specific TAG, may reapply for inclusion under this call. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment)

Deadline: 11/22/2028
Posted: 12/13/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment) Amendment 06 – Revision to TACTICAL Science & Technology (S&T) Program Protection language and GFP Clause List (21 November 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 9 (formerly included in Section I paragraph 8) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: 9) Science & Technology (S&T) Program Protection: Offerors are notified that subsequent Call Announcements shall include a requirement for submission of the documents identified below. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract. a) Security Risk Review. Each proposal submission will be subject to a Security Risk Review prior to selection for award. The Security Risk Review is applied to federally funded research designed to help protect Department of the Air Force Science and Technology (S&T) by identifying possible vectors of undue foreign influence. AFRL will follow all policy and procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113, Science and Technology Protection for the Air Force Research Laboratory and Department of the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management. b) Security risk review for these subject proposals will be developed for all proposed Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on information disclosed in a Research and Related Senior and Key Person Profile and Security Questionnaire. In addition, any accompanying or referenced documents, publicly available information, and information contained in internal U.S. Government databases will be utilized in risk reviews. Nationality or citizenship is not a factor in the security risk reviews. c) When considering all external engagements, AFRL incorporates a holistic decision-making process that encompasses technical and security factors. The security review method implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level (RAL) within the organization. The objective analysis of the security risk factors is conducted to empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E Memorandum dated 6 Jun 2023 t. The potential security risk factors are set forth below: Potential security risk factors: (see TACTICAL BAA Announcement_20241112 update in Attachments for image) Actions Required by Applicants at proposal or white paper submission: a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required to submit the following documentation with their proposal: (i) Standard Form 424, “Research and Related Senior and Key Person Profile (Expanded) AND (ii) Security Program Questionnaire AND (iii) “Privacy Act Statement” consent form for each Covered Individual that is also signed by the Applicant as that Individual’s Sponsor. In the event a security risk is identified, and the Government has determined the security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and informed of the termination/decline of award. The Government will only provide a general statement of the reasoning due to Government OPSEC measures. By submission of the Research and Related Senior Key Person Profile and Security Program Questionnaire, the Applicant agrees to comply with the following: a. To certify that each covered individual who is listed on the application has been made aware: (1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. § 6605; and (2) that false representations may be subject to prosecution and liability pursuant to, but not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National Science and Technology Council Guidance for Implementing National Security Presidential Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-Supported Research and Development (January 2022). b. To establish and maintain an internal process or procedure to address foreign talent programs, conflicts of commitment, conflicts of interest, and research integrity. c. To exercise due diligence to identify Foreign Components or participation by Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share such information with the Government upon request. Actions Required by Covered Individuals: a. Covered Individual. An individual who contributes in a substantive, meaningful way to the scientific development or execution of a research and development project proposed to be carried out with a research and development award from a Federal research agency; and is designated as a covered individual by the Federal research agency concerned. See 42 U.S.C. § 6605, Definitions. (For purposes of this BAA, “covered individuals” are all Senior/Key Personnel.) b. Federal law requires that all current and pending research support, as defined by 42 U.S.C. §6605, must be disclosed at the time of proposal submission, for all covered individuals. The Government may require an updated disclosure during the performance of any research project selected for funding. The Government will require an updated disclosure whenever covered individuals are added or identified as performing under the funded project. c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such signed statement to the applicant for submission with the proposal. d. Any decision to accept a proposal for funding under this announcement will include full reliance on the individual’s statements. Failure to report fully and completely all sources of project support and outside positions and affiliations may be considered a material statement within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of Federal law. Actions required by Performers during period of performance: a. Applicant/Recipient will be required to re-submit the Research and Related Senior and Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s) is to be added or identified as performing under the funded project, a new Research and Related Senior and Key Person Profile will be required prior to continued performance. b. If, at any time, during performance of this award, the Applicant/Recipient learns that its Senior/Key Research Personnel (including any sub awardee personnel who receive this designation) are or are believed to be participants in a Foreign Government Talent Program or have Foreign Components with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer, the Applicant/recipient will notify the Contracting/Grants Officer within 5 business days of awareness. c. This disclosure must include specific information as to the personnel involved and the nature of the situation and relationship. The Government will review this information and conduct any necessary fact-finding or discussion with the Applicant/Recipient. The Government’s determination on disclosure may include acceptance, mitigation, or termination of the award. d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award are participating in a Foreign Government Talent Program or have a Foreign Component with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer may result in the Government exercising remedies in accordance with federal law and regulation. e. The provisions concerning this disclosure will be included in each award. f. The Applicant/Recipient will be required to flow down this provision to all sub awardees who have personnel designated as Senior/Key Research Personnel as a result of their involvement in the performance of the research. Additionally, the purpose of this amendment is to revise the TACTICAL Government Furnished Property Clause list in Section I paragraph 10 (formerly Section I paragraph 9) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: a) Government Furnished Property (GFP): To be determined for each award. In accordance with FAR 45.201(b), the contractor is responsible for all costs related to making the property available for use, such as payment of all transportation, installation, or rehabilitation costs. If GFP is requested in a proposal, the following clauses/provisions apply: (i) FAR 52.245-1 Government Property or FAR 52.245-1, Alt II if the resulting contract is with a nonprofit organization or applied research at nonprofit organizations (SEP 2021) (ii) FAR 52.245-9 Use and Charges (APR 2012) (iii) DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012) (iii) DFARS 252.245-7005, Management and Reporting of Government Property (JAN 2024) (End of Amendment) Amendment 07 – FY25 Request for Executive Summaries for Topic Area Group Inclusion (13 December 2024) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2025 through 1600 MST on 31 January 2025. AFRL intends to announce TAG members by 14 March 2025. NOTE: This request for Executive Summaries is only for entities not already included in a specific TAG. Entities already included in TAGs as posted in Amendment 3 to this BAA on 28 March 2024 are not required to re-apply for TAG inclusion by submitting an Executive Summary under this call unless they have previously been removed from a TAG. However, any entity that previously applied for a specific TAG but was NOT selected, or any entity that was removed from a specific TAG, may reapply for inclusion under this call. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment)

Deadline: 11/22/2028
Posted: 12/13/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment) Amendment 06 – Revision to TACTICAL Science & Technology (S&T) Program Protection language and GFP Clause List (21 November 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 9 (formerly included in Section I paragraph 8) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: 9) Science & Technology (S&T) Program Protection: Offerors are notified that subsequent Call Announcements shall include a requirement for submission of the documents identified below. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract. a) Security Risk Review. Each proposal submission will be subject to a Security Risk Review prior to selection for award. The Security Risk Review is applied to federally funded research designed to help protect Department of the Air Force Science and Technology (S&T) by identifying possible vectors of undue foreign influence. AFRL will follow all policy and procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113, Science and Technology Protection for the Air Force Research Laboratory and Department of the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management. b) Security risk review for these subject proposals will be developed for all proposed Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on information disclosed in a Research and Related Senior and Key Person Profile and Security Questionnaire. In addition, any accompanying or referenced documents, publicly available information, and information contained in internal U.S. Government databases will be utilized in risk reviews. Nationality or citizenship is not a factor in the security risk reviews. c) When considering all external engagements, AFRL incorporates a holistic decision-making process that encompasses technical and security factors. The security review method implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level (RAL) within the organization. The objective analysis of the security risk factors is conducted to empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E Memorandum dated 6 Jun 2023 t. The potential security risk factors are set forth below: Potential security risk factors: (see TACTICAL BAA Announcement_20241112 update in Attachments for image) Actions Required by Applicants at proposal or white paper submission: a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required to submit the following documentation with their proposal: (i) Standard Form 424, “Research and Related Senior and Key Person Profile (Expanded) AND (ii) Security Program Questionnaire AND (iii) “Privacy Act Statement” consent form for each Covered Individual that is also signed by the Applicant as that Individual’s Sponsor. In the event a security risk is identified, and the Government has determined the security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and informed of the termination/decline of award. The Government will only provide a general statement of the reasoning due to Government OPSEC measures. By submission of the Research and Related Senior Key Person Profile and Security Program Questionnaire, the Applicant agrees to comply with the following: a. To certify that each covered individual who is listed on the application has been made aware: (1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. § 6605; and (2) that false representations may be subject to prosecution and liability pursuant to, but not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National Science and Technology Council Guidance for Implementing National Security Presidential Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-Supported Research and Development (January 2022). b. To establish and maintain an internal process or procedure to address foreign talent programs, conflicts of commitment, conflicts of interest, and research integrity. c. To exercise due diligence to identify Foreign Components or participation by Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share such information with the Government upon request. Actions Required by Covered Individuals: a. Covered Individual. An individual who contributes in a substantive, meaningful way to the scientific development or execution of a research and development project proposed to be carried out with a research and development award from a Federal research agency; and is designated as a covered individual by the Federal research agency concerned. See 42 U.S.C. § 6605, Definitions. (For purposes of this BAA, “covered individuals” are all Senior/Key Personnel.) b. Federal law requires that all current and pending research support, as defined by 42 U.S.C. §6605, must be disclosed at the time of proposal submission, for all covered individuals. The Government may require an updated disclosure during the performance of any research project selected for funding. The Government will require an updated disclosure whenever covered individuals are added or identified as performing under the funded project. c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such signed statement to the applicant for submission with the proposal. d. Any decision to accept a proposal for funding under this announcement will include full reliance on the individual’s statements. Failure to report fully and completely all sources of project support and outside positions and affiliations may be considered a material statement within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of Federal law. Actions required by Performers during period of performance: a. Applicant/Recipient will be required to re-submit the Research and Related Senior and Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s) is to be added or identified as performing under the funded project, a new Research and Related Senior and Key Person Profile will be required prior to continued performance. b. If, at any time, during performance of this award, the Applicant/Recipient learns that its Senior/Key Research Personnel (including any sub awardee personnel who receive this designation) are or are believed to be participants in a Foreign Government Talent Program or have Foreign Components with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer, the Applicant/recipient will notify the Contracting/Grants Officer within 5 business days of awareness. c. This disclosure must include specific information as to the personnel involved and the nature of the situation and relationship. The Government will review this information and conduct any necessary fact-finding or discussion with the Applicant/Recipient. The Government’s determination on disclosure may include acceptance, mitigation, or termination of the award. d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award are participating in a Foreign Government Talent Program or have a Foreign Component with a strategic competitor or country with a history of targeting U.S. technology for unauthorized transfer may result in the Government exercising remedies in accordance with federal law and regulation. e. The provisions concerning this disclosure will be included in each award. f. The Applicant/Recipient will be required to flow down this provision to all sub awardees who have personnel designated as Senior/Key Research Personnel as a result of their involvement in the performance of the research. Additionally, the purpose of this amendment is to revise the TACTICAL Government Furnished Property Clause list in Section I paragraph 10 (formerly Section I paragraph 9) of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: a) Government Furnished Property (GFP): To be determined for each award. In accordance with FAR 45.201(b), the contractor is responsible for all costs related to making the property available for use, such as payment of all transportation, installation, or rehabilitation costs. If GFP is requested in a proposal, the following clauses/provisions apply: (i) FAR 52.245-1 Government Property or FAR 52.245-1, Alt II if the resulting contract is with a nonprofit organization or applied research at nonprofit organizations (SEP 2021) (ii) FAR 52.245-9 Use and Charges (APR 2012) (iii) DFARS 252.245-7003, Contractor Property Management System Administration (APR 2012) (iii) DFARS 252.245-7005, Management and Reporting of Government Property (JAN 2024) (End of Amendment)

Deadline: 11/22/2028
Posted: 11/21/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment) Amendment 5 – Virtual Industry Day AFRL Directed Energy will be hosting a Virtual Industry Day. Date: Wednesday, 6 Nov 2024 Location: Virtual Only (Tentative platform: Microsoft Teams Conference) Schedule: 0900-1000 RDL Laser Division Q&A Session 1000-1100 RDS Space Electro-Optics Q&A Session 1300-1400 RDH High Power Electro-Magnetics Q&A Session 1400-1500 RDM Modeling, Simulation & Wargaming Q&A Session Discussion Level: Controlled Unclassified Information (CUI). Participants are required to have a current and active DD Form 2345 to access or participate in any virtual Q&A session Registered participants may attend one, some, or all the Q&A sessions REGISTRATION LINK: https://forms.osi.apps.mil/r/h8zZpZdnhT Registration closes Wednesday, 30 Oct 24 at 1700 MT. After the registration form is submitted, AFRL will verify the status of the DD Form 2345 and will send a confirmation email that the registration is complete. A subsequent email will be sent no later than 4 Nov 2024 with the links to the Q&A session. (End of Amendment)

Deadline: 11/22/2028
Posted: 10/8/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment)

Deadline: 11/22/2028
Posted: 4/2/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment)

Deadline: 11/22/2028
Posted: 4/2/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment, the Government will not award the contract at this time. (End of Amendment)

Deadline: 11/22/2028
Posted: 4/2/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment. The Government will not award the contract at this time. (End of Amendment)

Deadline: 11/22/2028
Posted: 3/29/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment. The Government will not award the contract at this time. (End of Amendment)

Deadline: 11/22/2028
Posted: 3/29/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment) Amendment 4 – Revision to TACTICAL Science & Technology (S&T) Program Protection language (29 March 2024) The purpose of this amendment is to revise the TACTICAL Science & Technology (S&T) Program Protection language included in Section I paragraph 8 of the TACTICAL full text announcement included in the attachments. The revised paragraph is as follows: e. Science & Technology (S&T) Program Protection: Offerors notified that subsequent Call Announcements shall include a requirement for submission of: 1.) A completed Standard Form (SF 424), Research and Related Senior/Key Person Profile (Expanded) Form (See Attachments) for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire (See Attachments). Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine an Offeror unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire. During the security review process, if it is determined that personnel listed to perform work are identified as potentially having a conflict of interest/commitment. The Government will not award the contract at this time. (End of Amendment)

Deadline: 11/22/2028
Posted: 3/29/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment) Amendment 3 –FY24 Topic Area Group Members (28 March 2024) AFRL is pleased to announce the establishment of the TACTICAL Topic Area Groups (TAG). NOTE: There is no appeal process for any Executive Summary (ES) submission evaluated as “Selected” or “Not Selected”. The only feedback that will be provided is captured under the Executive Summary Review Forms provided as a response to Offeror Executive Summaries. For any Offerors not included in the TAG list below, AFRL welcomes Offerors to submit an ES for inclusion in topic areas in response to any future TACTICAL Request for Executive Summary announcements on this Broad Agency Announcement (BAA). However, executive Summaries will only be accepted during the time periods specified in TACTICAL Requests for Executive Summary announcements posted to this announcement. The Selected/Technically Qualified TACTICAL Topic Area Group (TAG) Members as of 28 March 2024 are as follows: Topic Area 1: Laser Sources Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 1KPW4 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Physical Sciences, CAGE: 8K901 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 2: Aero-Effects & Beam Control Ball Aerospace, CAGE: 13993 Blue Halo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Verus Research, CAGE: 73S36 Topic Area 3: Laser System Technologies, Integration and Demonstration Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Tau Technologies, CAGE: 35PU6 Topic Area 4: Laser System Modeling & Simulation AMP Research, CAGE: 0M5Z2 Ball Aerospace, CAGE: 1KPW4 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0YBJ7 EO Solutions, CAGE: 9KC43 II-VI, CAGE: 22669 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Northrop Grumman, CAGE: 11982 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Topic Area 5: Laser Interaction Testing Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Topic Area 6: Laser Interaction Modeling and Simulation (M&S) Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 7: Laser Vulnerability Assessments Ball Aerospace, CAGE: 1KPW4 Boeing, CAGE: 0YBJ7 Leidos, CAGE: 5UTE0 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Topic Area 8: Satellite Custody and Characterization (SCC) Arete Associates, CAGE: 8N501 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 Topic Area 9: Identification (ID) and Characterization Using Alternate Electro-Optics (EO) Phenomenologies Arete Associates, CAGE: 8N501 Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 II-VI, CAGE: 22669 Lockheed Martin, CAGE: 06887 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Topic Area 10: Artificial Intelligence (AI) and Autonomy for Space Domain Awareness (SDA) Ball Aerospace, CAGE: 13993 BlueHalo, CAGE: 0EXA1 Boeing, CAGE: 0AMC0 EO Solutions, CAGE: 9KC43 Lockheed Martin, CAGE: 65113 Maxar, CAGE: 3M4K0 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Tau Technologies, CAGE: 35PU6 True Anomaly, CAGE: 9BGF6 Verus Research, CAGE: 73S36 Topic Area 11: High Power Electromagnetics (HPEM) Modeling and Effects BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Verus Research, CAGE: 73S36 Topic Area 12: HPEM Sources and Components BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 13: HPEM Applications BlueHalo, CAGE: 0EXA1 Epirus, CAGE: 86E60 Kratos Defense, CAGE: 0WJV2 Leidos, CAGE: 5UTE0 Raytheon, CAGE: 15090 Sem-Sol, CAGE: 7F6M2 Stellar Science, CAGE: 1MZG2 Verus Research, CAGE: 73S36 Topic Area 14: Wargaming BlueHalo, CAGE: 0EXA1 Lockheed Martin, CAGE: 0WMS3 Radiance Technologies, CAGE: 1H1J5 Raytheon, CAGE: 4U884 Stellar Science, CAGE: 1MZG2 Survice, CAGE: 7T988 Tau Technologies, CAGE: 35PU6 Verus Research, CAGE: 73S36 The TAG members listed above will be included in any future Request for Proposal (RFP) or Request for White Paper (RFWP) for Topic Area Groups. Inclusion in a Topic Area Group does not directly result in a specific contract award. Any future contracts under Topic Area Groups will be awarded based on evaluation of proposals or white papers solicited directly from established groups Topic Area Group members. Please note, regardless of Topic Area Group membership, at any time the Government may issue Standard Calls for any Topic Area under this TACTICAL BAA announcement. (End of Amendment)

Deadline: 11/22/2028
Posted: 3/28/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 December 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment) Amendment 2 – Revision to FY24 Topic Area Group Inclusion (13 February 2024) AFRL has revised the date it intends to announce TAG members. AFRL now intends to announce TAG members by 29 March 2024. (End of Amendment)

Deadline: 11/22/2028
Posted: 2/13/2024
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact. Amendment 1 – FY24 Request for Executive Summaries for Topic Area Group Inclusion (15 Decemeber 2023) Under the Air Force Research Laboratory (AFRL) TACTICAL Broad Agency Announcement (BAA), FA945124S0001, posted on SAM.gov on 22 November 2023, AFRL is issuing this Call for Executive Summaries for inclusion into Topic Area Groups (TAGs). The Government is interested in Executive Summaries as directed in Section VII of the BAA announcement. Executive Summaries shall be tailored to one specific Topic Area. Any offeror wishing to be considered for inclusion to multiple TAGs shall submit an Executive Summary for each TAG desired. Topic Areas are listed in Section I Paragraph 5 of the BAA announcement. Submission instructions are included in Section VII of the BAA announcement. Executive Summary Review and Evaluation Procedures are listed in Section VIII of the BAA announcement. Executive Summaries will be accepted from 1 January 2024 through 1600 MST on 31 January 2024. AFRL intends to announce TAG members by 15 March 2024. TACTICAL Organizational Mailbox: afrl.rdlb.tacticalbaa@us.af.mil Offerors shall use the following naming convention for the Subject Line of the email submission: “Topic Area X: Company Name, (CAGE: XXXXX)” ***DO NOT SUBMIT CLASSIFIED EXECUTIVE SUMMARIES – If it is necessary to submit a classified Executive Summary, first send an unclassified request to the TACTICAL Org Mailbox for specific submission instructions*** (End of Amendment)

Deadline: 11/22/2028
Posted: 12/15/2023
Combined Synopsis/SolicitationNAICS: 541715.0

TACTICAL Broad Agency Announcement (BAA)

***SEE ATTACHMENTS FOR FULL TEXT OF ANNOUNCEMENT*** BROAD AGENCY ANNOUNCEMENT (BAA) FA9451-24-S-0001 Air Force Research Laboratory Directed Energy Directorate ANNOUNCEMENT OVERVIEW Initial 22 November 2023 NAICS CODE: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology), and the small business size standard is 1,000 employees. FEDERAL AGENCY NAME: Air Force Research Laboratory, Directed Energy Directorate (AFRL/RD) BROAD AGENCY ANNOUNCEMENT TITLE: TACTICAL BROAD AGENCY ANNOUNCEMENT TYPE: This is the Initial Announcement of BAA FA9451-24-S-0001, BAA With Closed Calls BROAD AGENCY ANNOUNCEMENT NUMBER: FA9451-24-S-0001 CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): Not Applicable (N/A). No assistance instrument or CFDA opportunities exist under this announcement. BRIEF PROGRAM SUMMARY: This is a five (5) year Broad Agency Announcement (BAA) describing the research areas of interest for the Directed Energy Directorate. This BAA approach allows for proposal submittals at a specified date and time, which will be posted through the issuance of Calls at various times against this BAA. This BAA will be reviewed no less frequently than annually and updates will be published in the System for Award Management (SAM) (https://sam.gov). Any changes or cancellation of the BAA will be posted as amendments to this BAA. This annual review and subsequent amendment to the BAA shall meet the requirement of Federal Acquisition Regulation (FAR) 35.016 to publish the BAA no less frequently than annually. As technical requirements are identified, Calls may be issued in SAM.gov to request proposals for specific research efforts. These subsequent Calls will contain specific descriptions of the research effort to be addressed, anticipated period of performance, information peculiar to the specific research technical topic area, and the estimated funding profile for the Call. PROPOSAL DUE DATE AND TIME: NO PROPOSALS SHOULD BE SUBMITTED AGAINST THIS OVERARCHING BAA. Proposal due dates and times will be specified in each Call announcement. Proposals received after the due date and time specified in the Call shall be governed by the provisions of the FAR 52.215-1(c)(3). It should be noted that this installation observes strict security procedures to enter the facility. These security procedures are NOT considered an interruption of normal Government processes, and proposals received after the due date and time specified in the Call because of security delays will be considered late”. Furthermore, note that if offerors utilize commercial carriers in the delivery of proposals, they may not honor time-of-day delivery guarantees on military installations. Early proposal submission is encouraged. GENERAL INFORMATION: This acquisition is unrestricted. This BAA is issued under the provisions of FAR 6.102(d)(2) that provides for the competitive selection of research proposals. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition and in full compliance with the provisions of PL 98-369, the Competition In Contracting Act of 1984. Offerors MUST monitor SAM in the event this announcement is amended, and for the posting of Calls. ANNOUNCEMENT MODIFICATIONS: Due to the dynamically evolving nature of US warfighter directed energy needs, this announcement is potentially subject to include updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor SAM to ensure they receive latest guidance to this announcement. TYPE OF CONTRACTS/INSTRUMENTS: The Air Force reserves the right to award the instrument best suited to the nature of research proposed. Accordingly, the Government may award any appropriate contract type under the Federal Acquisition Regulation. The Government anticipates that a mix of contract types will be used throughout the life of this BAA. Generally, awards under this announcement may be Cost-Plus-Fixed Fee (Completion and Term), Cost Contract, or Firm Fixed Price. There are no opportunities for Other Transactions, Grants, Cooperative Agreements, or other types of non-FAR instruments under this announcement. Cost-type contracts will require successful Offerors to have an accounting system deemed adequate by Defense Contract Audit Agency (DCAA) for tracking costs under a cost reimbursable contract (DFARS 242.75). If an Offeror does NOT have a DCAA approved accounting system, a cost-type contract cannot be awarded. ANNUAL REPRESENTATIONS AND CERTIFICATIONS: Potential offerors are notified that effective 01 Jan 2005 to be eligible for an award and in compliance with FAR 52.204-7 and DFARS 252.204-7007 Alternate A, they must submit Annual Representations and Certifications, via SAM.gov. Before submitting the electronic Annual Representations and Certifications, Contractors must be registered in the SAM Database. Online registration instructions can be accessed from the SAM at https://sam.gov. These FAR and DFAR level representations and certifications are required in addition to the representations and certifications that may be attached to each Call. ESTIMATED PROGRAM COST: Anticipated funding for the program (not per Call, contract, or award): FY24 FY25 FY26 FY27 FY28 TOTAL $100M $100M $100M $100M $99M $499M This funding profile is an estimate only and will not be a contractual obligation for funding. All funding is subject to change due to Government discretion and availability. All potential offerors should be aware that due to unanticipated budget fluctuations, funding in any or all areas may change with little or no notice. ANTICIPATED NUMBER OF AWARDS: The Air Force anticipates awarding a minimum of one contract per specific Call. However, the Air Force reserves the right to make multiple awards or no awards pursuant to a Call. There is no limit on the number of contracts that may be awarded to an individual Offeror. SYSTEM FOR AWARD MANAGEMENT (SAM) REGISTRATION: Before the Government can award a contract, an Offeror must be registered in the System for Award Management (SAM). It is in the Offeror’s interest to visit SAM and ensure that all the Offeror’s data is up to date from SAM and other databases to avoid delay in award. SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information. To register, visit https://www.sam.gov. POINT OF CONTACT: a) Administrative, technical, or contractual questions should be sent via e-mail to afrl.rdlb.tacticalbaa@us.af.mil. All requests must include a name, e-mail address, and phone number of an organizational point of contact. b) Each Call will include specific contracting points of contact.

Deadline: 11/22/2028
Posted: 11/22/2023
Combined Synopsis/SolicitationNAICS: 541715.0
Page 48 of 54