Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 27, 2024 SAM #8248
SOLICITATION NOTICE

A -- CAPABILITIES FOR CYBER ADVANCEMENT

Notice Date
6/25/2024 6:34:53 AM
 
Notice Type
Presolicitation
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
FA8750 AFRL RIK ROME NY 13441-4514 USA
 
ZIP Code
13441-4514
 
Solicitation Number
FA875021S7001
 
Archive Date
12/01/2025
 
Point of Contact
TODD CUSHMAN, Phone: (315)-330-4895, Amber Buckley, Phone: 315-330-3605
 
E-Mail Address
afrl.riga.baa@us.af.mil, amber.buckley@us.af.mil
(afrl.riga.baa@us.af.mil, amber.buckley@us.af.mil)
 
Description
NAICS CODE:� 541715 FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514 BAA ANNOUNCEMENT TYPE:� Initial announcement � BROAD AGENCY ANNOUNCEMENT (BAA) TITLE:� Capabilities for Cyber Advancement��������������������������������������������������������������������������������������������� BAA NUMBER: FA8750-21-S-7001 � PART I � OVERVIEW INFORMATION This announcement is for an Open, 2 Step BAA which is open and effective until 01 Dec 2025.� Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only.� While white papers will be considered if received prior to 6:00 PM Eastern Standard Time (EST) on 01 Dec 2025, the following submission dates are suggested to best align with projected funding: FY21 by 05 Apr 2021 FY22 by 30 Sep 2021 FY23 by 30 Sep 2022 FY24 by 30 Sep 2023 FY25 by 30 Sep 2024 FY26 by 30 Sep 2025 � Offerors should monitor the Contract Opportunities on the Beta SAM website at https://beta.SAM.gov in the event this announcement is amended. ������������������������������� �� CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:�� Seeking innovative, next-generation technologies to achieve cyber superiority to integrate and transition into warfighting capabilities. This BAA is a follow-on to FA8750-18-S-7002. BAA ESTIMATED FUNDING:� Total funding for this BAA is approximately $975M.� Individual awards will not normally exceed 60 months with dollar amounts normally ranging from $100K to $99M.� There is also the potential to make awards up to any dollar value as long as the value does not exceed the available BAA ceiling amount. ANTICIPATED INDIVIDUAL AWARDS:� Multiple Awards are anticipated. TYPE OF INSTRUMENTS THAT MAY BE AWARDED: Procurement contracts, grants, cooperative agreements or other transactions (OT) depending upon the nature of the work proposed. In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive BAA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement. AGENCY CONTACT INFORMATION:� All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Point of Contact (TPOC) as specified below (unless otherwise specified in the technical area): � BAA MANAGER:��������������������������������������������������������������� Walter Karas��������������������������������������������������������������������� AFRL/RIGA����������������������������������������������������������������������������������������� 525 Brooks Rd Rome, NY 13441-4505�������������������������������������������������������������������� Telephone: (315)330-2625����������������������������������������������������������� Email:��� afrl.riga.baa@us.af.mil� Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below: ��� Amber Buckley ��� Email:� Amber.Buckley@us.af.mil Emails must reference the solicitation (BAA) number and title of the acquisition. Pre-Proposal Communication between Prospective Offerors and Government Representatives:� Dialogue between prospective offerors and Government representatives is encouraged.� Technical and contracting questions can be resolved in writing or through open discussions. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government. � Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed. PLEASE SEE THE ATTACHMENT WITH FULL SYNOPSIS DETAILS � � � � � � � � � � � � � � � � � �Amendment No. 1 to BAA FA8750-21-S-7001 The purpose of this modification is to update the Technical Point of Contact (TPOC) throughout the synopsis. Part I, Agency Contact Information, and Part II, Section VII, Agency Contacts is updated to: BAA MANAGER:���������������������������������������������������� Todd Cushman����������������������������������������������������������� AFRL/RIGA������������������������������������������������������������� 525 Brooks Rd Rome, NY 13441-4505���������������������������������������������������������� Telephone: (315)330-4895���������������������������������������� Email:� afrl.riga.baa@us.af.mil No other changes are made. � � � � � � � � � � � � � � � � � � � Amendment No. 3 to BAA FA8750-21-S-7001 The purpose of this modification is to update the white paper content and format instructions.� Part II, Section IV.2 updated to: CONTENT AND FORMAT:�� Offerors are required to submit a 4 to 5 page white paper summarizing their proposed approach/solution. Any pages in excess of 5 will be removed and not considered in the white paper evaluation. The purpose of the white paper is to preclude unwarranted effort on the part of an offeror whose proposed work is not of interest to the Government. The white paper will be formatted as follows: Section A: Title, Period of Performance, Estimated Cost, Name/Address of Company, Technical and Contracting Points of Contact (phone and email)(this section is NOT included in the page count); Section B: Task Objective; and Section C: Technical Summary and Proposed Deliverables. All white papers shall be double spaced with a font no smaller than 12 point. Please note that less than 12 point font is acceptable for graphics and illustrations (as in labels and short descriptions) as long as it is readable when printed out on standard 8x11 paper.� In addition, respondents are requested to provide their Commercial and Government Entity (CAGE) Code, their unique entity identifier and electronic funds transfer (EFT) indicator (if applicable), an e-mail address and reference BAA FA8750-21-S-7001 with their submission. Multiple white papers within the purview of this announcement may be submitted by each offeror. If the offeror wishes to restrict its white papers, they must be marked with the restrictive language stated in FAR 15.609(a) and (b). No other changes are made. SEE ATTACHMENT FOR FULL AMENDMENT DETAILS. � � � � � � � � � � � � � � � � � � � � � � � � � �AMENDMENT 4 to BAA FA8750-21-S-7001 The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c). This republishing also includes the following changes:� This is amendment No. 4, there is no Amendment No. 2, this was an administrative error. Part I, Overview Information: Updated the white paper suggested submission dates; Updated references of Beta SAM to SAM throughout; Updated the BAA Manager; Part II, Full Text Announcement: Section I, updated the Global Power and Enable Joint Lethality and Effectiveness paragraph by removing language and adding language; Section III, adds paragraph 4; Section IV.1, Updated the white paper suggested submission dates; Section IV.3.a, updates the classification guidance; Section V.2.a, updates Review and Selection Process language; Section VI.1, updates the Proposal Formatting language; Section VI.4.d, adds new language; Section VI.7, updates the applicable provisions; Section VII, updated the BAA Manager; Section VII, updates the OMBUDSMAN No other changes are made. SEE ATTACHMENT FOR FULL AMENDMENT DETAILS. � � � � � � � � � � � � � � � � � � � � � � �Amendment No. 5 to BAA FA8750-21-S-7001 The purpose of this amendment is to: Section III, Eligibility Information, adds the following paragraph 5 for S&T Protection: 5. In accordance with AFRLI 61-113, S&T Protection, Contractors/Recipients are required to submit with their proposal a Standard Form 424, ""Research and Related and Senior and Key Person Profile (Expanded), as well as a Security Program Questionnaire, which are included in the RI-Specific Proposal Preparation Instructions and can be accessed at: https://sam.gov/opp/e628c811fafe041accdddf55fb8539bf/view?keywords=AFRL-BAA-GUIDE&sort=-relevance&index=&is_active=true&page=1. Always reference the newest versions of these documents.� Complete and submit the required forms with your proposal to the technical point of contact (TPOC) listed in Section VII-Agency Contacts AND AFRL.RIOF@us.af.mil. Contractors will be required to provide documentation of their Security Program Plan for initial Institution S&T Protection Program Review. The purpose of requesting the plan is to evaluate the offeror�s capacity for protecting the Government�s S&T and failure to demonstrate a plan adequate to meet the needs of the requirement may be grounds for considering the proposal unawardable. In the event a security risk is identified and the Government has determined the security risk exceeds the acceptable threshold, the Contractor/Recipient will be notified and informed of the termination/decline of award. The Government will be only required to provide a general statement of the reasoning due to Government OPSEC measures. After award, the Contractor/Recipient will be required to re-submit the Standard Form 424 as an annual requirement to the points of contact listed above. No other changes are made. � � � � � � � � � � � � � � � � � � � � � AMENDMENT 6 to BAA FA8750-21-S-7001 The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c). This republishing also includes the following changes: 1.����������� Part II, Full Text Announcement: a.����������� Section IV.4.f.5, removes the last sentence regarding options; b.����������� Section V.3, Updates FAPIIS to Responsibility/Qualification; c.������������ Section V.4, adds language regarding adequate price competition; d.����������� Section VI.1, updates the Proposal Formatting language; e.����������� Section VII, updates the provisions; No other changes are made. SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS. � � � � � � � � � � � � � � � � � � � � � � � AMENDMENT 7 to BAA FA8750-21-S-7001 The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c). This republishing also includes the following changes: PART I, Overview Information Updated the �type of instruments that may be awarded� language; Part II, Full Text Announcement: Updated Catalog of Federal Domestic Assistance (CFDA) number to Assistance Listing number; Section IV, added language regarding responsible sources; Section V.2.b.2.a; adds paragraph c regarding S&T review; Section VI.1, updates the Proposal Formatting language; Section IV.3, updated the debriefing language; Section VII, updates the provisions; Section VII, updates the OMBUDSMAN and updates AFFARS to DAFFARS. No other changes are made. SEE ATTACHMENT FOR FULL AMENDMENT DETAILS. � � � � � � � � � � � � � � � � � � � �Amendment No. 8 to BAA FA8750-21-S-7001 The purpose of this amendment is to: In Section VI.7, NOTICE, update the provisions as follows: NOTICE:� The following provisions* apply: FAR 52.204-7, System for Award Management FAR 52.204-16, Commercial and Government Entity Code Reporting FAR 52.204-22, Alternative Line Item Proposal FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use FAR 52.232-2, Service of Protest DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls DFARS 252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System DFARS 252.215-7009, Proposal Adequacy Checklist DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime DFARS 252.225-7057, Preaward Disclosure of Employment of Individuals Who Work in the People�s Republic of China DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation DFARS 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) (MAY 2020) DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government DFARS 252.239-7017, Notice of Supply Chain Risk DFARS 252.239-7098, Prohibition on Contracting to Maintain or Establish a Computer Network Unless Such Network is Designed to Block Access to Certain Websites-Representation (Deviation 2021-O0003) (APR 2021) * Please note that the current versions or deviations of the related clauses will be included in any resulting contract. Additional provisions may be included in any resultant contract, dependent upon each individual effort. No other changes are made.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0edc295f1cc469e83206c290437279e/view)
 
Record
SN07106764-F 20240627/240625230114 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.