Federal Contract Opportunities

Showing 2,501-2,550 of 2,696 opportunities

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

AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution

AMMENDMENT 1 ERAM Spiral RFP. This Spiral is a request for proposals for the ERAM program Phases 1 and 2. Responses to this Spiral are limited to the original 16 vendors identified via RFI posted to SAM.gov in February 2024. All additional details can be found in the ERAM Spiral RFP attachment. The attachments listed in the RFP are attached within the PDF. Please contact Garet Simmons (robert.simmons.37@us.af.mil) with any questions or concerns. PROPOSAL RESPONSE DATE: No Later Than 24 July 2024 @ 5:00 PM (Central) The Air Force Life Cycle Management Center (AFLCMC) Armament Directorate at Eglin, AFB FL will utilize this CSO for specific future requirements. All specific requirements and submissions will be posted as Spirals with specific calls to action. This CSO may lead to FAR Part 12 or Other Transactions. This posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO. Attachment 1 WOSA Reference Architecture available upon request.

Deadline: 6/4/2029
Posted: 7/10/2024
Special Notice

AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution

The Air Force Life Cycle Management Center (AFLCMC) Armament Directorate at Eglin, AFB FL will utilize this CSO for specific future requirements. All specific requirements and submissions will be posted as Spirals with specific calls to action. This CSO may lead to FAR Part 12 or Other Transactions. This posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO. Attachment 1 WOSA Reference Architecture available upon request.

Deadline: 6/4/2029
Posted: 6/5/2024
Special Notice

AFLCMC Armament Directorate Rapid Response (ADRR) Commercial Solutions Opening (CSO) for Innovative Execution

The Air Force Life Cycle Management Center (AFLCMC) Armament Directorate at Eglin, AFB FL will utilize this CSO for specific future requirements. All specific requirements and submissions will be posted as Spirals with specific calls to action. This CSO may lead to FAR Part 12 or Other Transactions. This posting of the CSO does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not seeking proposals at this time and will not accept unsolicited proposals. No funding is currently available for the CSO.

Deadline: 6/4/2029
Posted: 6/5/2024
Special Notice

J--LAKE25-101-CC LIFT STATION PUMP REPAIR

The purpose of amendment 1 is to provide answers to questions. See attached QA. LAKE25-101-CC LIFT STATION PUMP REPAIR

Deadline: 6/6/2029
Posted: 6/4/2025
SolicitationNAICS: 237110.0

Army Rapid Capabilities And Critical Technologies Office (RCCTO) Broad Agency Announcement (BAA)

This solicitation constitutes a Broad Agency Announcement (BAA) for awards by the Army Rapid Capabilities and Critical Technologies Office (RCCTO). The Army RCCTO seeks White Papers (WP) concerning the attached Research Interests areas. The Army is not obligated to make any awards under this BAA, and all awards are subject to the availability of funds. DoD is not responsible for any monies expended by the proposer before the issuance of any award. Please see attached BAA announcement document for further details.

Deadline: 6/18/2029
Posted: 6/18/2024
Special NoticeNAICS: 5417.0

Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal

The attached Voluntary Intermodal Sealift Agreement (VISA) solicitation and attachments are posted in order to execute the next iteration of VISA contracts. These contingency contracts implement VISA as defined in the Federal Register dated 29 October 2014. VISA provides for contingency sealift services that may arise in any part of the world. The general scope of services under this contract includes the provision of ocean transportation charter for worldwide port-to-port ocean movements and related intermodal movements, infrastructure, services, and management expertise. VISA participants shall provide basic services, as outlined in the Terms and Conditions, including guaranteed capacity commitments, in the event of VISA activation, for use during DoD contingency operations. For this iteration of VISA, the Period of Performance for the Base Period is 1 October 2024 – 30 September 2029 and Option Period 1 is 1 October 2029 – 30 September 2034. The VISA solicitation is open for enrollment from 27 June 2024 to 30 September 2034. VISA participants receive priority for peacetime DoD cargo and no low dollar minimally funded task order will be executed to bind the parties to this VISA contingency contract and the vessel capacity commitments within. Current VISA Participants: In July 2024, USTRANSCOM-AQ will begin reaching out to all current VISA participants via email to confirm if they want to remain enrolled in the program. If the participant chooses to remain in VISA, USTRANSCOM-AQ will provide each participant their Attachment 1 and 2(s) from the previous iteration of the contract to identify any changes to vessel commitments. All Attachment 2s will need to be refilled out/submitted to USTRANSCOM-AQ regardless of vessel changes as we have removed 2 pricing methodologies from the previous iteration. If vessel changes are necessary, participant will update their Attachment 1 and send through the review/signature coordination process with the (Maritime Administration) MARAD and USTRANSCOM. If there are no vessel changes, USTRANSCOM-AQ will update the contract number on the Attachment 1 and include it in the conformed copy of the contract. When Attachment 1 and 2(s) are finalized, USTRANSCOM-AQ will provide the VISA contingency contract for the participant to sign and return to USTRANSCOM-AQ. USTRANSCOM-AQ will sign, execute the VISA contingency contract, and provide to participant for their records. New VISA Participants: All new participants will need to enroll through the MARAD website at: https://www.maritime.dot.gov/strategic-sealift/office-ship-operations/visa-enrollment-package After MARAD approval, AQ will work with each participant to execute all necessary documents for contract execution. We look forward to working with all current and new VISA participants! 8 July 2024: Amendment 01 published. Removed one clause, updated CLINs from informational to priced, added FOB destination, PSC and NAICS codes. 25 July 2024 - Amendment 02 published. Updated tailored clause 52.212-4.

Deadline: 6/27/2029
Posted: 7/25/2024
SolicitationNAICS: 483111.0

Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal

The attached Voluntary Intermodal Sealift Agreement (VISA) solicitation and attachments are posted in order to execute the next iteration of VISA contracts. These contingency contracts implement VISA as defined in the Federal Register dated 29 October 2014. VISA provides for contingency sealift services that may arise in any part of the world. The general scope of services under this contract includes the provision of ocean transportation charter for worldwide port-to-port ocean movements and related intermodal movements, infrastructure, services, and management expertise. VISA participants shall provide basic services, as outlined in the Terms and Conditions, including guaranteed capacity commitments, in the event of VISA activation, for use during DoD contingency operations. For this iteration of VISA, the Period of Performance for the Base Period is 1 October 2024 – 30 September 2029 and Option Period 1 is 1 October 2029 – 30 September 2034. The VISA solicitation is open for enrollment from 27 June 2024 to 30 September 2034. VISA participants receive priority for peacetime DoD cargo and no low dollar minimally funded task order will be executed to bind the parties to this VISA contingency contract and the vessel capacity commitments within. Current VISA Participants: In July 2024, USTRANSCOM-AQ will begin reaching out to all current VISA participants via email to confirm if they want to remain enrolled in the program. If the participant chooses to remain in VISA, USTRANSCOM-AQ will provide each participant their Attachment 1 and 2(s) from the previous iteration of the contract to identify any changes to vessel commitments. All Attachment 2s will need to be refilled out/submitted to USTRANSCOM-AQ regardless of vessel changes as we have removed 2 pricing methodologies from the previous iteration. If vessel changes are necessary, participant will update their Attachment 1 and send through the review/signature coordination process with the (Maritime Administration) MARAD and USTRANSCOM. If there are no vessel changes, USTRANSCOM-AQ will update the contract number on the Attachment 1 and include it in the conformed copy of the contract. When Attachment 1 and 2(s) are finalized, USTRANSCOM-AQ will provide the VISA contingency contract for the participant to sign and return to USTRANSCOM-AQ. USTRANSCOM-AQ will sign, execute the VISA contingency contract, and provide to participant for their records. New VISA Participants: All new participants will need to enroll through the MARAD website at: https://www.maritime.dot.gov/strategic-sealift/office-ship-operations/visa-enrollment-package After MARAD approval, AQ will work with each participant to execute all necessary documents for contract execution. We look forward to working with all current and new VISA participants! 8 July 2024: Amendment 01 published. Removed one clause, updated CLINs from informational to priced, added FOB destination, PSC and NAICS codes.

Deadline: 6/27/2029
Posted: 7/8/2024
SolicitationNAICS: 483111.0

Voluntary Intermodal Sealift Agreement (VISA) - 2024 Renewal

The attached Voluntary Intermodal Sealift Agreement (VISA) solicitation and attachments are posted in order to execute the next iteration of VISA contracts. These contingency contracts implement VISA as defined in the Federal Register dated 29 October 2014. VISA provides for contingency sealift services that may arise in any part of the world. The general scope of services under this contract includes the provision of ocean transportation charter for worldwide port-to-port ocean movements and related intermodal movements, infrastructure, services, and management expertise. VISA participants shall provide basic services, as outlined in the Terms and Conditions, including guaranteed capacity commitments, in the event of VISA activation, for use during DoD contingency operations. For this iteration of VISA, the Period of Performance for the Base Period is 1 October 2024 – 30 September 2029 and Option Period 1 is 1 October 2029 – 30 September 2034. The VISA solicitation is open for enrollment from 27 June 2024 to 30 September 2034. VISA participants receive priority for peacetime DoD cargo and no low dollar minimally funded task order will be executed to bind the parties to this VISA contingency contract and the vessel capacity commitments within. Current VISA Participants: In July 2024, USTRANSCOM-AQ will begin reaching out to all current VISA participants via email to confirm if they want to remain enrolled in the program. If the participant chooses to remain in VISA, USTRANSCOM-AQ will provide each participant their Attachment 1 and 2(s) from the previous iteration of the contract to identify any changes to vessel commitments. All Attachment 2s will need to be refilled out/submitted to USTRANSCOM-AQ regardless of vessel changes as we have removed 2 pricing methodologies from the previous iteration. If vessel changes are necessary, participant will update their Attachment 1 and send through the review/signature coordination process with the (Maritime Administration) MARAD and USTRANSCOM. If there are no vessel changes, USTRANSCOM-AQ will update the contract number on the Attachment 1 and include it in the conformed copy of the contract. When Attachment 1 and 2(s) are finalized, USTRANSCOM-AQ will provide the VISA contingency contract for the participant to sign and return to USTRANSCOM-AQ. USTRANSCOM-AQ will sign, execute the VISA contingency contract, and provide to participant for their records. New VISA Participants: All new participants will need to enroll through the MARAD website at: https://www.maritime.dot.gov/strategic-sealift/office-ship-operations/visa-enrollment-package After MARAD approval, AQ will work with each participant to execute all necessary documents for contract execution. We look forward to working with all current and new VISA participants!

Deadline: 6/27/2029
Posted: 6/27/2024
SolicitationNAICS: 483111.0

FY25-29 STRATEGIC TRENDS RESEARCH INITIATIVE BROAD AGENCY ANNOUNCEMENT

This is a Broad Agency Announcement (BAA) soliciting strategic research on challenges related to weapons of mass destruction (WMD) 5–10 years in the future in support of the mission of the Defense Threat Reduction Agency (DTRA). The BAA covers Fiscal Year (FY) 2025–2029 with a total funding amount of $35,880,000, subject to availability of funds. This BAA will remain posted on the Government point of entry, https://sam.gov/content/home until superseded. Within DoD, DTRA provides cross-cutting solutions to enable the DoD, the United States Government (USG), and international partners to deter strategic attack against the United States and its allies; prevent, reduce, and counter WMD and emerging threats; and prevail against WMD-armed adversaries in crisis and conflict. In pursuit of its mission, DTRA serves two distinct yet complementary roles as a Defense Agency (DA) and Combat Support Agency (CSA). As a DA, DTRA supports strategic policies and priorities to reduce global WMD and emerging threats by deterring potential adversarial acquisition and use of WMD materials/components through nuclear assurance, treaty support, and building partner capacity programs. As a CSA, DTRA leverages its unique capabilities and expertise to identify, develop, and field solutions to counter WMD and emerging threats in direct support of Joint Staff and Combatant Commands. Within DTRA, the Strategic Integration Directorate (SI), Strategic Trends Office (SI-ST) is responsible for anticipating, understanding, and characterizing WMD trends and threats 5–10 years in the future and delivering timely insights and recommendations on how to adapt/respond. SI-ST’s Strategic Trends Research Initiative (STRI) is a curated research portfolio sponsoring analytical studies and Track 1.5 and 2 international dialogues to generate timely, credible, and actionable insights into challenges related to WMD and emerging technology. SI-ST’s research explores a range of challenges related to nuclear, chemical, and biological weapons, including the development of materials, methodologies, or technologies with potential to create new or increase the impact of existing WMD threats. SI-ST’s primary focus area is on WMD challenges 5–10 years into the future and the associated implications for DTRA, DoD, USG, and U.S. allies and partners in areas of deterrence, crisis and conflict prevention, risk reduction, arms control, escalation management, strategic competition, and prevailing during conflict with chemical, biological, radiological, and nuclear (CBRN) possessing adversaries. With its emphasis on examining and anticipating WMD threats and trends in the future, SI-ST’s research reinforces DTRA’s priorities of ensuring an actionable, forward-thinking countering-WMD (CWMD) mission focus; shaping the understanding of CWMD challenges across the policy, Military Service(s), and Combatant Command communities; and recommending solutions to those challenges. In addition to the 1 allowable NAICS Code provided in the Classification Section of this posting, the NAICS Codes listed below are applicable under this BAA. 541690: Other Scientific and Technical Consulting Services 541713: Research and Development in Nanotechnology 541714: Research and Development in Biotechnology (except Nanobiotechnology) 541715: Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) 541720: Research and Development in the Social Sciences and Humanities 541990: All Other Professional, Scientific, and Technical Services 611310: Academies, College or University Including Military Service (college) 927110: Space Research and Technology

Deadline: 8/1/2029
Posted: 4/30/2025
SolicitationNAICS: 54171

Grid Research Integration and Deployment Center Technology Collaborations for US Power Electronics Industries

Grid Research Integration and Deployment Center Technology Collaborations for US Power Electronics Industries Oak Ridge National Laboratory (ORNL) is seeking industry partners to participate in short-term, collaborative projects within the Grid Research Integration and Deployment Center (GRID-C) to accelerate development and deployment of grid integrated power electronics technologies. This opportunity will provide selected participants access to ORNL's experienced staff and unique equipment and capabilities to demonstrate advanced concepts with intent to develop and deploy innovative and energy efficient power electronics for electrified grid integration and modernization. Description UT-Battelle, LLC, acting under its Prime Contract No. DE-AC05-00OR22725 with the U.S. Department of Energy (DOE) for the management and operation of the Oak Ridge National Laboratory, conducts research and development in support of the DOE Transformer Resilience and Advanced Components (TRAC) Program of the Office of Electricity (OE). The DOE TRAC program partners with industry, small business, universities, and other stakeholders to identify and invest in innovative technologies with the potential to accelerate the integration of grid systems and clean energy resources through power electronics technologies, as well to enhance the global competitiveness of the United States. ORNL is requesting cost-shared proposals from industry to develop next generation technologies for grid modernization to support the mission of OE and TRAC for reliable, resilient, and secure electricity delivery systems. As part of the proposals submitted under this announcement, the proposers are expected to describe the enabling technologies as well as potential energy savings and novel non-energy impacts that may be realized by the targeted project. Technology areas of interest Materials & Components: for grid devices, power electronics systems, grid storage devices Embedded Controllers: integrated advance analog and digital electronics, sensing devices Subsystems Devices and Interfaces: Converter, Inverter, controls and protection, prototypes, solid state components protection, transformers Resource Integration & Management Systems: Mutli-stage converters, Software Platforms, Algorithms Grid systems Architecture: real time systems modelling and evaluation Grid Modelling and Transient Analysis Projects will be conducted during a short-time period. At least 20% cost share, which can be funds-in to ORNL or in-kind contributions (e.g., facilities, services, and staff time), is required on the part of the industrial participant. Participant cost-share cannot be met using funds from U.S. Government sources. Funds will not be provided to the industrial participant by ORNL. The intent is to increase the in-kind cost share from 20% to 50% in the future, that timing to be determined and approved by the TRAC program. Note: THIS IS NOT A PROCUREMENT REQUEST. Eligibility Eligibility is limited to industries that currently manufacture in the U.S. for commercial applications in the residential or commercial grid hardware and power electronics market, or to industries that will be able to do so as a direct result of these collaborative efforts. There is no restriction based on the component or grid technology area, but should align with facilities, expertise, and capabilities of ORNL’s GRID-C. Background The Grid Research Integration and Deployment Center (GRID-C) at ORNL offers access to distinctive world-leading capabilities bringing together electrification for utilities, buildings, and transportation sectors to support integration of grid systems and clean energy resources as well as leveraging advanced manufacturing capabilities at ORNL’s Manufacturing Demonstration Facility (MDF). GRID-C embodies this combination with research and development in power and energy system, power electronics, components, controls, real-time platforms, simulation, modeling, and cybersecurity to provide a vertical integration to support demonstration of modernization, security, and resiliency for grid systems integration and clean energy resources. ORNL’s expertise in power electronics and controls, materials, and hardware/software integration will assist the power electronics industries in accelerating the improvement existing and developing new innovative technologies. More information about the ORNL Grid-C can be found at: https://www.ornl.gov/content/grid-c-labs From concept to commercialization, ORNL's world-leading facilities and expertise enable research focused on reducing the energy intensity of U.S. industry, supporting development of new products, and strengthening our nation's clean energy economy to meet the commercial and national security needs of tomorrow. Objective The objective of these GRID-C Technical Collaborations is to collaborate with industry to investigate, improve, develop, and deploy innovative integrated and resilient grid resources for further intelligent electrification at the grid interfaces. In so doing, creating and preserving domestic jobs is a goal of this solicitation. The primary focus of this announcement is to target projects that will impact the following technical areas: Materials & Components: for grid devices, power electronics systems, grid storage devices Embedded Controllers: integrated advance analog and digital electronics, sensing devices Subsystems Devices and Interfaces: Converter, Inverter, controls and protection, prototypes, solid state components protection, transformers Resource Integration & Management Systems: Mutli-stage converters, Software Platforms, Algorithms Grid systems Architecture: real time systems modelling and evaluation Grid Modelling and Transient Analysis Within these technical areas, the target projects could be related to hardware or software design, application or use case development, modeling and simulation for impact of system integration, test and evaluation of proposed technology, controls, or solutions, or small-scale prototyping in a relevant environment. Laboratory Support It is anticipated that industrial partners will work collaboratively with members of the ORNL staff to conduct project activities across the various areas of expertise within GRID-C. Intellectual Property and Proprietary Data Projects will be performed with a Cooperative Research and Development Agreement (CRADA) as the contract instrument. See the announcement package for a sample CRADA agreement. DOE and ORNL respect the importance of industry's intellectual property and data security while balancing the need to document the benefits of public expenditures. Provisions relating to proprietary information and intellectual property are set forth in the CRADA. A Non-Disclosure agreement (NDA), if required, can be put into place during development of the project to facilitate discussions while protecting the partner's proprietary information. It is preferred that proprietary information NOT be included in the proposal. If company proprietary information is included in the proposal, the specific information should be marked as such, and UT- Battelle/ORNL will treat that information as business confidential. Proposal Guidelines Proposals should be completed using the attached template in the announcement package. Proposers are encouraged to consult with ORNL technical staff to develop a work scope that is technically feasible and compatible with ORNL facilities and capabilities. Proposal Deadline and Submission This announcement will remain open subject to availability of funding from the DOE Transformer Resilience and Advanced Components Program. Completed proposals must be submitted in PDF file format by email to GRIDCcollaborations@ornl.gov. The subject line should include: ORNL GRID-C Technology Collaborations. Receipt of proposals will be confirmed within one week of submission. Proposal Evaluation and Timeline This is an open announcement. Selection of winning proposals will be at the discretion of the DOE TRAC. Proposal evaluation criteria will include compatibility with ORNL facilities and capabilities, technical feasibility and merit, the potential to commercialize new products and create US jobs, and the potential for improvement to grid components, electrification, and integration. TRAC reserves the right to select all, a portion, or none of the submissions. Point of Contact All questions relating to this announcement should be directed to Dr. Madhu Chinthavali by email, chinthavalim@ornl.gov, or by phone, (865) 341-1411. Cooperative Research and Development Agreement (CRADA) Information Awardees are required to enter into a short-form CRADA with UT-Battelle. Because of the need for accelerated placement and execution of the projects, the most favorable terms allowable within DOE guidelines have been established and will not be subject to negotiation. Failure to enter into a CRADA in a timely manner will result in termination of further project consideration. CRADAs have provisions that address the protection of the partners' existing proprietary information and intellectual property, as well as the information and intellectual property generated and made during the collaboration. More specifically, each party owns its own inventions while jointly developed inventions will be jointly owned. In all cases, U.S. Government will retain government use rights. CRADA durations are expected to be at least one year. For more specific terms and conditions, please review the model short-form CRADA attached to this announcement.

Deadline: 8/2/2029
Posted: 8/2/2024
Special NoticeNAICS: 54171.0

Grid Research Innovation and Development Center Technology Collaborations for US Power Electronics Industries

Grid Research Innovation and Development Center Technology Collaborations for US Power Electronics Industries Oak Ridge National Laboratory (ORNL) is seeking industry partners to participate in short-term, collaborative projects within the Grid Research Innovation and Development Center (GRID-C) to accelerate development and deployment of grid integrated power electronics technologies. This opportunity will provide selected participants access to ORNL's experienced staff and unique equipment and capabilities to demonstrate advanced concepts with intent to develop and deploy innovative and energy efficient power electronics for electrified grid integration and modernization. Description UT-Battelle, LLC, acting under its Prime Contract No. DE-AC05-00OR22725 with the U.S. Department of Energy (DOE) for the management and operation of the Oak Ridge National Laboratory, conducts research and development in support of the DOE Transformer Resilience and Advanced Components (TRAC) Program of the Office of Electricity (OE). The DOE TRAC program partners with industry, small business, universities, and other stakeholders to identify and invest in innovative technologies with the potential to accelerate the integration of grid systems and clean energy resources through power electronics technologies, as well to enhance the global competitiveness of the United States. ORNL is requesting cost-shared proposals from industry to develop next generation technologies for grid modernization to support the mission of OE and TRAC for reliable, resilient, and secure electricity delivery systems. As part of the proposals submitted under this announcement, the proposers are expected to describe the enabling technologies as well as potential energy savings and novel non-energy impacts that may be realized by the targeted project. Technology areas of interest Materials & Components: for grid devices, power electronics systems, grid storage devices Embedded Controllers: integrated advance analog and digital electronics, sensing devices Subsystems Devices and Interfaces: Converter, Inverter, controls and protection, prototypes, solid state components protection, transformers Resource Integration & Management Systems: Mutli-stage converters, Software Platforms, Algorithms Grid systems Architecture: real time systems modelling and evaluation Grid Modelling and Transient Analysis Projects will be conducted during a short-time period. At least 20% cost share, which can be funds-in to ORNL or in-kind contributions (e.g., facilities, services, and staff time), is required on the part of the industrial participant. Participant cost-share cannot be met using funds from U.S. Government sources. Funds will not be provided to the industrial participant by ORNL. The intent is to increase the in-kind cost share from 20% to 50% in the future, that timing to be determined and approved by the TRAC program. Note: THIS IS NOT A PROCUREMENT REQUEST. Eligibility Eligibility is limited to industries that currently manufacture in the U.S. for commercial applications in the residential or commercial grid hardware and power electronics market, or to industries that will be able to do so as a direct result of these collaborative efforts. There is no restriction based on the component or grid technology area, but should align with facilities, expertise, and capabilities of ORNL’s GRID-C. Background The Grid Research Innovation and Development Center (GRID-C) at ORNL offers access to distinctive world-leading capabilities bringing together electrification for utilities, buildings, and transportation sectors to support integration of grid systems and clean energy resources as well as leveraging advanced manufacturing capabilities at ORNL’s Manufacturing Demonstration Facility (MDF). GRID-C embodies this combination with research and development in power and energy system, power electronics, components, controls, real-time platforms, simulation, modeling, and cybersecurity to provide a vertical integration to support demonstration of modernization, security, and resiliency for grid systems integration and clean energy resources. ORNL’s expertise in power electronics and controls, materials, and hardware/software integration will assist the power electronics industries in accelerating the improvement existing and developing new innovative technologies. More information about the ORNL GRID-C can be found at: https://www.ornl.gov/content/grid-c-labs From concept to commercialization, ORNL's world-leading facilities and expertise enable research focused on reducing the energy intensity of U.S. industry, supporting development of new products, and strengthening our nation's clean energy economy to meet the commercial and national security needs of tomorrow. Objective The objective of these GRID-C Technical Collaborations is to collaborate with industry to investigate, improve, develop, and deploy innovative integrated and resilient grid resources for further intelligent electrification at the grid interfaces. In so doing, creating and preserving domestic jobs is a goal of this solicitation. The primary focus of this announcement is to target projects that will impact the following technical areas: Materials & Components: for grid devices, power electronics systems, grid storage devices Embedded Controllers: integrated advance analog and digital electronics, sensing devices Subsystems Devices and Interfaces: Converter, Inverter, controls and protection, prototypes, solid state components protection, transformers Resource Integration & Management Systems: Mutli-stage converters, Software Platforms, Algorithms Grid systems Architecture: real time systems modelling and evaluation Grid Modelling and Transient Analysis Within these technical areas, the target projects could be related to hardware or software design, application or use case development, modeling and simulation for impact of system integration, test and evaluation of proposed technology, controls, or solutions, or small-scale prototyping in a relevant environment. Laboratory Support It is anticipated that industrial partners will work collaboratively with members of the ORNL staff to conduct project activities across the various areas of expertise within GRID-C. Intellectual Property and Proprietary Data Projects will be performed with a Cooperative Research and Development Agreement (CRADA) as the contract instrument. See the announcement package for a sample CRADA agreement. DOE and ORNL respect the importance of industry's intellectual property and data security while balancing the need to document the benefits of public expenditures. Provisions relating to proprietary information and intellectual property are set forth in the CRADA. A Non-Disclosure agreement (NDA), if required, can be put into place during development of the project to facilitate discussions while protecting the partner's proprietary information. It is preferred that proprietary information NOT be included in the proposal. If company proprietary information is included in the proposal, the specific information should be marked as such, and UT- Battelle/ORNL will treat that information as business confidential. Proposal Guidelines Proposals should be completed using the attached template in the announcement package. Proposers are encouraged to consult with ORNL technical staff to develop a work scope that is technically feasible and compatible with ORNL facilities and capabilities. Proposal Deadline and Submission This announcement will remain open subject to availability of funding from the DOE Transformer Resilience and Advanced Components Program. Completed proposals must be submitted in PDF file format by email to GRIDCcollaborations@ornl.gov. The subject line should include: ORNL GRID-C Technology Collaborations. Receipt of proposals will be confirmed within one week of submission. Proposal Evaluation and Timeline This is an open announcement. Selection of winning proposals will be at the discretion of the DOE TRAC. Proposal evaluation criteria will include compatibility with ORNL facilities and capabilities, technical feasibility and merit, the potential to commercialize new products and create US jobs, and the potential for improvement to grid components, electrification, and integration. TRAC reserves the right to select all, a portion, or none of the submissions. Point of Contact All questions relating to this announcement should be directed to Dr. Madhu Chinthavali by email, chinthavalim@ornl.gov, or by phone, (865) 341-1411. Cooperative Research and Development Agreement (CRADA) Information Awardees are required to enter into a short-form CRADA with UT-Battelle. Because of the need for accelerated placement and execution of the projects, the most favorable terms allowable within DOE guidelines have been established and will not be subject to negotiation. Failure to enter into a CRADA in a timely manner will result in termination of further project consideration. CRADAs have provisions that address the protection of the partners' existing proprietary information and intellectual property, as well as the information and intellectual property generated and made during the collaboration. More specifically, each party owns its own inventions while jointly developed inventions will be jointly owned. In all cases, U.S. Government will retain government use rights. CRADA durations are expected to be at least one year. For more specific terms and conditions, please review the model short-form CRADA attached to this announcement.

Deadline: 8/2/2029
Posted: 7/23/2025
Special NoticeNAICS: 54171.0

Multiple Award Schedule

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

Deadline: 8/7/2029
Posted: 8/8/2024
Combined Synopsis/SolicitationNAICS: 541990.0

Multiple Award Schedule

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

Deadline: 8/7/2029
Posted: 8/8/2024
Combined Synopsis/SolicitationNAICS: 541990.0

Peterson SFB Wifi Services

This is a notice of intent that the 21st Contracting Squadron (21 CONS) intends to establish one or more Blanket Purchase Agreements (BPAs) that will require the Offeror to provide commercial internet wifi services at and/or around Peterson SFB, CO (See Attachment 1 – Performance Work Statement Wifi BPA). This notice of intent serves as the solicitation. Potential vendors that possess the capabilities to meet the requirements in the attached Performance Work Statement shall respond with confirmation that you are an authorized provider of commercial wifi services, location of servicing office, pricing for each tier of service as detailed in Paragraph 1.2 of Attachment 1, comply with the provisions and clauses contained in Attachment 2, and the terms and conditions in Attachment 3.

Deadline: 8/16/2029
Posted: 2/20/2025
SolicitationNAICS: 517112.0

BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS

The U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC) mission is to provide innovative chemical, biological, radiological, nuclear and explosive (CBRNE) defense capabilities to enable the Joint Warfighters’ dominance on the battlefield and interagency defense of the homeland. Mission areas and technical points of contact for within DEVCOM CBC are shown in Section VII of this Broad Agency Announcement (BAA). Proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This BAA provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration.

Deadline: 8/20/2029
Posted: 3/11/2025
SolicitationNAICS: 541715.0

BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS

The U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC) mission is to provide innovative chemical, biological, radiological, nuclear and explosive (CBRNE) defense capabilities to enable the Joint Warfighters’ dominance on the battlefield and interagency defense of the homeland. Mission areas and technical points of contact for within DEVCOM CBC are shown in Section VII of this Broad Agency Announcement (BAA). Proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This BAA provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration.

Deadline: 8/20/2029
Posted: 8/20/2024
SolicitationNAICS: 541715.0

BROAD AGENCY ANNOUNCEMENT (BAA) FOR CHEMICAL BIOLOGICAL RADIOLOGICAL NUCLEAR AND EXPLOSIVE (CBRNE) DEFENSE EFFORTS UNDER PROCUREMENT CONTRACTS, COOPERATIVE AGREEMENTS, AND PROTOTYPES UNDER OTHER TRANSACTIONS AGREEMENTS

The U.S. Army Combat Capabilities Development Command Chemical Biological Center (DEVCOM CBC) mission is to provide innovative chemical, biological, radiological, nuclear and explosive (CBRNE) defense capabilities to enable the Joint Warfighters’ dominance on the battlefield and interagency defense of the homeland. Mission areas and technical points of contact for within DEVCOM CBC are shown in Section VII of this Broad Agency Announcement (BAA). Proposals are sought from all eligible sources as specified herein, including educational institutions, nonprofit organizations, and private industry. This BAA provides general information, proposal preparation instructions, evaluation and selection criteria, and award administration.

Deadline: 8/20/2029
Posted: 5/5/2025
SolicitationNAICS: 541715.0

Forest Improvement Herbicide- 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 Herbicide Services under North American Industry Classification System Code (NAICS) 115310: Support Activities for Forestry. The small business size standard for this industry is $11.5 million in average annual revenue. Services would include but is not limited to the following: Provide treatment of invasive/undesirable vegetation on Fort Drum through various application methods of herbicide through a Blanket Purchase Agreement (BPA). Treatment areas will be from 1 to 400 acres within the Cantonment and Training Areas. 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. 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 115310. The registrations can be done through System for Award Management (SAM) for free at https://sam.gov/content/home. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code via email to kayla.m.rogers14.civ@army.mil and jeffery.l.frans.civ@army.mil Any correspondence relating to this synopsis should have "Herbicide Master BPA" annotated in the subject field.

Deadline: 8/22/2029
Posted: 8/22/2024
PresolicitationNAICS: 115310.0

U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH

Acquisition Regulation (FAR) Part 35 and Funding Opportunity Announcement under 2 Code of Federal Regulations (CFR) 200.204 (henceforth referred to as “BAA”) is to solicit research proposals for submission to the United States (U.S.) Army Space and Missile Defense Command (USASMDC) Space and Missile Defense Technical Center (SMDTC) for funding consideration. The SMDTC supports the joint warfighter by providing science, technology, and test and evaluation expertise to enable warfighter dominance today and in the future. As part of the Army Science and Technology enterprise, the SMDTC contributes to the current fight and enables the next generation to prevail in conflicts to come. The SMDTC focuses on three essential tasks: executing science and technology, research and development, and test and evaluation; managing and operating the Ronald Reagan Ballistic Missile Defense Test Site; and conducting space operations and space domain awareness. The SMDTC contributes to the success of the warfighter and joint force in four major technology areas of interest: tactical responsive space and high-altitude technologies, test and evaluation, strategic weapon technologies, and hypersonic defeat. White papers for initial concept reviews and full proposals are sought from institutions of higher education, nonprofit organizations, state and local governments, and for-profit organizations (i.e., large and small businesses) for scientific research that supports the SMDTC mission and the published SMDTC research topics of interest. White papers and full proposals are expected to be for cutting-edge innovative research that could produce discoveries having a significant impact on enabling new and improved Army operational capabilities and related technologies. In an effort to provide SMDTC's topics of interest and related information, USASMDC has published the following public webpage listing all current SMDTC research topics: https://www.smdc.army.mil/ORGANIZATION/TC/, hereafter referenced as the SMDTC webpage. Changes to these topics will be made using this website on an as-needed basis. A change to SMDTC’s published BAA topics is not an amendment to this BAA and will not be posted on https://www.grants.gov/ and https://www.SAM.gov/. A change to this document (i.e., the BAA itself) will be considered an amendment and will be posted on https://www.grants.gov/ and https://www.SAM.gov/. Interested parties are encouraged to continually browse the SMDTC BAA topics for white paper and proposal topics that SMDTC desires to explore. These specific topicsshould be viewed as suggestive, rather than limiting. SMDTC is always interested in considering other innovative research concepts of relevance to the Army if those concepts align with SMDTC's mission. Interested parties should also review https://www.grants.gov/ and https://www.SAM.gov/ to obtain the latest version of the BAA for white paper and proposal submission requirements. To conserve valuable applicant and Government resources, and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective applicants contemplating submission of a white paper are strongly encouraged to contact the ACC-RSA SMD/SP POCs identified on Section V of this BAA, who will provide an SMDTC Technical Point of Contact (TPOC) to first discuss the concept. The TPOCs’ names and contact information will be provided to the prospective applicant by the ACC-RSA SMD/SP POC. After initial contact with an SMDTC TPOC, if an applicant elects to submit a white paper (Step 1), it should be prepared in accordance with the instructions contained in this BAA. Upon receipt, the white paper will be reviewed by the SMDTC TPOC and a recommendation will be provided to the applicant with either “encouraged to submit a proposal” or “not encouraged to submit a proposal” based on the review and availability of funding. Proposal submission (Step 2) should also be prepared in accordance with the instructions contained in this BAA. Note that a recommendation by the government for proposal submittal does not guarantee award or obligate the government for proposal cost. The proposal submission guidelines differ for each legal instrument; therefore, applicants are advised to follow the specific applicable guidelines listed in this BAA for the type of instrument they are proposing. This BAA provides submission guidelines for proposals for FAR-based procurement contracts, as well as assistance instruments and other transactions. Upon review of a proposal, the Government will advise applicants on the most appropriate instrument for the proposed work. In accordance with federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Applicants submitting proposals are cautioned that only a Contracting Officer, Grants Officer, or Agreements Officer can obligate the Government to any legal instrument involving federally appropriated funds. All administrative inquiries regarding this BAA shall be submitted to the cognizant ACC-RSA SMD/SP Contracts Specialist POC. Scientific and technical questions should be referred to the TPOCs. Interested parties are encouraged to periodically check any of the following websites for updates and amendments to this BAA: https://www.grants.gov/, https://www.SAM.gov/, or the SMDTC BAA topics posted at https://www.smdc.army.mil/ORGANIZATION/TC/.

Deadline: 8/26/2029
Posted: 3/26/2025
Special NoticeNAICS: None

U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH

Acquisition Regulation (FAR) Part 35 and Funding Opportunity Announcement under 2 Code of Federal Regulations (CFR) 200.204 (henceforth referred to as “BAA”) is to solicit research proposals for submission to the United States (U.S.) Army Space and Missile Defense Command (USASMDC) Space and Missile Defense Technical Center (SMDTC) for funding consideration. The SMDTC supports the joint warfighter by providing science, technology, and test and evaluation expertise to enable warfighter dominance today and in the future. As part of the Army Science and Technology enterprise, the SMDTC contributes to the current fight and enables the next generation to prevail in conflicts to come. The SMDTC focuses on three essential tasks: executing science and technology, research and development, and test and evaluation; managing and operating the Ronald Reagan Ballistic Missile Defense Test Site; and conducting space operations and space domain awareness. The SMDTC contributes to the success of the warfighter and joint force in four major technology areas of interest: tactical responsive space and high-altitude technologies, test and evaluation, strategic weapon technologies, and hypersonic defeat. White papers for initial concept reviews and full proposals are sought from institutions of higher education, nonprofit organizations, state and local governments, and for-profit organizations (i.e., large and small businesses) for scientific research that supports the SMDTC mission and the published SMDTC research topics of interest. White papers and full proposals are expected to be for cutting-edge innovative research that could produce discoveries having a significant impact on enabling new and improved Army operational capabilities and related technologies. In an effort to provide SMDTC's topics of interest and related information, USASMDC has published the following public webpage listing all current SMDTC research topics: https://www.smdc.army.mil/ORGANIZATION/TC/, hereafter referenced as the SMDTC webpage. Changes to these topics will be made using this website on an as-needed basis. A change to SMDTC’s published BAA topics is not an amendment to this BAA and will not be posted on https://www.grants.gov/ and https://www.SAM.gov/. A change to this document (i.e., the BAA itself) will be considered an amendment and will be posted on https://www.grants.gov/ and https://www.SAM.gov/. Interested parties are encouraged to continually browse the SMDTC BAA topics for white paper and proposal topics that SMDTC desires to explore. These specific topicsshould be viewed as suggestive, rather than limiting. SMDTC is always interested in considering other innovative research concepts of relevance to the Army if those concepts align with SMDTC's mission. Interested parties should also review https://www.grants.gov/ and https://www.SAM.gov/ to obtain the latest version of the BAA for white paper and proposal submission requirements. To conserve valuable applicant and Government resources, and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective applicants contemplating submission of a white paper are strongly encouraged to contact the ACC-RSA SMD/SP POCs identified on Section V of this BAA, who will provide an SMDTC Technical Point of Contact (TPOC) to first discuss the concept. The TPOCs’ names and contact information will be provided to the prospective applicant by the ACC-RSA SMD/SP POC. After initial contact with an SMDTC TPOC, if an applicant elects to submit a white paper (Step 1), it should be prepared in accordance with the instructions contained in this BAA. Upon receipt, the white paper will be reviewed by the SMDTC TPOC and a recommendation will be provided to the applicant with either “encouraged to submit a proposal” or “not encouraged to submit a proposal” based on the review and availability of funding. Proposal submission (Step 2) should also be prepared in accordance with the instructions contained in this BAA. Note that a recommendation by the government for proposal submittal does not guarantee award or obligate the government for proposal cost. The proposal submission guidelines differ for each legal instrument; therefore, applicants are advised to follow the specific applicable guidelines listed in this BAA for the type of instrument they are proposing. This BAA provides submission guidelines for proposals for FAR-based procurement contracts, as well as assistance instruments and other transactions. Upon review of a proposal, the Government will advise applicants on the most appropriate instrument for the proposed work. In accordance with federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Applicants submitting proposals are cautioned that only a Contracting Officer, Grants Officer, or Agreements Officer can obligate the Government to any legal instrument involving federally appropriated funds. All administrative inquiries regarding this BAA shall be submitted to the cognizant ACC-RSA SMD/SP Contracts Specialist POC. Scientific and technical questions should be referred to the TPOCs. Interested parties are encouraged to periodically check any of the following websites for updates and amendments to this BAA: https://www.grants.gov/, https://www.SAM.gov/, or the SMDTC BAA topics posted at https://www.smdc.army.mil/ORGANIZATION/TC/.

Deadline: 8/26/2029
Posted: 3/12/2025
Special Notice

U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH

Acquisition Regulation (FAR) Part 35 and Funding Opportunity Announcement under 2 Code of Federal Regulations (CFR) 200.204 (henceforth referred to as “BAA”) is to solicit research proposals for submission to the United States (U.S.) Army Space and Missile Defense Command (USASMDC) Space and Missile Defense Technical Center (SMDTC) for funding consideration. The SMDTC supports the joint warfighter by providing science, technology, and test and evaluation expertise to enable warfighter dominance today and in the future. As part of the Army Science and Technology enterprise, the SMDTC contributes to the current fight and enables the next generation to prevail in conflicts to come. The SMDTC focuses on three essential tasks: executing science and technology, research and development, and test and evaluation; managing and operating the Ronald Reagan Ballistic Missile Defense Test Site; and conducting space operations and space domain awareness. The SMDTC contributes to the success of the warfighter and joint force in four major technology areas of interest: tactical responsive space and high-altitude technologies, test and evaluation, strategic weapon technologies, and hypersonic defeat. White papers for initial concept reviews and full proposals are sought from institutions of higher education, nonprofit organizations, state and local governments, and for-profit organizations (i.e., large and small businesses) for scientific research that supports the SMDTC mission and the published SMDTC research topics of interest. White papers and full proposals are expected to be for cutting-edge innovative research that could produce discoveries having a significant impact on enabling new and improved Army operational capabilities and related technologies. In an effort to provide SMDTC's topics of interest and related information, USASMDC has published the following public webpage listing all current SMDTC research topics: https://www.smdc.army.mil/ORGANIZATION/TC/, hereafter referenced as the SMDTC webpage. Changes to these topics will be made using this website on an as-needed basis. A change to SMDTC’s published BAA topics is not an amendment to this BAA and will not be posted on https://www.grants.gov/ and https://www.SAM.gov/. A change to this document (i.e., the BAA itself) will be considered an amendment and will be posted on https://www.grants.gov/ and https://www.SAM.gov/. Interested parties are encouraged to continually browse the SMDTC BAA topics for white paper and proposal topics that SMDTC desires to explore. These specific topicsshould be viewed as suggestive, rather than limiting. SMDTC is always interested in considering other innovative research concepts of relevance to the Army if those concepts align with SMDTC's mission. Interested parties should also review https://www.grants.gov/ and https://www.SAM.gov/ to obtain the latest version of the BAA for white paper and proposal submission requirements. To conserve valuable applicant and Government resources, and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective applicants contemplating submission of a white paper are strongly encouraged to contact the ACC-RSA SMD/SP POCs identified on Section V of this BAA, who will provide an SMDTC Technical Point of Contact (TPOC) to first discuss the concept. The TPOCs’ names and contact information will be provided to the prospective applicant by the ACC-RSA SMD/SP POC. After initial contact with an SMDTC TPOC, if an applicant elects to submit a white paper (Step 1), it should be prepared in accordance with the instructions contained in this BAA. Upon receipt, the white paper will be reviewed by the SMDTC TPOC and a recommendation will be provided to the applicant with either “encouraged to submit a proposal” or “not encouraged to submit a proposal” based on the review and availability of funding. Proposal submission (Step 2) should also be prepared in accordance with the instructions contained in this BAA. Note that a recommendation by the government for proposal submittal does not guarantee award or obligate the government for proposal cost. The proposal submission guidelines differ for each legal instrument; therefore, applicants are advised to follow the specific applicable guidelines listed in this BAA for the type of instrument they are proposing. This BAA provides submission guidelines for proposals for FAR-based procurement contracts, as well as assistance instruments and other transactions. Upon review of a proposal, the Government will advise applicants on the most appropriate instrument for the proposed work. In accordance with federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Applicants submitting proposals are cautioned that only a Contracting Officer, Grants Officer, or Agreements Officer can obligate the Government to any legal instrument involving federally appropriated funds. All administrative inquiries regarding this BAA shall be submitted to the cognizant ACC-RSA SMD/SP Contracts Specialist POC. Scientific and technical questions should be referred to the TPOCs. Interested parties are encouraged to periodically check any of the following websites for updates and amendments to this BAA: https://www.grants.gov/, https://www.SAM.gov/, or the SMDTC BAA topics posted at https://www.smdc.army.mil/ORGANIZATION/TC/.

Deadline: 8/26/2029
Posted: 11/27/2024
Special Notice

U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH

Acquisition Regulation (FAR) Part 35 and Funding Opportunity Announcement under 2 Code of Federal Regulations (CFR) 200.204 (henceforth referred to as “BAA”) is to solicit research proposals for submission to the United States (U.S.) Army Space and Missile Defense Command (USASMDC) Space and Missile Defense Technical Center (SMDTC) for funding consideration. The SMDTC supports the joint warfighter by providing science, technology, and test and evaluation expertise to enable warfighter dominance today and in the future. As part of the Army Science and Technology enterprise, the SMDTC contributes to the current fight and enables the next generation to prevail in conflicts to come. The SMDTC focuses on three essential tasks: executing science and technology, research and development, and test and evaluation; managing and operating the Ronald Reagan Ballistic Missile Defense Test Site; and conducting space operations and space domain awareness. The SMDTC contributes to the success of the warfighter and joint force in four major technology areas of interest: tactical responsive space and high-altitude technologies, test and evaluation, strategic weapon technologies, and hypersonic defeat. White papers for initial concept reviews and full proposals are sought from institutions of higher education, nonprofit organizations, state and local governments, and for-profit organizations (i.e., large and small businesses) for scientific research that supports the SMDTC mission and the published SMDTC research topics of interest. White papers and full proposals are expected to be for cutting-edge innovative research that could produce discoveries having a significant impact on enabling new and improved Army operational capabilities and related technologies. In an effort to provide SMDTC's topics of interest and related information, USASMDC has published the following public webpage listing all current SMDTC research topics: https://www.smdc.army.mil/ORGANIZATION/TC/, hereafter referenced as the SMDTC webpage. Changes to these topics will be made using this website on an as-needed basis. A change to SMDTC’s published BAA topics is not an amendment to this BAA and will not be posted on https://www.grants.gov/ and https://www.SAM.gov/. A change to this document (i.e., the BAA itself) will be considered an amendment and will be posted on https://www.grants.gov/ and https://www.SAM.gov/. Interested parties are encouraged to continually browse the SMDTC BAA topics for white paper and proposal topics that SMDTC desires to explore. These specific topicsshould be viewed as suggestive, rather than limiting. SMDTC is always interested in considering other innovative research concepts of relevance to the Army if those concepts align with SMDTC's mission. Interested parties should also review https://www.grants.gov/ and https://www.SAM.gov/ to obtain the latest version of the BAA for white paper and proposal submission requirements. To conserve valuable applicant and Government resources, and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective applicants contemplating submission of a white paper are strongly encouraged to contact the ACC-RSA SMD/SP POCs identified on Section V of this BAA, who will provide an SMDTC Technical Point of Contact (TPOC) to first discuss the concept. The TPOCs’ names and contact information will be provided to the prospective applicant by the ACC-RSA SMD/SP POC. After initial contact with an SMDTC TPOC, if an applicant elects to submit a white paper (Step 1), it should be prepared in accordance with the instructions contained in this BAA. Upon receipt, the white paper will be reviewed by the SMDTC TPOC and a recommendation will be provided to the applicant with either “encouraged to submit a proposal” or “not encouraged to submit a proposal” based on the review and availability of funding. Proposal submission (Step 2) should also be prepared in accordance with the instructions contained in this BAA. Note that a recommendation by the government for proposal submittal does not guarantee award or obligate the government for proposal cost. The proposal submission guidelines differ for each legal instrument; therefore, applicants are advised to follow the specific applicable guidelines listed in this BAA for the type of instrument they are proposing. This BAA provides submission guidelines for proposals for FAR-based procurement contracts, as well as assistance instruments and other transactions. Upon review of a proposal, the Government will advise applicants on the most appropriate instrument for the proposed work. In accordance with federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Applicants submitting proposals are cautioned that only a Contracting Officer, Grants Officer, or Agreements Officer can obligate the Government to any legal instrument involving federally appropriated funds. All administrative inquiries regarding this BAA shall be submitted to the cognizant ACC-RSA SMD/SP Contracts Specialist POC. Scientific and technical questions should be referred to the TPOCs. Interested parties are encouraged to periodically check any of the following websites for updates and amendments to this BAA: https://www.grants.gov/, https://www.SAM.gov/, or the SMDTC BAA topics posted at https://www.smdc.army.mil/ORGANIZATION/TC/.

Deadline: 8/26/2029
Posted: 11/27/2024
Special Notice

U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH

Acquisition Regulation (FAR) Part 35 and Funding Opportunity Announcement under 2 Code of Federal Regulations (CFR) 200.204 (henceforth referred to as “BAA”) is to solicit research proposals for submission to the United States (U.S.) Army Space and Missile Defense Command (USASMDC) Space and Missile Defense Technical Center (SMDTC) for funding consideration. The SMDTC supports the joint warfighter by providing science, technology, and test and evaluation expertise to enable warfighter dominance today and in the future. As part of the Army Science and Technology enterprise, the SMDTC contributes to the current fight and enables the next generation to prevail in conflicts to come. The SMDTC focuses on three essential tasks: executing science and technology, research and development, and test and evaluation; managing and operating the Ronald Reagan Ballistic Missile Defense Test Site; and conducting space operations and space domain awareness. The SMDTC contributes to the success of the warfighter and joint force in four major technology areas of interest: tactical responsive space and high-altitude technologies, test and evaluation, strategic weapon technologies, and hypersonic defeat. White papers for initial concept reviews and full proposals are sought from institutions of higher education, nonprofit organizations, state and local governments, and for-profit organizations (i.e., large and small businesses) for scientific research that supports the SMDTC mission and the published SMDTC research topics of interest. White papers and full proposals are expected to be for cutting-edge innovative research that could produce discoveries having a significant impact on enabling new and improved Army operational capabilities and related technologies. In an effort to provide SMDTC's topics of interest and related information, USASMDC has published the following public webpage listing all current SMDTC research topics: https://www.smdc.army.mil/ORGANIZATION/TC/, hereafter referenced as the SMDTC webpage. Changes to these topics will be made using this website on an as-needed basis. A change to SMDTC’s published BAA topics is not an amendment to this BAA and will not be posted on https://www.grants.gov/ and https://www.SAM.gov/. A change to this document (i.e., the BAA itself) will be considered an amendment and will be posted on https://www.grants.gov/ and https://www.SAM.gov/. Interested parties are encouraged to continually browse the SMDTC BAA topics for white paper and proposal topics that SMDTC desires to explore. These specific topicsshould be viewed as suggestive, rather than limiting. SMDTC is always interested in considering other innovative research concepts of relevance to the Army if those concepts align with SMDTC's mission. Interested parties should also review https://www.grants.gov/ and https://www.SAM.gov/ to obtain the latest version of the BAA for white paper and proposal submission requirements. To conserve valuable applicant and Government resources, and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective applicants contemplating submission of a white paper are strongly encouraged to contact the ACC-RSA SMD/SP POCs identified on Section V of this BAA, who will provide an SMDTC Technical Point of Contact (TPOC) to first discuss the concept. The TPOCs’ names and contact information will be provided to the prospective applicant by the ACC-RSA SMD/SP POC. After initial contact with an SMDTC TPOC, if an applicant elects to submit a white paper (Step 1), it should be prepared in accordance with the instructions contained in this BAA. Upon receipt, the white paper will be reviewed by the SMDTC TPOC and a recommendation will be provided to the applicant with either “encouraged to submit a proposal” or “not encouraged to submit a proposal” based on the review and availability of funding. Proposal submission (Step 2) should also be prepared in accordance with the instructions contained in this BAA. Note that a recommendation by the government for proposal submittal does not guarantee award or obligate the government for proposal cost. The proposal submission guidelines differ for each legal instrument; therefore, applicants are advised to follow the specific applicable guidelines listed in this BAA for the type of instrument they are proposing. This BAA provides submission guidelines for proposals for FAR-based procurement contracts, as well as assistance instruments and other transactions. Upon review of a proposal, the Government will advise applicants on the most appropriate instrument for the proposed work. In accordance with federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Applicants submitting proposals are cautioned that only a Contracting Officer, Grants Officer, or Agreements Officer can obligate the Government to any legal instrument involving federally appropriated funds. All administrative inquiries regarding this BAA shall be submitted to the cognizant ACC-RSA SMD/SP Contracts Specialist POC. Scientific and technical questions should be referred to the TPOCs. Interested parties are encouraged to periodically check any of the following websites for updates and amendments to this BAA: https://www.grants.gov/, https://www.SAM.gov/, or the SMDTC BAA topics posted at https://www.smdc.army.mil/ORGANIZATION/TC/.

Deadline: 8/26/2029
Posted: 11/27/2024
Special Notice

U.S. ARMY SPACE AND MISSILE DEFENSE COMMAND (USASMDC) SPACE AND MISSILE DEFENSE TECHNICAL CENTER (SMDTC) BROAD AGENCY ANNOUNCEMENT FOR SCIENCE, TECHNOLOGY, AND TEST AND EVALUATION RESEARCH

Acquisition Regulation (FAR) Part 35 and Funding Opportunity Announcement under 2 Code of Federal Regulations (CFR) 200.204 (henceforth referred to as “BAA”) is to solicit research proposals for submission to the United States (U.S.) Army Space and Missile Defense Command (USASMDC) Space and Missile Defense Technical Center (SMDTC) for funding consideration. The SMDTC supports the joint warfighter by providing science, technology, and test and evaluation expertise to enable warfighter dominance today and in the future. As part of the Army Science and Technology enterprise, the SMDTC contributes to the current fight and enables the next generation to prevail in conflicts to come. The SMDTC focuses on three essential tasks: executing science and technology, research and development, and test and evaluation; managing and operating the Ronald Reagan Ballistic Missile Defense Test Site; and conducting space operations and space domain awareness. The SMDTC contributes to the success of the warfighter and joint force in four major technology areas of interest: tactical responsive space and high-altitude technologies, test and evaluation, strategic weapon technologies, and hypersonic defeat. White papers for initial concept reviews and full proposals are sought from institutions of higher education, nonprofit organizations, state and local governments, and for-profit organizations (i.e., large and small businesses) for scientific research that supports the SMDTC mission and the published SMDTC research topics of interest. White papers and full proposals are expected to be for cutting-edge innovative research that could produce discoveries having a significant impact on enabling new and improved Army operational capabilities and related technologies. In an effort to provide SMDTC's topics of interest and related information, USASMDC has published the following public webpage listing all current SMDTC research topics: https://www.smdc.army.mil/ORGANIZATION/TC/, hereafter referenced as the SMDTC webpage. Changes to these topics will be made using this website on an as-needed basis. A change to SMDTC’s published BAA topics is not an amendment to this BAA and will not be posted on https://www.grants.gov/ and https://www.SAM.gov/. A change to this document (i.e., the BAA itself) will be considered an amendment and will be posted on https://www.grants.gov/ and https://www.SAM.gov/. Interested parties are encouraged to continually browse the SMDTC BAA topics for white paper and proposal topics that SMDTC desires to explore. These specific topicsshould be viewed as suggestive, rather than limiting. SMDTC is always interested in considering other innovative research concepts of relevance to the Army if those concepts align with SMDTC's mission. Interested parties should also review https://www.grants.gov/ and https://www.SAM.gov/ to obtain the latest version of the BAA for white paper and proposal submission requirements. To conserve valuable applicant and Government resources, and to facilitate determining whether a proposed research idea meets the guidelines described herein, prospective applicants contemplating submission of a white paper are strongly encouraged to contact the ACC-RSA SMD/SP POCs identified on Section V of this BAA, who will provide an SMDTC Technical Point of Contact (TPOC) to first discuss the concept. The TPOCs’ names and contact information will be provided to the prospective applicant by the ACC-RSA SMD/SP POC. After initial contact with an SMDTC TPOC, if an applicant elects to submit a white paper (Step 1), it should be prepared in accordance with the instructions contained in this BAA. Upon receipt, the white paper will be reviewed by the SMDTC TPOC and a recommendation will be provided to the applicant with either “encouraged to submit a proposal” or “not encouraged to submit a proposal” based on the review and availability of funding. Proposal submission (Step 2) should also be prepared in accordance with the instructions contained in this BAA. Note that a recommendation by the government for proposal submittal does not guarantee award or obligate the government for proposal cost. The proposal submission guidelines differ for each legal instrument; therefore, applicants are advised to follow the specific applicable guidelines listed in this BAA for the type of instrument they are proposing. This BAA provides submission guidelines for proposals for FAR-based procurement contracts, as well as assistance instruments and other transactions. Upon review of a proposal, the Government will advise applicants on the most appropriate instrument for the proposed work. In accordance with federal statutes, regulations, and Department of Defense (DoD) and Army policies, no person on grounds of race, color, age, sex, national origin, or disability shall be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving financial assistance from the Army. Applicants submitting proposals are cautioned that only a Contracting Officer, Grants Officer, or Agreements Officer can obligate the Government to any legal instrument involving federally appropriated funds. All administrative inquiries regarding this BAA shall be submitted to the cognizant ACC-RSA SMD/SP Contracts Specialist POC. Scientific and technical questions should be referred to the TPOCs. Interested parties are encouraged to periodically check any of the following websites for updates and amendments to this BAA: https://www.grants.gov/, https://www.SAM.gov/, or the SMDTC BAA topics posted at https://www.smdc.army.mil/ORGANIZATION/TC/.

Deadline: 8/26/2029
Posted: 8/28/2024
Special Notice

Logistics Technology Research (LTR) Program

The Logistics Technology Research (LTR) Program is exploring the application of emergent technologies and commercial or other innovative business practices to develop new capabilities and improved Defense Logistics Agency (DLA) processes to sustain Department of Defense (DOD) weapon systems. LTR seeks to develop and demonstrate capabilities with beneficial application across one or more DLA Major Subordinate Commands (MSCs) or HQ Process Owners. LTR is a DLA-sponsored logistics R&D program with a mission to conduct research and development projects to provide improved capabilities and methods for delivery of parts and services to DLA’s customers. Problems addressed by LTR are usually, although not always, associated with DLA management of weapon system parts in Supply Class IX, although the R&D solutions can be deployed to additional areas of DLA’s business processes. LTR projects address problems faced by the Troop Support, Aviation, and Land and Maritime MSCs and several DLA Headquarters Process Owners. Offerors are encouraged to propose innovative solutions within the scope of the LTR. Equal consideration will be given to all approaches that enable improved processes aligning with the DOD and DLA Director’s Strategic Initiatives.

Deadline: 8/28/2029
Posted: 12/11/2024
SolicitationNAICS: 541715.0

FA461325Q0023 Replacement Office Furniture B327/328

Amendment 01- Updated Combo Doc, Added Attachment 3 – Q&A_Final, Edited Classification on SAM from Total Small Business Set Asie to Service-Disabled Veteran Owned Small Business (SDVOSB) Set-Aside This requirement is for the purchase of various furniture items for a classroom and office setting. These items include tables (30), chairs (157), classroom lecterns (2), bookshelves (15), file cabinets (10), desks (36), transaction counters (21), workstations (14), wardrobe cabinets (13), bookcases (17), mobile pedestals (16), floor mat (12), and a conference table (1). This requirement will also include delivery/ installation and removal of the old furniture.

Deadline: 8/29/2029
Posted: 8/22/2025
SolicitationNAICS: 33721.0

FA461325Q0023 Replacement Office Furniture B327/328

This requirement is for the purchase of various furniture items for a classroom and office setting. These items include tables (30), chairs (157), classroom lecterns (2), bookshelves (15), file cabinets (10), desks (36), transaction counters (21), workstations (14), wardrobe cabinets (13), bookcases (17), mobile pedestals (16), floor mat (12), and a conference table (1). This requirement will also include delivery/ installation and removal of the old furniture.

Deadline: 8/29/2029
Posted: 8/11/2025
SolicitationNAICS: 33721.0

Manufacturing Demonstration Facility: Technology Collaborations for US Manufacturers in Advanced Manufacturing and Materials Technologies

Manufacturing Demonstration Facility Technology Collaborations for US Manufacturers in Advanced Manufacturing and Materials Technologies Oak Ridge National Laboratory (ORNL) is seeking industry partners to participate in short-term, collaborative projects within the Manufacturing Demonstration Facility (MDF) to accelerate development of new energy efficient manufacturing technologies. This opportunity will provide selected participants access to ORNL's experienced staff and unique equipment and capabilities to demonstrate advanced concepts with intent to develop and deploy new manufacturing processes or materials in U.S. manufacturing industries. Description UT-Battelle, LLC, acting under its Prime Contract No. DE-AC05-00OR22725 with the U.S. Department of Energy (DOE) for the management and operation of the Oak Ridge National Laboratory, conducts research and development in support of the DOE Advanced Manufacturing Office (AMO). The DOE Advanced Manufacturing Office partners with industry, small business, universities, and other stakeholders to identify and invest in emerging technologies with the potential to create high-quality domestic manufacturing jobs and enhance the global competitiveness of the United States. ORNL is requesting cost-shared proposals from industry to assess applicability of new technologies that can reduce manufacturing energy intensity or produce new, energy-efficient products. As part of the technology collaborations conducted under this announcement, the proposer will describe the potential manufacturing and life cycle energy savings that may be realized by the targeted project. Projects that focus on advanced manufacturing and materials technologies for commercial applications related to additive manufacturing or carbon fiber and composites are preferred. Projects will be conducted during a short-time period. At least 50% cost share, which can be funds-in to ORNL or in-kind contributions (e.g., facilities, services, and staff time), is required on the part of the industrial participant. Participant cost-share cannot be met using funds from U.S. Government sources. Funds will not be provided to the industrial participant by ORNL. Note: THIS IS NOT A PROCUREMENT REQUEST. Eligibility Eligibility is limited to industries that currently manufacture or process materials in the U.S. for commercial applications, or to industries that will be able to do so as a direct result of these collaborative efforts. There is no restriction based on a particular material system or manufacturing process; however projects should address advanced manufacturing and materials technologies in additive manufacturing or carbon fiber and composites. Background DOE's Manufacturing Demonstration Facility (MDF) at ORNL offers distinctive world-leading capabilities in manufacturing and materials research technologies and characterization facilities. The MDF provides a collaborative, shared infrastructure to help industry adopt energy efficient, rapid, and flexible manufacturing technologies to lower production cost, and create new products and opportunities for high-paying jobs. ORNL's expertise in material synthesis, characterization, and process technology will assist manufacturing industries in conducting assessments of new fabrication concepts and methods for improving existing technologies. The materials and processing technologies developed are expected to be deployed in new or existing manufacturing facilities. More information about the ORNL MDF can be found at: http://web.ornl.gov/sci/manufacturing/ From concept to commercialization, ORNL's world-leading facilities and expertise enable research focused on reducing the energy intensity of U.S. industry, supporting development of new products, and strengthening our nation's clean energy economy to meet the commercial and national security needs of tomorrow. Objective The objective of these MDF Technology Collaborations is to collaborate with industry to investigate, improve, and scale process methodology to reduce the risk and accelerate the development and deployment of innovative energy efficient manufacturing and materials technologies. Creation and preservation of domestic manufacturing jobs is a primary goal of this solicitation. The primary focus of this announcement is to target projects that will impact the technical areas of Additive manufacturing utilizing a broad range of direct manufacturing technologies for metal and polymer feedstocks using a variety of both established and innovative deposition systems and technologies. Carbon fiber and composites utilizing a broad range of carbon fiber synthesis, characterization, and compositing technologies from precursor evaluation through carbon fiber pilot scale production (25 metric tons/year) for low cost, lightweight, and higher-performance composite products incorporating carbon fibers and other material reinforcements. In addition to the above mentioned high priority technology categories, projects with sufficient merit may be approved in the following areas: Lightweight metals processing using advanced synthesis and processing technologies for low-cost titanium alloys, magnesium alloys, and metal matrix composite products Roll-to-roll processing using pulse thermal processing and other advanced processing technologies to develop low-cost manufacturing of flexible electronics, photovoltaics, energy storage systems, and other products Battery manufacturing innovative processing using ORNL's unique prototyping materials and evaluation facilities Laboratory Support It is anticipated that industrial partners will work collaboratively with members of the MDF staff to conduct project activities across the various areas of expertise within the MDF. Intellectual Property and Proprietary Data Projects with the potential for the generation of intellectual property will be performed with a Cooperative Research and Development Agreement (CRADA) as the contract instrument. See the announcement package for a sample CRADA agreement. DOE and ORNL respect the importance of industry's intellectual property and data security while balancing the need to document the benefits of public expenditures. Provisions relating to proprietary information and intellectual property are set forth in the CRADA. A Non-Disclosure agreement (NDA), if required, can be put into place during development of the project to facilitate discussions while protecting the partner's proprietary information. It is preferred that proprietary information NOT be included in the proposal. If company proprietary information is included in the proposal, the specific information should be marked as such, and UT-Battelle/ORNL will treat that information as business confidential. Proposal Guidelines Proposals should be completed using the attached template in the announcement package Proposers are encouraged to consult with ORNL technical staff to develop a work scope that is technically feasible and compatible with ORNL facilities and capabilitie? Proposal Deadline and Submission This solicitation will remain open subject to availability of funding from the DOE Advanced Manufacturing Office. Completed proposals may be submitted in PDF file format by email to MDFcollaboration@ornl.gov. The subject line should include: ORNL MDF Technology Collaborations and the name of the proposer. Proposal Evaluation and Timeline This is an open announcement. Selection of winning proposals will be at the discretion of the DOE AMO. Proposal evaluation criteria will include compatibility with ORNL facilities and capabilities, technical feasibility and merit, the potential to commercialize new products and create US jobs, and the potential for industrial energy savings. AMO and the MDF reserve the right to select all, a portion, or none of the submissions.

Deadline: 9/9/2029
Posted: 9/9/2024
Special NoticeNAICS: 5417.0

Blue Ridge Community College (BRCC)

Amendment V To IFB 70FBR425B00000009 – BRCC Repairs Purpose: This amendment is issued to extend the bid opening date from September 12, 2025, at 1300 hours to September 19, 2025, at 1300 hours. The extension is intended to provide Offerors additional time to review recent amendments, including clarifications to the scope of work and updated documentation, ensuring sufficient time to prepare competitive and responsive bids. Amendment Details: Revised Bid Opening Date: The bid opening date is hereby extended from September 12, 2025, at 1300 hours to September 19, 2025, at 1300 hours. Reason for Extension: The extension is being provided to ensure Offerors have adequate time to review clarifications to the solicitation, including the scope of work and logistical considerations. Additional Note for Offerors: Based on information provided by BRCC, Offerors are advised that asphalt production in the local operating area may slow or stop during winter months. This seasonal limitation could impact repair schedules, and Offerors should plan accordingly when preparing their bids. Instructions to Offerors: Offerors must acknowledge receipt of this amendment by signing below and including it with their bid submission. Offerors are encouraged to review all amendments and attachments carefully and incorporate the updated information into their proposals. Acknowledgment of Amendment V: Offerors must acknowledge receipt of this amendment by signing below and including it with their bid submission. Authorized Signature: [Name of Offeror] _______________ [Date] _______________ All other terms and conditions of the IFB remain unchanged.

Deadline: 9/19/2029
Posted: 9/11/2025
Combined Synopsis/SolicitationNAICS: 238990.0

Strategic Capabilities Office Broad Agency Announcement

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

Deadline: 9/20/2029
Posted: 10/23/2024
Special NoticeNAICS: 541715.0

Strategic Capabilities Office Broad Agency Announcement

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

Deadline: 9/20/2029
Posted: 9/20/2024
Special NoticeNAICS: 541715.0

Strategic Capabilities Office Broad Agency Announcement

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

Deadline: 9/20/2029
Posted: 10/7/2024
Special NoticeNAICS: 541715.0

Strategic Capabilities Office Broad Agency Announcement

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

Deadline: 9/20/2029
Posted: 10/4/2024
Special NoticeNAICS: 541715.0

Research Opportunities for International Space Station (ISS) Utilization

The purpose of this notice is to publicize the availability of NASA Research Announcement (NRA) NNJ13ZBG001N, as is required no less frequently than annually by FAR 35.016. The availability of this NRA was last published in June of 2024 under announcement 80JSC023InSPA. NASA/Johnson Space Center (JSC) issued a NRA for research opportunities for International Space Station (ISS) utilization, specifically soliciting proposals for exploration technology demonstration and National Lab utilization enhancements on November 14, 2012. The NRA remains open for proposal submissions. Individual focus areas within the NRA may have specific due dates. Awards from the NRA may be issued via commercial contracts, non-commercial contracts, cooperative agreements, grants, or other appropriate award mechanisms depending on the scope of the proposal. NAICS codes, Product Service Codes, and places of performance may vary from this posting depending on the scope of the proposal. All responsible sources may submit an offer which shall be considered by the agency. NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at : https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf The solicitation and any additional pertinent documents are available via NASA Solicitation and Proposal Integrated Review and Evaluation System (NSPIRES). Potential applicants are urged to access NSPIRES well in advance of the white paper and proposal due date(s) of interest to familiarize themselves with its structure and enter the requested identifier information. It is the offeror's responsibility to monitor NSPIRES for the release of the solicitation and amendments (if any). Potential offerors will be responsible for downloading their own copy of the solicitation and amendments (if any).

Deadline: 9/30/2029
Posted: 12/2/2024
Special NoticeNAICS: 54171.0

RTP Division Fair Opportunity Updates

In order to improve communication with our stakeholders, the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Research Triangle Park Division will post updates for known competitive acquisitions. The posted documents and responses are for informational purposes ONLY. This is NOT a Solicitation/Requests for proposal (RFP)/Requests for Quote (RFQ). Do NOT submit any formal proposals/quotes to this posting. All information contained in this posting is subject to change at any time. Any comments or questions shall be directed to the point of contact or Contracting Officer specified in the opportunity of interest. ALL PROJECTS/PROCUREMENTS ARE SUBJECT TO CANCELATION AT ANY TIME. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY FEEDBACK, QUESTIONS, OR DOCUMENTATION PROVIDED BY INDUSTRY. The Government will not provide any procurement sensitive information that would violate the integrity of the source selection process. In order to avoid the actual or the appearance of an organizational conflict of interest, interested parties shall not contact the requiring activity directly to discuss any of the specific requirements. Doing so could later ban the interested party from participating in a particular acquisition.

Deadline: 10/1/2029
Posted: 12/2/2024
Special NoticeNAICS: 541715.0

RTP Division Fair Opportunity Updates

In order to improve communication with our stakeholders, the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Research Triangle Park Division will post updates for known competitive acquisitions. The posted documents and responses are for informational purposes ONLY. This is NOT a Solicitation/Requests for proposal (RFP)/Requests for Quote (RFQ). Do NOT submit any formal proposals/quotes to this posting. All information contained in this posting is subject to change at any time. Any comments or questions shall be directed to the point of contact or Contracting Officer specified in the opportunity of interest. ALL PROJECTS/PROCUREMENTS ARE SUBJECT TO CANCELATION AT ANY TIME. THE GOVERNMENT WILL NOT REIMBURSE FOR ANY FEEDBACK, QUESTIONS, OR DOCUMENTATION PROVIDED BY INDUSTRY. The Government will not provide any procurement sensitive information that would violate the integrity of the source selection process. In order to avoid the actual or the appearance of an organizational conflict of interest, interested parties shall not contact the requiring activity directly to discuss any of the specific requirements. Doing so could later ban the interested party from participating in a particular acquisition.

Deadline: 10/1/2029
Posted: 12/2/2024
Special NoticeNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 6/10/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 5/30/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 5/30/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 4/17/2025
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 11/21/2024
PresolicitationNAICS: 541715.0

Microelectronics Innovation for Next-generation System Advancement and Validation (MINSAV) Advanced Research Announcement (ARA) with Calls

The objective of the MINSAV effort is to acquire the design and fabrication of commercial and government developed sensor (signal) generation and processing technologies to enhance the US commercial microelectronics ecosystem and align commercial development with DoD needs to maintain US technological superiority in warfighting capability. Experimentation under the MINSAV ARA will construct prototype systems that demonstrate microelectronics capabilities that yield technical offset for DoD related autonomous, artificial intelligence, position navigation and timing, electronic warfare, data processing, spatial / spectrally agile, and strategic applications. Please see attachments below entitled "MINSAV ARA Amendment 4 - Annual Review" and "Amendment 4 Att 1 - CUI SOO Placeholder" for information regarding updates effective 29 March 2022.

Deadline: 10/1/2029
Posted: 6/17/2025
PresolicitationNAICS: 541715.0

Accelerating Market Readiness Program

This is a five year open Broad Agency Announcement for the Federal Highway Administration's (FHWA) Office of Technical Services (OTS), Accelerating Market Readiness (AMR) Program. White papers under this BAA will only be solicited under individual calls. Individual calls will be separately posted in SAM.

Deadline: 10/28/2029
Posted: 10/29/2024
SolicitationNAICS: 541330.0

Accelerating Market Readiness Program

Please see attachments for amended BAA, BAA Amendment Memo, and amended Appendix C. This is a five year open Broad Agency Announcement for the Federal Highway Administration's (FHWA) Office of Technical Services (OTS), Accelerating Market Readiness (AMR) Program. White papers under this BAA will only be solicited under individual calls. Individual calls will be separately posted in SAM. Appendix A White Paper Example Appendix B Price Model Appendix C Innovation Topics Appendix D Small Business Subcontracting Plan Appendix E Standard Form LLL

Deadline: 10/28/2029
Posted: 2/25/2025
SolicitationNAICS: 541330.0

BAA for Advancement of Technologies for Use by Special Operations Forces

JULY 28, 2025, UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER, CHANGING TO JERRYL MCCOY AND ISSUE AMENDMENT 7 TO THE BROAD AGENCY ANNOUNCEMENT, WHICH WILL TAKE EFFECT ON AUGUST 1, 2025. AMENDMENT 7 INCLUDES EXTENSIVE CHANGES TO THE BAA. INTERESTED PARTIES ARE ENCOURAGED TO REVIEW THE AMENDMENT IN ITS ENTIRETY. OCTOBER 31, 2024, UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER, CHANGING TO MICHAEL LONGDON, AND ISSUE AMENDMENT 6, TO THE BROAD AGENCY ANNOUNCEMENT, WHICH WILL TAKE EFFECT ON NOVEMBER 30, 2024. THE FOLLOWING SECTIONS HAVE BEEN UPDATED: 3.0 CLOSING DATE, 4.0 TECHNOLOGY AREAS OF INTEREST, 5.0 SUPPLEMENTAL SUBMISSION INSTRUCTIONS AND INFORMATION AND 6.0 WHITE PAPER REVIEW CRITERIA. NOVEMBER 16, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO: (1) DELETE CONTRACTING/AGREEMENTS OFFICER THUY NYUGEN FROM SECTION 2.0; (2) MAKE NUMEROUS REVISIONS TO SECTION 4 “TECHNICAL AREAS OF INTEREST”; (3) REVISE SECTION 5.7 “NOTIONAL EVALUATION PERIOD” CHANGING CURRENT SUBMISSION DATE THROUGH 5 JANUARY 2024 AND CURRENT EVALUATION PERIOD TO REFLECT 2 FEBRUARY 2024 TO 7 MARCH 2024. OCTOBER 30, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO: (1) The BAA statutory authority to: FAR 6.102(d)(2), FAR 35.016, 10 U.S.C. 4001, 10 U.S.C. 4021, 10. U.S.C. 4023, 10 U.S.C. 4022, and 10 U.S.C. 4022(f) and (2) the Agreements Officer from Ramona Delamarter to Ronald Reed and Thuy Nguyen. MARCH 20, 2023 UPDATE: THE 2020 THE 2020 SOCOM BAAST IS AMENDED TO CORRECT THE ATTACHMENT FILE NAME FROM FY20 ST BAA_FNL 15FEB22_AMEND_3.pdf to FY20 ST BAA_FNL 22FEB23_AMEND_3.pdf. FEBRUARY 22, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO (1) UPDATE THE CONTRACTING OFFICER, CHANGING FROM THUY NGUYEN TO RAMONA DELAMARTER, (2) UPDATE THE SECONDARY CONTRACTING POC FROM JUANITA REMINGTON TO TERRY ANN LEWIS, AND (3) ISSUE AMENDMENT 3, DATED 15 FEB 2023, TO THE BROAD AGENCY ANNOUNCEMENT, THE FOLLOWING SECTIONS HAVE BEEN UPDATED: 3.0 CLOSING DATE AND 5.0 SUPPLEMENTAL SUBMISSION INSTRUCTIONS AND INFORMATION. OCTOBER 19 2022 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER CHANGING FROM RONALD REED TO THUY NGUYEN, ISSUE AMENDMENT 2, DATED 18 OCT 2022, TO THE BROAD AGENCY ANNOUNCEMENT, AND CHANGE THE TECHNICAL POINT OF CONTACT EMAIL TO BAAST@SOCOM.MIL JUNE 25 2021 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO REPLACE THE CLASSIFIED POC. MR. JIM GRIFFIN IS DELETED AS CLASSIFIED POC. DR. CONRAD LOVELL IS THE NEW CLASSIFIED POC. MAY 5 2021 UPDATE: THE CLOSING DATE OF THIS NOTICE HAS BEEN AMENDED TO REFLECT 31 DECEMBER 2025, WHICH IS THE DATE THE SOCOM BAA ENDS. THE GOVERNMENT CONTACTS SECTION HAS BEEN UPDATED TO ADD MS. JUANITA REMINGTON AS ALTERNATE CONTRACTING POC. LASTLY, THE PEO-SR CLASSIFIED ANNEX HAS BEEN REMOVED FROM SECTION 4.1.2 OF THE BAA. MAY 21 UPDATE: THE CLOSING DATE OF THIS NOTICE HAS BEEN EXTENDED UNTIL 3:00 PM (EASTERN) TUESDAY MAY 26TH. IN ADDITION TO PREVIOUSLY NOTED ISSUES WITH THE URL, THERE HAVE BEEN ISSUES WITH SOME FILES NOT MAKING IT THROUGH THE USSOCOM FIRE WALL. IN ORDER TO ADDRESS THESE ISSUES PLEASE REDUCE FILES TO LESS THAN 10MB. PLEASE ALSO CONSIDER COMPRESSING FILES THAT ARE LARGER, OR CONVERTING TO PDF. NOTICE: THIS UPDATE CORRECTS THE URL FOUND IN THE ORIGINAL USSOCOM-BAAST-2020 POSTING. THE CORRECT URL TO SUBMIT WHITE PAPERS IS: https://www.socom.mil/SOF-ATL/Pages/baa.aspx PLEASE ENSURE THAT WHEN COPY AND PASTING THIS URL, THE DASH BETWEEN SOF AND ATL IS INCLUDED. THERE IS A KNOWN ISSUE WITH THE DASH BEING DROPPED WHEN COPY AND PASTING. This Broad Agency Announcement (BAA), which sets forth research and development in the focus areas of interest to the United States Special Operations Command (USSOCOM), Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L), Directorate of Science and Technology (S&T). This BAA is issued under the provisions of 6.102(d)(2) and 35.016 of the Federal Acquisition Regulation (FAR), which provides for the acquisition of basic, applied, and advanced research and that part of development not related to the development of a specific system or hardware procurement through the competitive selection of proposals, as well as, 10 U.S.C. 4001, 10 U.S.C. 4021, 10 U.S.C. 4022, and 10 U.S.C. 4022(f), which provide the authorities for issuing awards under this announcement for basic, applied research, advance research, development, prototyping projects, and follow-on production. Proposals submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. USSOCOM is interested in receiving white papers from all responsible sources (reference FAR 9.1) from industry, academia, individuals, Federally Funded Research and Development Centers, National Laboratories, and Government laboratories capable of pursuing, developing and evolving disruptive capabilities that must be made available to the SOF Operator within the next five to seven years in order to achieve mission success in the Future Operating Environment (FOE). ***This BAA will remain open for 5 years until 31 December 2025, unless superseded, amended, or cancelled.***

Deadline: 10/29/2029
Posted: 7/28/2025
Special NoticeNAICS: 54171.0

BAA for Advancement of Technologies for Use by Special Operations Forces

OCTOBER 31, 2024, UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER, CHANGING TO MICHAEL LONGDON, AND ISSUE AMENDMENT 6, TO THE BROAD AGENCY ANNOUNCEMENT, WHICH WILL TAKE EFFECT ON NOVEMBER 30, 2024. THE FOLLOWING SECTIONS HAVE BEEN UPDATED: 3.0 CLOSING DATE, 4.0 TECHNOLOGY AREAS OF INTEREST, 5.0 SUPPLEMENTAL SUBMISSION INSTRUCTIONS AND INFORMATION AND 6.0 WHITE PAPER REVIEW CRITERIA. NOVEMBER 16, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO: (1) DELETE CONTRACTING/AGREEMENTS OFFICER THUY NYUGEN FROM SECTION 2.0; (2) MAKE NUMEROUS REVISIONS TO SECTION 4 “TECHNICAL AREAS OF INTEREST”; (3) REVISE SECTION 5.7 “NOTIONAL EVALUATION PERIOD” CHANGING CURRENT SUBMISSION DATE THROUGH 5 JANUARY 2024 AND CURRENT EVALUATION PERIOD TO REFLECT 2 FEBRUARY 2024 TO 7 MARCH 2024. OCTOBER 30, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO: (1) The BAA statutory authority to: FAR 6.102(d)(2), FAR 35.016, 10 U.S.C. 4001, 10 U.S.C. 4021, 10. U.S.C. 4023, 10 U.S.C. 4022, and 10 U.S.C. 4022(f) and (2) the Agreements Officer from Ramona Delamarter to Ronald Reed and Thuy Nguyen. MARCH 20, 2023 UPDATE: THE 2020 THE 2020 SOCOM BAAST IS AMENDED TO CORRECT THE ATTACHMENT FILE NAME FROM FY20 ST BAA_FNL 15FEB22_AMEND_3.pdf to FY20 ST BAA_FNL 22FEB23_AMEND_3.pdf. FEBRUARY 22, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO (1) UPDATE THE CONTRACTING OFFICER, CHANGING FROM THUY NGUYEN TO RAMONA DELAMARTER, (2) UPDATE THE SECONDARY CONTRACTING POC FROM JUANITA REMINGTON TO TERRY ANN LEWIS, AND (3) ISSUE AMENDMENT 3, DATED 15 FEB 2023, TO THE BROAD AGENCY ANNOUNCEMENT, THE FOLLOWING SECTIONS HAVE BEEN UPDATED: 3.0 CLOSING DATE AND 5.0 SUPPLEMENTAL SUBMISSION INSTRUCTIONS AND INFORMATION. OCTOBER 19 2022 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER CHANGING FROM RONALD REED TO THUY NGUYEN, ISSUE AMENDMENT 2, DATED 18 OCT 2022, TO THE BROAD AGENCY ANNOUNCEMENT, AND CHANGE THE TECHNICAL POINT OF CONTACT EMAIL TO BAAST@SOCOM.MIL JUNE 25 2021 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO REPLACE THE CLASSIFIED POC. MR. JIM GRIFFIN IS DELETED AS CLASSIFIED POC. DR. CONRAD LOVELL IS THE NEW CLASSIFIED POC. MAY 5 2021 UPDATE: THE CLOSING DATE OF THIS NOTICE HAS BEEN AMENDED TO REFLECT 31 DECEMBER 2025, WHICH IS THE DATE THE SOCOM BAA ENDS. THE GOVERNMENT CONTACTS SECTION HAS BEEN UPDATED TO ADD MS. JUANITA REMINGTON AS ALTERNATE CONTRACTING POC. LASTLY, THE PEO-SR CLASSIFIED ANNEX HAS BEEN REMOVED FROM SECTION 4.1.2 OF THE BAA. MAY 21 UPDATE: THE CLOSING DATE OF THIS NOTICE HAS BEEN EXTENDED UNTIL 3:00 PM (EASTERN) TUESDAY MAY 26TH. IN ADDITION TO PREVIOUSLY NOTED ISSUES WITH THE URL, THERE HAVE BEEN ISSUES WITH SOME FILES NOT MAKING IT THROUGH THE USSOCOM FIRE WALL. IN ORDER TO ADDRESS THESE ISSUES PLEASE REDUCE FILES TO LESS THAN 10MB. PLEASE ALSO CONSIDER COMPRESSING FILES THAT ARE LARGER, OR CONVERTING TO PDF. NOTICE: THIS UPDATE CORRECTS THE URL FOUND IN THE ORIGINAL USSOCOM-BAAST-2020 POSTING. THE CORRECT URL TO SUBMIT WHITE PAPERS IS: https://www.socom.mil/SOF-ATL/Pages/baa.aspx PLEASE ENSURE THAT WHEN COPY AND PASTING THIS URL, THE DASH BETWEEN SOF AND ATL IS INCLUDED. THERE IS A KNOWN ISSUE WITH THE DASH BEING DROPPED WHEN COPY AND PASTING. This Broad Agency Announcement (BAA), which sets forth research and development in the focus areas of interest to the United States Special Operations Command (USSOCOM), Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L), Directorate of Science and Technology (S&T). This BAA is issued under the provisions of 6.102(d)(2) and 35.016 of the Federal Acquisition Regulation (FAR), which provides for the acquisition of basic, applied, and advanced research and that part of development not related to the development of a specific system or hardware procurement through the competitive selection of proposals, as well as, 10 U.S.C. 4001, 10 U.S.C. 4021, 10 U.S.C. 4022, and 10 U.S.C. 4022(f), which provide the authorities for issuing awards under this announcement for basic, applied research, advance research, development, prototyping projects, and follow-on production. Proposals submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. USSOCOM is interested in receiving white papers from all responsible sources (reference FAR 9.1) from industry, academia, individuals, Federally Funded Research and Development Centers, National Laboratories, and Government laboratories capable of pursuing, developing and evolving disruptive capabilities that must be made available to the SOF Operator within the next five to seven years in order to achieve mission success in the Future Operating Environment (FOE). ***This BAA will remain open for 5 years until 31 December 2025, unless superseded, amended, or cancelled.***

Deadline: 10/29/2029
Posted: 10/31/2024
Special NoticeNAICS: 54171.0

BAA for Advancement of Technologies for Use by Special Operations Forces

OCTOBER 31, 2024, UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER, CHANGING TO MICHAEL LONGDON, AND ISSUE AMENDMENT 6, TO THE BROAD AGENCY ANNOUNCEMENT, WHICH WILL TAKE EFFECT ON NOVEMBER 30, 2024. THE FOLLOWING SECTIONS HAVE BEEN UPDATED: 3.0 CLOSING DATE, 4.0 TECHNOLOGY AREAS OF INTEREST, 5.0 SUPPLEMENTAL SUBMISSION INSTRUCTIONS AND INFORMATION AND 6.0 WHITE PAPER REVIEW CRITERIA. NOVEMBER 16, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO: (1) DELETE CONTRACTING/AGREEMENTS OFFICER THUY NYUGEN FROM SECTION 2.0; (2) MAKE NUMEROUS REVISIONS TO SECTION 4 “TECHNICAL AREAS OF INTEREST”; (3) REVISE SECTION 5.7 “NOTIONAL EVALUATION PERIOD” CHANGING CURRENT SUBMISSION DATE THROUGH 5 JANUARY 2024 AND CURRENT EVALUATION PERIOD TO REFLECT 2 FEBRUARY 2024 TO 7 MARCH 2024. OCTOBER 30, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO: (1) The BAA statutory authority to: FAR 6.102(d)(2), FAR 35.016, 10 U.S.C. 4001, 10 U.S.C. 4021, 10. U.S.C. 4023, 10 U.S.C. 4022, and 10 U.S.C. 4022(f) and (2) the Agreements Officer from Ramona Delamarter to Ronald Reed and Thuy Nguyen. MARCH 20, 2023 UPDATE: THE 2020 THE 2020 SOCOM BAAST IS AMENDED TO CORRECT THE ATTACHMENT FILE NAME FROM FY20 ST BAA_FNL 15FEB22_AMEND_3.pdf to FY20 ST BAA_FNL 22FEB23_AMEND_3.pdf. FEBRUARY 22, 2023 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO (1) UPDATE THE CONTRACTING OFFICER, CHANGING FROM THUY NGUYEN TO RAMONA DELAMARTER, (2) UPDATE THE SECONDARY CONTRACTING POC FROM JUANITA REMINGTON TO TERRY ANN LEWIS, AND (3) ISSUE AMENDMENT 3, DATED 15 FEB 2023, TO THE BROAD AGENCY ANNOUNCEMENT, THE FOLLOWING SECTIONS HAVE BEEN UPDATED: 3.0 CLOSING DATE AND 5.0 SUPPLEMENTAL SUBMISSION INSTRUCTIONS AND INFORMATION. OCTOBER 19 2022 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO UPDATE THE CONTRACTING OFFICER CHANGING FROM RONALD REED TO THUY NGUYEN, ISSUE AMENDMENT 2, DATED 18 OCT 2022, TO THE BROAD AGENCY ANNOUNCEMENT, AND CHANGE THE TECHNICAL POINT OF CONTACT EMAIL TO BAAST@SOCOM.MIL JUNE 25 2021 UPDATE: THE 2020 SOCOM BAAST IS AMENDED TO REPLACE THE CLASSIFIED POC. MR. JIM GRIFFIN IS DELETED AS CLASSIFIED POC. DR. CONRAD LOVELL IS THE NEW CLASSIFIED POC. MAY 5 2021 UPDATE: THE CLOSING DATE OF THIS NOTICE HAS BEEN AMENDED TO REFLECT 31 DECEMBER 2025, WHICH IS THE DATE THE SOCOM BAA ENDS. THE GOVERNMENT CONTACTS SECTION HAS BEEN UPDATED TO ADD MS. JUANITA REMINGTON AS ALTERNATE CONTRACTING POC. LASTLY, THE PEO-SR CLASSIFIED ANNEX HAS BEEN REMOVED FROM SECTION 4.1.2 OF THE BAA. MAY 21 UPDATE: THE CLOSING DATE OF THIS NOTICE HAS BEEN EXTENDED UNTIL 3:00 PM (EASTERN) TUESDAY MAY 26TH. IN ADDITION TO PREVIOUSLY NOTED ISSUES WITH THE URL, THERE HAVE BEEN ISSUES WITH SOME FILES NOT MAKING IT THROUGH THE USSOCOM FIRE WALL. IN ORDER TO ADDRESS THESE ISSUES PLEASE REDUCE FILES TO LESS THAN 10MB. PLEASE ALSO CONSIDER COMPRESSING FILES THAT ARE LARGER, OR CONVERTING TO PDF. NOTICE: THIS UPDATE CORRECTS THE URL FOUND IN THE ORIGINAL USSOCOM-BAAST-2020 POSTING. THE CORRECT URL TO SUBMIT WHITE PAPERS IS: https://www.socom.mil/SOF-ATL/Pages/baa.aspx PLEASE ENSURE THAT WHEN COPY AND PASTING THIS URL, THE DASH BETWEEN SOF AND ATL IS INCLUDED. THERE IS A KNOWN ISSUE WITH THE DASH BEING DROPPED WHEN COPY AND PASTING. This Broad Agency Announcement (BAA), which sets forth research and development in the focus areas of interest to the United States Special Operations Command (USSOCOM), Special Operations Forces Acquisition, Technology, and Logistics (SOF AT&L), Directorate of Science and Technology (S&T). This BAA is issued under the provisions of 6.102(d)(2) and 35.016 of the Federal Acquisition Regulation (FAR), which provides for the acquisition of basic, applied, and advanced research and that part of development not related to the development of a specific system or hardware procurement through the competitive selection of proposals, as well as, 10 U.S.C. 4001, 10 U.S.C. 4021, 10 U.S.C. 4022, and 10 U.S.C. 4022(f), which provide the authorities for issuing awards under this announcement for basic, applied research, advance research, development, prototyping projects, and follow-on production. Proposals submitted in response to this BAA and selected for award are considered to be the result of full and open competition and in full compliance with the provisions of Public Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments. USSOCOM is interested in receiving white papers from all responsible sources (reference FAR 9.1) from industry, academia, individuals, Federally Funded Research and Development Centers, National Laboratories, and Government laboratories capable of pursuing, developing and evolving disruptive capabilities that must be made available to the SOF Operator within the next five to seven years in order to achieve mission success in the Future Operating Environment (FOE). ***This BAA will remain open for 5 years until 31 December 2025, unless superseded, amended, or cancelled.***

Deadline: 10/29/2029
Posted: 10/31/2024
Special NoticeNAICS: 54171.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 7/10/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 6/3/2025
Combined Synopsis/SolicitationNAICS: 541715.0

Air Dominance Broad Agency Announcement (BAA)

This Broad Agency Announcement (BAA) is for the Air Force Research Laboratory Munitions directorate (AFRL/RW) in support of Air Dominance Technology to fulfill Air Dominance R&D requirements in 13 munitions related research areas of interest . Operations Security (OPSEC): General OPSEC procedures, policies and awareness will be required in an effort to reduce program vulnerability from successful adversary collection and exploitation of critical information. OPSEC will be applied throught the lifecycle of any potential contract. ITAR: International traffic in Arms Regulations and Public Law 98-94 (export control) will apply. Technical Areas Research Area 1 – Modeling, Simulation, & Analysis (MS&A) Research Area 2 – Innovative Aircraft Integration Technologies Research Area 3 – Find Fix Target Track (F2T2) & Datalink Technologies Research Area 4 – Engagement Management System Technologies Research Area 5 – High Velocity Fuzing Research Area 6 – Missile Electronics Research Area 7 – Missile Guidance and Control Technologies Research Area 8 – Advanced Warhead Technologies Research Area 9 – Advanced Missile Propulsion Technologies Research Area 10 – Control Actuation Systems Research Area 11 – Missile Carriage and Release Technologies Research Area 12 – Missile Test and Evaluation Technologies Research Area 13 – Artificial Intelligence / Autonomy

Deadline: 10/30/2029
Posted: 4/10/2025
Combined Synopsis/SolicitationNAICS: 541715.0
Page 51 of 54