Federal Contract Opportunities
Showing 2,601-2,650 of 2,690 opportunities
These are federal procurement opportunities from SAM.gov for businesses to provide goods and services to government agencies.
Washington Headquarters Services Commercial Solutions Opening
The Washington Headquarters Services, Acquisition Directorate (WHS/AD) is an essential mission partner and trusted advisor, providing innovative and agile contracting solutions throughout the acquisition life cycle as the Single Enterprise Contracting Office (SECO) to the Office of the Secretary of Defense (OSD), offices thereunder, and other Department of Defense (DoD) mission partners. WHS/AD Emerging Capabilities and Defense Prototyping Division (ECDP) awards and manages research and development project awards authorized by 10 United States Code (U.S.C.) Section (§) 3458 and 10 U.S.C. § 4001. This Commercial Solutions Opening (CSO) seeks innovative, commercial approaches to accelerate the attainment of defense capabilities through issuing awards under the authorities in 10 U.S.C. § 3458 and/or 10 U.S.C. § 4022. This includes, but is not limited to, commercially available technologies fueled by commercial or strategic investment, innovative commercial products and services, concept demonstrations, pilots, and agile development activities that can improve commercial technologies and existing Government-owned capabilities, and other concepts for defense application. The CSO solicits solutions via topic Areas of Interest (AOIs), published separately on the Government Point of Entry (GPE) https://sam.gov. Additional mediums may also be utilized to maximize exposure of this CSO and its AOI opportunities to non-traditional defense contractors. The Government may issue amendments to this CSO and any AOI. Companies are responsible for monitoring the GPE for AOI and amendment postings. This CSO is open for five (5) years. Amendment 001: Updates the Description as well as the CSO document attached to this notice. Amendment 002: Updated the Contracting Point of Contact (POC).
Washington Headquarters Services Commercial Solutions Opening
The Washington Headquarters Services, Acquisition Directorate (WHS/AD) is an essential mission partner and trusted advisor, providing innovative and agile contracting solutions throughout the acquisition life cycle as the Single Enterprise Contracting Office (SECO) to the Office of the Secretary of Defense (OSD), offices thereunder, and other Department of Defense (DoD) mission partners. WHS/AD Emerging Capabilities and Defense Prototyping Division (ECDP) awards and manages research and development project awards authorized by 10 United States Code (U.S.C.) Section (§) 3458 and 10 U.S.C. § 4001. This Commercial Solutions Opening (CSO) seeks innovative, commercial approaches to accelerate the attainment of defense capabilities through issuing awards under the authorities in 10 U.S.C. § 3458 and/or 10 U.S.C. § 4022. This includes, but is not limited to, commercially available technologies fueled by commercial or strategic investment, innovative commercial products and services, concept demonstrations, pilots, and agile development activities that can improve commercial technologies and existing Government-owned capabilities, and other concepts for defense application. The CSO solicits solutions via topic Areas of Interest (AOIs), published separately on the Government Point of Entry (GPE) https://sam.gov. Additional mediums may also be utilized to maximize exposure of this CSO and its AOI opportunities to non-traditional defense contractors. The Government may issue amendments to this CSO and any AOI. Companies are responsible for monitoring the GPE for AOI and amendment postings. This CSO is open for five (5) years. Amendment 001: Updates the Description as well as the CSO document attached to this notice. Amendment 002: Updated the Contracting Point of Contact (POC).
Washington Headquarters Services Commercial Solutions Opening
The Washington Headquarters Services, Acquisition Directorate (WHS/AD) is an essential mission partner and trusted advisor, providing innovative and agile contracting solutions throughout the acquisition life cycle as the Single Enterprise Contracting Office (SECO) to the Office of the Secretary of Defense (OSD), offices thereunder, and other Department of Defense (DoD) mission partners. WHS/AD Emerging Capabilities and Defense Prototyping Division (ECDP) awards and manages research and development project awards authorized by 10 United States Code (U.S.C.) Section (§) 3458 and 10 U.S.C. § 4001. This Commercial Solutions Opening (CSO) seeks innovative, commercial approaches to accelerate the attainment of defense capabilities through issuing awards under the authorities in 10 U.S.C. § 3458 and/or 10 U.S.C. § 4022. This includes, but is not limited to, commercially available technologies fueled by commercial or strategic investment, innovative commercial products and services, concept demonstrations, pilots, and agile development activities that can improve commercial technologies and existing Government-owned capabilities, and other concepts for defense application. The CSO solicits solutions via topic Areas of Interest (AOIs), published separately on the Government Point of Entry (GPE) https://sam.gov. Additional mediums may also be utilized to maximize exposure of this CSO and its AOI opportunities to non-traditional defense contractors. The Government may issue amendments to this CSO and any AOI. Companies are responsible for monitoring the GPE for AOI and amendment postings. This CSO is open for five (5) years. Amendment 001: Updates the Description as well as the CSO document attached to this notice.
Washington Headquarters Services Commercial Solutions Opening
The Washington Headquarters Services, Acquisition Directorate (WHS/AD) is interested in awarding Agreements with nontraditional and traditional defense contractors and non-profit research institutions to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the DoD or improving platforms, systems, components, or materials proposed to be acquired or developed by the DoD, or to improvement of platforms, systems, components, or materials in use by the armed forces; as well as to acquire innovative commercial products and services. This Commercial Solutions Opening (CSO) seeks innovative, commercial approaches to accelerate the attainment of defense capabilities. This CSO anticipates awarding prototype agreements under the authority in 10 U.S.C. § 4022 or 10 U.S.C. § 3458. This includes commercially available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, concepts for defense application, or innovative commercial products or services. The information provided in this CSO is intended to ensure that to the maximum extent practicable, competitive procedures are used when entering into agreements to carry out these prototype projects. The CSO solicits solutions via topic Areas of Interest (AOIs), published separately on the Government Point of Entry (GPE) https://sam.gov. Additional mediums may also be utilized to maximize exposure of this CSO and its AOI opportunities to non-traditional defense contractors. The Government may issue amendments to this CSO and any AOI. Companies are responsible for monitoring the GPE for AOI and amendment postings. This CSO is open for five (5) years.
Washington Headquarters Services Commercial Solutions Opening
The Washington Headquarters Services, Acquisition Directorate (WHS/AD) is interested in awarding Agreements with nontraditional and traditional defense contractors and non-profit research institutions to carry out prototype projects that are directly relevant to enhancing the mission effectiveness of personnel of the DoD or improving platforms, systems, components, or materials proposed to be acquired or developed by the DoD, or to improvement of platforms, systems, components, or materials in use by the armed forces; as well as to acquire innovative commercial products and services. This Commercial Solutions Opening (CSO) seeks innovative, commercial approaches to accelerate the attainment of defense capabilities. This CSO anticipates awarding prototype agreements under the authority in 10 U.S.C. § 4022 or 10 U.S.C. § 3458. This includes commercially available technologies fueled by commercial or strategic investment, concept demonstrations, pilots, and agile development activities that can incrementally improve commercial technologies, existing Government-owned capabilities, concepts for defense application, or innovative commercial products or services. The information provided in this CSO is intended to ensure that to the maximum extent practicable, competitive procedures are used when entering into agreements to carry out these prototype projects. The CSO solicits solutions via topic Areas of Interest (AOIs), published separately on the Government Point of Entry (GPE) https://sam.gov. Additional mediums may also be utilized to maximize exposure of this CSO and its AOI opportunities to non-traditional defense contractors. The Government may issue amendments to this CSO and any AOI. Companies are responsible for monitoring the GPE for AOI and amendment postings. This CSO is open for five (5) years.
Combat Identification Automated Target Recognition Technology (CATCH)
This program completes work primarily ranging from TRL 3 to TRL 7 in modeling, simulation, and analysis (MS&A), technology development, integration, test and evaluation (T&E), and transition coordination. The program will look at the follow areas: (1) Sensor exploitation from multiple warfighting domains with focus on air, ground, and surface targets, (2) Exploitation and fusion of multiple sensor modalities, including active and passive modes, from single and multiple platforms, (3) OMS technologies and third-party software and/or mode exploration
Q999--Executive Order
Hello
SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS
SEE STAR-FISH ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS AMENDEMENT 3 DATED 5 DEC 2024 Attention: On the General Informatiion section, there is no offers due date for this STAR-FISH ARA with CALLS. Date Offer Due is a required field in the beta.sam.gov
C2 Cross Functional Team (CFT) Broad Agency Announcement
UPDATE 5 SEPTEMBER 2025 The purpose of this notice is to share an update regarding the schedule associated with Calls for White Papers (CfWPs) aligned to TEM 14. The Government will not conduct Technological Demonstrations between 8-12 September 2025 as specified in the CfWPs. Another update will be provided once the Government identifies an updated timeline. UPDATE 30 JUNE 2025 Please see the attachments section of this SAM.gov TEM 14 posting for the three (3) updated Call for White Paper (CfWP) files. A copy of the BAA and BAA Compliance Checklist has also been included for potential vendors convenience. Submit your WP's IAW all submission instructions. UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
C2 Cross Functional Team (CFT) Broad Agency Announcement
UPDATE 30 JUNE 2025 Please see the attachments section of this SAM.gov TEM 14 posting for the three (3) updated Call for White Paper (CfWP) files. A copy of the BAA and BAA Compliance Checklist has also been included for potential vendors convenience. Submit your WP's IAW all submission instructions. UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
C2 Cross Functional Team (CFT) Broad Agency Announcement
UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
C2 Cross Functional Team (CFT) Broad Agency Announcement
I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
C2 Cross Functional Team (CFT) Broad Agency Announcement
I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.force.com/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.force.com/. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.force.com/ included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
C2 Cross Functional Team (CFT) Broad Agency Announcement
I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
BAA-25-R-C2CFT
I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.force.com/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.force.com/. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.force.com/ included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
C2 Cross Functional Team (CFT) Broad Agency Announcement
UPDATE 10 SEPTEMBER 2025 The purpose of this notice is to share an update regarding the Calls for White Papers (CfWPs) aligned to TEM 14. Topic Area 1: The Government will host Technological Demonstrations on 25 September. Vendors selected to provide a Technological Demonstration will be notified via direct e-mail correspondence. Vendors not selected to provide a Technological Demonstration will also be notified via direct e-mail correspondence. Topic Areas 2 & 3: An updated timeline will be provided on SAM.GOV no later than 1 December 2025. UPDATE 5 SEPTEMBER 2025 The purpose of this notice is to share an update regarding the schedule associated with Calls for White Papers (CfWPs) aligned to TEM 14. The Government will not conduct Technological Demonstrations between 8-12 September 2025 as specified in the CfWPs. Another update will be provided once the Government identifies an updated timeline. UPDATE 30 JUNE 2025 Please see the attachments section of this SAM.gov TEM 14 posting for the three (3) updated Call for White Paper (CfWP) files. A copy of the BAA and BAA Compliance Checklist has also been included for potential vendors convenience. Submit your WP's IAW all submission instructions. UPDATE: 21 APRIL 2025 A Draft Call for White Paper (CfWP) comment section, thru the TEM 14 Community, is currently open via the Joint Communication Marketplace at https://jtnc.sites.crmforce.mil/. Please note: registration to the Community will be required for submitting comments. Please see the Attachments/Links Section of this SAM posting to view the pdf file draft CfWP's for TEM 14. I. INTRODUCTION The BAA, announcement number BAA-25-R-C2CFT, is sponsored by the U.S. AFC, C2-CFT and will be open for five (5) years from the date of original issue. This BAA will be valid through 23 March 2030, unless terminated sooner. This BAA includes research interests from the C2-CFT/PEO C3N (located at APG, Maryland and or other Government agencies). U.S. AFC leads a continuous transformation of Army modernization in order to provide future warfighters with the concepts, capabilities, and organizational structures needed to dominate a future battlefield. The C2-CFT was established to address the most pressing challenges to the tactical network that our soldiers use on the battlefield. The C2-CFT brings the Warfighters, developers and testers to the center of the acquisition process through focused integration and disciplined innovation, enabling the Army to deliver leader-approved technology capabilities to warfighters. The C2-CFT is focused on integration of tactical network efforts and C3I systems and ensures disciplined innovation as it works with speed and precision. The C2-CFT is conducting experimentations and demonstrations of proven joint and special operations solutions, commercial- off-the-shelf (COTS) technology, and Non-developmental items (NDIs) with operational units to inform future requirements. The C2-CFT is promoting research to assist the Army with modernizing network with technology currently available. A. GENERAL INFORMATION This BAA is issued under the provisions of Parts 35.016 and 6.102(d)(2)(i) of the Federal Acquisition Regulation (FAR), providing for the competitive selection of R&D proposals submitted in response to this announcement. To be eligible for consideration and possible award, the technology or methodology shall be either basic research, applied research, advanced technology development not for a specific system/HW, or demonstration and validation. This BAA may be used by agencies to fulfill their requirements for scientific study and experimentation directed toward advancing the state-of-the-art or increasing knowledge or understanding rather than focusing on a specific system or HW solution; however, this BAA shall only be used when meaningful proposals with varying technical/scientific approaches can be reasonably anticipated. 1. Basic Research Defined as research directed toward increasing knowledge in science with the primary aim being a fuller knowledge or understanding of the subject under study, rather than any practical application of that knowledge. 2. Applied Research Is an effort that normally follows basic research, but may not be severable from the related basic research; attempts to determine and exploit the potential of scientific discoveries or improvements in technology, materials, processes, methods, devices, or techniques; and attempts to advance the state- of-the-art. 3. Development Defined as the systematic use of scientific and technical knowledge in the design, development, testing, or evaluation of a potential, new product or service (or of an improvement in an existing product or service) to meet specific performance requirements or objectives. It includes the functions of design engineering, prototyping, and engineering testing; it excludes subcontracted technical effort that is for the sole purpose of developing an additional source for an existing product. B. BAA ELEMENTS AND OVERVIEW 1. This is a hybrid BAA combining elements of an open, two-phased, reviewing process. Phase I is an open call for White Papers (WP) addressing four Command and Control Cross Functional Team (C2-CFT) R&D focus areas: the Unified Network; the Common Operating Environment; Joint and Coalition Interoperability; Command Post Mobility and Survivability. Phase II is the process where the C2-CFT Program Manager will invite selected offerors whose White Papers are best suited to fulfill the government’s R&D requirements to submit proposals for award consideration. An open BAA allows for WP submittals at any time until the expiration of this BAA. The Government reserves the right to not evaluate a WP submitted for topics other than the one identified in this BAA. Selection for PHASE II may or may not occur based on a variety of factors including, but not limited to, funding availability, relevancy and feasibility. The WP’s and proposals will be evaluated according to the instruction described herein. Phase One (1): Step One (1) - Submission of WP Based on the WP evaluation, the Government shall make a decision to select Offeror (s) to participate in a no-cost technological demonstration or go directly to Phase two (2) Submission of Proposals. Step Two (2) – Technological Demonstration (By Invitation Only) Phase Two (2): Submission of Proposals (By Invitation Only) Full proposals are requested from those potential Offerors selected in the Phase one (1) evaluation process. When proposals are received, they are evaluated and selected according to the procedures described herein. While this BAA will remain open, allowing WP submission at any time, the Government might also issue requests transmitted via “calls for WP,” using the SAM site, via https:// www.sam.gov and JCM (Joint Tactical Networking Center) site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public/ bringing attention to one or more areas of interest requesting potential Offerors to submit a WP. The “calls for WP” might further define the technology/Government needs etc. or will simply request a WP for a specific topic. 2. WP’s may be submitted at any time while this BAA remains open, as well as in direct response to a call. The Government may award a contract or other transaction at any time while this BAA remains open. An award may also be made after the BAA expiration date if the WP is received before the expiration date occurs. This award may occur no later than six (6) months after the BAA expiration date. Offerors that submit a proposal without first submitting a WP and receiving an invitation from the Government to submit a proposal will not be eligible for award. 3. This announcement must be general in nature, identify the areas of research interest, include criteria for submitting and evaluating WPs, and solicit the participation of all Offerors capable of satisfying the Government's needs. Proposals that are selected for award are considered to be the result of full and open competition and in full compliance with the provisions of PL 98-369, the Competition in Contracting Act of 1984. Resulting agreements may be in the form of purchase orders, contracts, grants, or cooperative agreements depending upon the specifics of the effort, such as extent of Government involvement, actual scope of work, and cost. 4. The C2-CFT encourages industry interested in conducting scientific research, educational institutions, small businesses, and small disadvantaged business concerns, historically black colleges, university and minority business enterprises and institutions to submit WP’s. 5. The Government will consider the integrity and validity of Contractor Teaming Arrangements, as set forth in FAR Subpart 9.6, or Defense R&D Pools as set forth in FAR Subpart 9.7. The Offeror, certifies that the Offeror is not debarred, suspended, declared ineligible for award of public contracts, grants, agreements, or has been proposed for debarment pursuant to FAR 9.406-2. If the Offeror cannot certify, or if the status of the Offeror changes prior to award, the Offeror must provide detailed information as to its current award eligibility. 6. This BAA is an expression of interest only and does not commit the Government to make an award, nor pay for a vendor’s WP proposal preparation costs. The cost of WP and proposal preparation for response to a BAA is not considered an allowable direct charge to any follow-on award or agreement entered into with the government. Any award will be made subject to the availability of appropriated funds. The prospective Offeror will be reminded that only a duly warranted Contracting Officer (KO), from the U.S. Army Contracting Command, may obligate the Government to an agreement involving expenditure of Government funds. The Government reserves the right to fund all, some, one, or none of the WP’s or proposals received under this BAA. The Government anticipates making multiple awards subject to availability of funds. 7. This BAA may be amended to add new topics. Interested parties should be alert for any BAA amendments that may be published on the SAM site, via https://www.sam.gov and on the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public. C. POINTS OF CONTACT All submissions, technical questions, or clarifications shall be submitted via the JCM site, via https://jtnc.experience.crmforce.mil/JTNC/s/limited-public included on the subject line BAA-25-R-C2CFT (i.e. Call for WP Number & Topic/Subtopic Number). No discussions by the technical staff are to be held with Offeror after proposal submission without PRIOR authorization from the KO. Contractual questions shall be directed to the cognizant ACC representative identified in SAM.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
Space Technology Advanced Research (STAR)
SEE OPEN ARA ANNOUNCEMENT, AMENDMENT 5 Final DATED 5 DEC 2024 Attention: On the General Information section, there is no offers due date for this STAR OPEN ARA. Date Offer Due is a required field in the beta.sam.gov.
Missile Defense Agency - Multiple Authority Announcement
7/31/2025: Solicitation tracker udpated to add HQ0860-25-S-C002. 5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.
Missile Defense Agency - Multiple Authority Announcement
5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.
Missile Defense Agency - Multiple Authority Announcement
4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.
Missile Defense Agency - Multiple Authority Announcement
The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mda.mil. Please see the attachments for full details.
Missile Defense Agency - Nimble Options for Buying Layered Effects (NOBLE) Announcement
9/19/2025: NOBLE tracker updated to add "Low-Cost Interceptor" Solicitation No. HQ0860-25-S-C003 and "High Altitude Infrared Search and Track" Solicitation No. HQ0860-25-S-C004. Full details on these solicitations can be found by searching the solicitation number on SAM.gov. 8/21/2025: Amendment 2 published; the name of this announement is changed from "Multiple Authority Announcement (MAA)" to "Nimble Options for Buying Layered Effects (NOBLE)" Announcement 7/31/2025: Solicitation tracker udpated to add HQ0860-25-S-C002. 5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.
Missile Defense Agency - Nimble Options for Buying Layered Effects (NOBLE) Announcement
8/21/2025: Amendment 2 published; the name of this announement is changed from "Multiple Authority Announcement (MAA)" to "Nimble Options for Buying Layered Effects (NOBLE)" Announcement 7/31/2025: Solicitation tracker udpated to add HQ0860-25-S-C002. 5/9/2025: Solicitation tracker udpated to add HQ0860-25-S-C001. 4/4/2025: Amendent 1 published; update to the organization email address and update to title of Attachment 1. 3/272025: The Missile Defense Agency (MDA) is excited to announcement the establishment of its first Multiple Authority Announcement (MAA). The MAA is a versatile vehicle that allows MDA and Department of Defense (DoD) entities to quickly pursue different types of non-traditional acquisitions under one single announcement, including Broad Agency Announcement (BAA), Commercial Solutions Opening (CSO), Other Transaction Agreement (OTA), Procurement for Experimental Purpose (PEP), and Cooperative Research and Development Agreement (CRADA). This is a competitive approach targeted towards disruptive technologies and rapid capability development from non-traditional sources. Interested parties can follow the MAA on SAM.gov (Solicitation No. HQ0860-25-S-0001) to receive notification when a solicitation is released. Inquiries about the announcement can be sent to MDA-MAA@mail.mil. Please see the attachments for full details.
Stone and Soil MBPA on Fort Drum
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Stone and Soil under North American Industry Classification System Code (NAICS) 212312: Crushed and Broken Limestone Mining and Quarrying. The small business size standard for this industry is 750 employees. A BPA Holder must be able to provide the following products: •620.03 - Light Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •620.04 - Medium Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •304.12 - Type 2 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •304.14 - Type 4 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •623.12 - Washed #2 (clean stone used where water is needed to drain / Projects requiring underground drainage) •620.06 - Dry Rip Wrap (Used for anti-erosion measures on slopes or to create baffles at large culvert ends with high storm water volume discharge) •Arema 4 - Railroad Ballast (approved stone that is used between the railroad ties) •Screened Topsoil (Used for all grass area ground repairs on the cantonment area) These materials are required to maintain roads, road shoulders, culverts, parking lots, range roads, railroad toes, and grass areas in the cantonment areas of Fort Drum. These materials will be needed on an ongoing basis. Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 212312. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to kayla.m.rogers14.civ@army.mil with a courtesy copy to ernie.a.ixtlahuac.civ@army.mil, jeffery.l.frans.civ@army.mil and mary.e.summerlin3.civ@army.mil. Any correspondence relating to this synopsis should have "Stone and Soil MBPA" annotated in the subject field.
Stone and Soil MBPA on Fort Drum
This synopsis is for informational purposes only. This is not a request for quote and no solicitation exists. The Mission & Installation Contracting Command (MICC), Fort Drum, NY is seeking multiple businesses willing to enter into a Blanket Purchase Agreement (BPA) for Stone and Soil under North American Industry Classification System Code (NAICS) 212312: Crushed and Broken Limestone Mining and Quarrying. The small business size standard for this industry is 750 employees. A BPA Holder must be able to provide the following products: •620.03 - Light Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •620.04 - Medium Stone Fill (Used for anti-erosion around culverts, ditch lines, road shoulders, and other areas) •304.12 - Type 2 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •304.14 - Type 4 Subbase (Used to maintain range roads / secondary parking lots/ Service orders / projects) •623.12 - Washed #2 (clean stone used where water is needed to drain / Projects requiring underground drainage) •620.06 - Dry Rip Wrap (Used for anti-erosion measures on slopes or to create baffles at large culvert ends with high storm water volume discharge) •Arema 4 - Railroad Ballast (approved stone that is used between the railroad ties) •Screened Topsoil (Used for all grass area ground repairs on the cantonment area) •605.0101 Pea Stone (used for, topdressing for walkways, gardens, and underdrain) These materials are required to maintain roads, road shoulders, culverts, parking lots, range roads, railroad toes, and grass areas in the cantonment areas of Fort Drum. These materials will be needed on an ongoing basis. Calls over the $10,000 limit may be paid through Wide Area Workflow (WAWF). The Contractor must be able to submit invoices in Wide Area Workflow (WAWF). To register and access WAWF, go to https://piee.eb.mil/. BPAs will be evaluated annually and may remain in place for up to five years. BPAs will be evaluated annually and may remain in place for up to five years. When establishing these BPAs the Government will consider: Price; Socio-economic status; past performance, where past performance information exists; and technical capabilities. IAW FAR 52.204-7 interested parties must be registered with the System for Award Management Registration (SAM) under NACIS code 212312. The registrations can be done through System for Award Management (SAM) for free at https://www.sam.gov/portal/public/SAM/. The Contractor will not receive a BPA until these registrations are completed. Any interested party should submit their UEID and CAGE Code to kayla.m.rogers14.civ@army.mil with a courtesy copy to ernie.a.ixtlahuac.civ@army.mil, jeffery.l.frans.civ@army.mil and mary.e.summerlin3.civ@army.mil. Any correspondence relating to this synopsis should have "Stone and Soil MBPA" annotated in the subject field.
Autonomous Decisions, Algorithms, and Modeling (ADAM)
The Air Force Research Laboratory, Sensors Directorate, Multi-Domain Sensing Autonomy Division (AFRL/RYA) Autonomous Decisions, Algoriths, and Modeling (ADAM) Multiple Authority Announcement (MAA) is intended to provide RYA's comprehensive strategy, allowing for progression from basic research to technology maturation and transition. Please see attached MAA and Industry Guide for additional information.
Autonomous Decisions, Algorithms, and Modeling (ADAM)
The Air Force Research Laboratory, Sensors Directorate, Multi-Domain Sensing Autonomy Division (AFRL/RYA) Autonomous Decisions, Algoriths, and Modeling (ADAM) Multiple Authority Announcement (MAA) is intended to provide RYA's comprehensive strategy, allowing for progression from basic research to technology maturation and transition. Please see attached MAA and Industry Guide for additional information.
Autonomous Decisions, Algorithms, and Modeling (ADAM)
The Air Force Research Laboratory, Sensors Directorate, Multi-Domain Sensing Autonomy Division (AFRL/RYA) Autonomous Decisions, Algoriths, and Modeling (ADAM) Multiple Authority Announcement (MAA) is intended to provide RYA's comprehensive strategy, allowing for progression from basic research to technology maturation and transition. Please see attached MAA and Industry Guide for additional information.
Synchronized Persistent Army Experimentation (SPARX)
SPECIAL NOTICE Synchronized Persistent Army Experimentation (SPARX) A. Description: Synchronized Persistent Army Experimentation (SPARX) is a collaborative process between industry partners and the Army that is intended to enable collective innovation and identify novel technology capabilities that will help the Army achieve its modernization goals. It provides a structured means for collection of questionnaires about products and technologies to Government representatives for consideration to a variety of controlled and operationally relevant experimentation environments. It is part of the Army Futures Command (AFC) campaign of learning, which is designed to aggressively advance and integrate the Army’s contributions to the Joint and Multi-national force for convergence effects across all domains (air, land, sea, space, and cyberspace) in order to maintain U.S. overmatch. SPARX is a process to match industry partners’ technologies to a series of experiments and observations in operationally realistic environments. Developed and managed by the Combat Capabilities Development Command (DEVCOM), the SPARX process will allow for collective innovation and further experimentation in both applied and advanced technology developments with innovative partners. SPARX will serve as the principal entry point for industry partners to provide information relating to their technologies for Army experimentation. This process is designed to do the following: 1. Synchronize and streamline the information process for industry to then obtain information for Army experimentation events. It provides an avenue for industry partners to submit information regarding their technologies via a technology overview template. 2. Make it easier for event holders to include industry technologies into their events by ensuring all submission documents are readily available with an early technology assessment. SPARX is currently participating with multiple experimentation events. Submissions will be reviewed by Subject Matter Experts (SMEs) from across AFC. The SMEs will conduct an initial informal examination of the technology DEVCOM will inform the submitting Industry Partner of the event(s) (if any) to which the technology has been aligned. Once aligned to an experimentation event, technology submissions will be forwarded to the event planners during the event open window. These events are developed and managed by the Army event planners As such, if a technology is invited to an experiment the event planner will coordinate all the requirements for participation. Events are not hosted by DEVCOM HQ and if an industry partner attends such an event they should expect further guidance from the event planner or host. It is possible that further documentation (i.e. NDA, proof of liability insurance, etc.) may be required by the event host/planner. B. Submission Guidelines: Prospective companies are requested to submit a SPARX Technology Overview (attachment). The submission documents into the SPARX Collection will also serve as the submission documents into the aligned Army experimentation event(s). Submissions of SPARX Technology Overview documents should be sent to: sparx@army.mil Submissions may be submitted at any time while this notice is open. If an event submission window has closed for that fiscal year, your technology submission will be considered for the following fiscal year. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
Synchronized Persistent Army Experimentation (SPARX)
SPECIAL NOTICE AMENDMENT 5/21/2025: UPDATED ATTACHMENT- SPARX Technology Overview Template Synchronized Persistent Army Experimentation (SPARX) A. Description: Synchronized Persistent Army Experimentation (SPARX) is a collaborative process between industry partners and the Army that is intended to enable collective innovation and identify novel technology capabilities that will help the Army achieve its modernization goals. It provides a structured means for collection of questionnaires about products and technologies to Government representatives for consideration to a variety of controlled and operationally relevant experimentation environments. It is part of the Army Futures Command (AFC) campaign of learning, which is designed to aggressively advance and integrate the Army’s contributions to the Joint and Multi-national force for convergence effects across all domains (air, land, sea, space, and cyberspace) in order to maintain U.S. overmatch. SPARX is a process to match industry partners’ technologies to a series of experiments and observations in operationally realistic environments. Developed and managed by the Combat Capabilities Development Command (DEVCOM), the SPARX process will allow for collective innovation and further experimentation in both applied and advanced technology developments with innovative partners. SPARX will serve as the principal entry point for industry partners to provide information relating to their technologies for Army experimentation. This process is designed to do the following: 1. Synchronize and streamline the information process for industry to then obtain information for Army experimentation events. It provides an avenue for industry partners to submit information regarding their technologies via a technology overview template. 2. Make it easier for event holders to include industry technologies into their events by ensuring all submission documents are readily available with an early technology assessment. SPARX is currently participating with multiple experimentation events. Submissions will be reviewed by Subject Matter Experts (SMEs) from across AFC. The SMEs will conduct an initial informal examination of the technology DEVCOM will inform the submitting Industry Partner of the event(s) (if any) to which the technology has been aligned. Once aligned to an experimentation event, technology submissions will be forwarded to the event planners during the event open window. These events are developed and managed by the Army event planners As such, if a technology is invited to an experiment the event planner will coordinate all the requirements for participation. Events are not hosted by DEVCOM HQ and if an industry partner attends such an event they should expect further guidance from the event planner or host. It is possible that further documentation (i.e. NDA, proof of liability insurance, etc.) may be required by the event host/planner. B. Submission Guidelines: Prospective companies are requested to submit a SPARX Technology Overview (attachment). The submission documents into the SPARX Collection will also serve as the submission documents into the aligned Army experimentation event(s). Submissions of SPARX Technology Overview documents should be sent to: sparx@army.mil Submissions may be submitted at any time while this notice is open. If an event submission window has closed for that fiscal year, your technology submission will be considered for the following fiscal year. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes – it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Army is not at this time seeking proposals and will not accept unsolicited proposals. Respondees are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party’s expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued.
Multiple Award Schedule
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
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.
Missile Defense Agency - Advanced Capability Concepts
8/7/2025: Amendment made to Attachment 3, White Paper Requirements. See updated attachments. 5/9/2025: The Missile Defense Agency (MDA) Advanced Capability Concepts solicitation provides industry an ongoing opportunity to present the Government with new, unique and innovative ideas. This solicitation seeks innovative concepts, technological innovations, prototype demonstrations, and scientific breakthroughs that will significantly enhance the robustness and effectiveness of all Missile Defense System elements. White papers will be accepted any time during the five (5) year period of the solicitation. See attachments for full details. [Note: This soliciation is issued under the MDA Multiple Authority Announcement, HQ0860-25-S-0001]
Missile Defense Agency - Advanced Capability Concepts
The Missile Defense Agency (MDA) Advanced Capability Concepts solicitation provides industry an ongoing opportunity to present the Government with new, unique and innovative ideas. This solicitation seeks innovative concepts, technological innovations, prototype demonstrations, and scientific breakthroughs that will significantly enhance the robustness and effectiveness of all Missile Defense System elements. White papers will be accepted any time during the five (5) year period of the solicitation. See attachments for full details. [Note: This soliciation is issued under the MDA Multiple Authority Announcement, HQ0860-25-S-0001]
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
AoI 0002 - Automatic Storage and Retrieval System (ASRS): Please see the attached AoI document for further information regarding this AoI. An organized site visit will be held on June 25, 2025 at 10:00 AM CST. UPDATED 6.17.25 AoI 0001 - Oil Test Stand - Please see the attached UPDATED AoI document for further information regarding this AoI. Inustry questions and answers have been added, photos have been added, a site visit is scheduled for July 15, 2025 at 10:00 AM CST. The closing date has been extended. The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
AoI 0002 - Automatic Storage and Retrieval System (ASRS): Please see the attached AoI document for further information regarding this AoI. An organized site visit will be held on June 25, 2025 at 10:00 AM CST. UPDATED 6.17.25 AoI 0001 - Oil Test Stand - Please see the attached UPDATED AoI document for further information regarding this AoI. Inustry questions and answers have been added, photos have been added, a site visit is scheduled for July 15, 2025 at 10:00 AM CST. The closing date has been extended. The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
AoI 0002 - Automatic Storage and Retrieval System (ASRS): Please see the attached AoI document for further information regarding this AoI. An organized site visit will be held on June 25, 2025 at 10:00 AM CST. AoI 0001 - Oil Test Stand - Please see the attached AoI document for further information regarding this AoI The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
AoI 0001 - Oil Test Stand - Please see the attached AoI document for further information regarding this AoI The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
U.S. Army Contracting Command – Anniston Army Depot (CCTA-HDA) Organic Industrial Base (OIB) Modernization Commercial Solutions Opening (CSO)
Updated 7.1.25 AoI 0002 - Automatic Storage and Retrieval System (ASRS): Industry questions and answers have been added Please see the attached AoI document for further information regarding this AoI. Submissions should follow the outline in the original CSO posting. CLOSING DATE July 10, 2025 at 5:00 PM CST. UPDATED 6.17.25 AoI 0001 - Oil Test Stand - Please see the attached UPDATED AoI document for further information regarding this AoI. Industry questions and answers have been added, photos have been added, a site visit is scheduled for July 15, 2025 at 10:00 AM CST. The closing date has been extended. The 2014 Quadrennial Defense Review (QDR) established innovation as a central line of effort in the national defense strategy of the United States. The decisive military advantage of the United States over its adversaries and peer competitors is steadily eroding. Consequently, under section 803 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2022 (Pub. L. 117-807 contracting officers may acquire innovative commercial items, technologies, or services using a competitive procedure called a Commercial Solutions Opening (CSO). Under a CSO, the Department of Defense may competitively select proposals received in response to a general solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject-matter expert peers. Use of a CSO in accordance with Class Deviation 2022-O0007 is considered to be a competitive procedure for the purposes of 10 U.S.C. chapter 221 and FAR 6.102. Finally, Contracting Officers shall treat items, technologies, and services acquired using a CSO as commercial items. Contracts or agreements under this authority shall be fixed-price, including fixed-price incentive fee contracts. The U.S. Army recognizes that investments in producibility and advanced manufacturing will need to continue to be made to support a vast array of crucial activities, including but not limited to acquisition, sustainment, logistics, and ultimately the Army’s Modernization of its Organic Industrial base (OIB). In order to deliver impactful operational results, the US Army must modernize the OIB, particularly in the areas of Agile / flexible facilities, connected digital enterprise, advanced manufacturing, Digital Twin, automation, and cyber security. DEVCOM has coined these technologies collectively as Convergent Manufacturing. With the focus on both “new capabilities” and “operational constructs” convergent manufacturing technologies will accelerate the OIB’s capability to get advanced solutions to the Warfighter while enhancing and optimizing the Defense Manufacturing Base for today and tomorrow’s missions. Manufacturing excellence is critical for Army technology dominance and force projection to increase the “Speed of Battle.” This CSO will utilize a solicitation process authorized by DFARS Subpart 212-70. Under this CSO, the DoD will be allowed to competitively procure innovative commercial items, technologies, and services. CSO procedures provide a streamlined acquisition process and simplified contract terms resulting in FAR-based contracts awarded under Part 12 Commercial Item Procedures. Both traditional and non-traditional defense contractors may be awarded contracts under this CSO. Under a CSO DoD contracting officers may competitively select proposals received in response to a general competitive solicitation, similar to a broad agency announcement, based on a review of proposals by scientific, technological, or other subject matter experts. See Attachment for Additional Information
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Call 002 Focused Area of Interest Period - For the period of 4 Sep 2025 to 10 Sep 2025, the United States Air Force Academy has a focused interest in exploring how artificial intelligence (AI)-enabled exoskeleton technology can enhance warfighter lethality. Please see the attached "FA700025SC001 Call 002 - USAFA Military Exoskeleton Technology" for more details. Call 001 Focused Area of Interest Period - For the period of 23 Jul 2025 to 4 Aug 2025, the United States Air Force Academy has a focused interest in exploring solutions for strategic outreach services and technology to increase applicants to USAFA. Please see attached "FA700025SC001 CSO Call 001 USAFA Admissions Outreach" for more details. Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Call 001 Focused Area of Interest Period - For the period of 23 Jul 2025 to 4 Aug 2025, the United States Air Force Academy has a focused interest in exploring solutions for strategic outreach services and technology to increase applicants to USAFA. Please see attached "FA700025SC001 CSO Call 001 USAFA Admissions Outreach" for more details. Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Call 001 Focused Area of Interest Period - For the period of 23 Jul 2025 to 4 Aug 2025, the United States Air Force Academy has a focused interest in exploring solutions for strategic outreach services and technology to increase applicants to USAFA. Please see attached "FA700025SC001 CSO Call 001 USAFA Admissions Outreach" for more details. Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Call 001 Focused Area of Interest Period - For the period of 23 Jul 2025 to 4 Aug 2025, the United States Air Force Academy has a focused interest in exploring solutions for strategic outreach services and technology to increase applicants to USAFA. Please see attached "FA700025SC001 CSO Call 001 USAFA Admissions Outreach" for more details. Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
USAFA Rapid Acquisition Commercial Solutions Opening (CSO)
Call 002 Focused Area of Interest Period - For the period of 4 Sep 2025 to 15 Sep 2025, the United States Air Force Academy has a focused interest in exploring how passive and artificial intelligence (AI)-enabled exoskeleton technology can enhance warfighter lethality. Please see the attached "FA700025SC001 Call 002 - USAFA Military Exoskeleton Technology" for more details. Call 001 Focused Area of Interest Period - For the period of 23 Jul 2025 to 4 Aug 2025, the United States Air Force Academy has a focused interest in exploring solutions for strategic outreach services and technology to increase applicants to USAFA. Please see attached "FA700025SC001 CSO Call 001 USAFA Admissions Outreach" for more details. Please see the full text PDF attachment for details. Note: the Government is not seeking proposals under this initial issuance. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. This Commercial Solutions Opening (CSO) seeks innovative commercial technologies and services to meet various objectives of the United States Air Force Academy (USAFA) as detailed in Attachment 8 using a streamlined and flexible acquisition method to ensure cadets continue to receive the world-class education and training required by the mission and policy directives. All items, technologies, and services acquired using a CSO will be treated as commercial items. This CSO is a “CSO with Calls.” The CSO with calls technique utilizes the publication of this umbrella CSO solicitation that contains the basic information but does not request proposals with its initial issuance. This type of CSO functions as the framework for future Calls by identifying the technical areas detailed in Attachment 8 and the basic terms and administrative information of the CSO. Calls for proposals will be issued by the government as amendments to this CSO and may be made at any time during its open period when support for innovative commercial requirements supporting USAFA priorities are identified. Offerors may submit proposals only in response to a specified AoI issued during an open call for proposals. The Government reserves the right to award any combination of proposals which offer the best overall value to the Government, and to oversee any and all processes and approaches once initiated. Awards as a result of this announcement will be in the form of FAR Part 12 commercial contracts. The Government also reserves the right to award Other Transactions (OT).
Browse by Type
Federal Contracting Resources
Learn more about federal contracting opportunities and how to win
Frequently Asked Questions
Find answers to common questions
Articles & Research
In-depth guides and data-driven insights
Glossary
Learn the terminology
Free Tools
Helpful tools for federal contractors