Search Contract Opportunities

LOW SIZE, WEIGHT AND POWER (SWaP), CROSS-DOMAIN SYSTEM ARCHITECTURES

ID: FA875020S7019 • Type: Presolicitation

Description

Posted: March 19, 2025, 10:36 a.m. EDT

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: Low Size, Weight and Power (SWaP), Cross-Domain System Architectures

BAA NUMBER: FA8750-20-S-7019

PLEASE SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS

Amendment 1 to BAA FA8750-20-S-7019

The purpose of this amendment is to update the FY21 white paper due date from 30 SEP 2020 to 16 OCT 2020.

  1. Part I OVERVIEW INFORMATION is updated as follows:

This announcement is for an Open, 2 Step BAA, which is open and effective until 30 Sep 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 5pm Eastern Standard Time (EST) on 30 Sep 2025, the following submission dates are suggested to best align with projected funding:

FY21 by 16 Oct 2020

FY22 by 01 June 2021

FY23 by 01 June 2022

FY24 by 01 June 2023

FY25 by 01 June 2024

  1. Part II, Section IV.1 is updated as follows:

1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by 1700 Eastern Standard Time (EST) on the following dates to maximize the possibility of award:

FY21 by 16 Oct 2020

FY22 by 01 June 2021

FY23 by 01 June 2022

FY24 by 01 June 2023

FY25 by 01 June 2024

White papers will be accepted until 1700 EST on 30 Sept 2025, but it is less likely that funding will be available in each respective fiscal year after the dates cited. This BAA will close on 30 Sept 2025.

All offerors submitting white papers will receive notification of their evaluation results within 45 days of submission. Offerors should email the TPOC and the Contracting Officer listed in Section VII, for status of their white paper(s) after 45 days, if no such correspondence has been received.

No other changes have been made.

Amendment 2 to BAA FA8750-20-S-7019

The purpose of this amendment is to update the FY22 white paper due date and Pre-Proposal Communication language as shown below.

  1. Part I OVERVIEW INFORMATION is updated as follows:

This announcement is for an Open, 2 Step BAA, which is open and effective until 30 Sep 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 5pm Eastern Standard Time (EST) on 30 Sep 2025, the following submission dates are suggested to best align with projected funding:

FY21 by 16 Oct 2020

FY22 by 15 Nov 2021

FY23 by 01 June 2022

FY24 by 01 June 2023

FY25 by 01 June 2024

  1. 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 via email submission (see Section VII). 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.
  2. Part II, Section IV.1 is updated as follows:

1. SUBMISSION DATES AND TIMES: It is recommended that white papers be received by 1700 Eastern Standard Time (EST) on the following dates to maximize the possibility of award:

FY21 by 16 Oct 2020

FY22 by 15 Nov 2021

FY23 by 01 June 2022

FY24 by 01 June 2023

FY25 by 01 June 2024

White papers will be accepted until 1700 EST on 30 Sept 2025, but it is less likely that funding will be available in each respective fiscal year after the dates cited. This BAA will close on 30 Sept 2025.

All offerors submitting white papers will receive notification of their evaluation results within 45 days of submission. Offerors should email the TPOC and the Contracting Officer listed in Section VII, for status of their white paper(s) after 45 days, if no such correspondence has been received.

No other changes have been made.

AMENDMENT 3 TO BAA FA8750-20-S-7019

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 I, Overview Information:
    1. Updated references of Beta SAM to SAM throughout;
  2. Part II, Full Text Announcement:
    1. Section III.2, updates the numbering;
    2. Section III, adds paragraph 4;
    3. Section IV.2, updates content and format language;
    4. Section IV.3.a, updates the classification guidance;
    5. Section IV.4, adds paragraph g;
    6. Section V.2.a, updates Review and Selection Process language;
    7. Section VI.1, updates the Proposal Formatting language;
    8. Section VI.7, updates the applicable provisions;
    9. Section VII: updated the OMBUDSMAN.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

Amendment No. 4 to BAA FA8750-20-S-7019

The purpose of this amendment is to:

  1. 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 5 TO BAA FA8750-20-S-7019

The purpose of this modification is to increase the ceiling value and make

the following changes to the BAA:

1. Part I, BAA ESTIMATED FUNDING, the BAA ceiling is increased to $99M,

and the individual award range is updated to $450K to $65M.

2. Part II, Section II.1, BAA ceiling and fiscal year breakout of

funding is updated;

3. Section II.1.a, individual award range is updated;

4. Section VI.1, updates proposal formatting language;

5. Section IV.4, adds additional language;

6. Section VII, updates the OMBUSDMAN

NO OTHER CHANGES ARE MADE.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

AMENDMENT 6 to BAA FA8750-20-S-7019

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 I, Overview Information
  2. Updated the type of instruments that may be awarded language;
  3. Part II, Full Text Announcement:
    1. Section III.2.b.2; updated the DCSA website;
    2. Section IV, added language regarding responsible sources;
    3. Section V.2.b.2; adds paragraph c regarding the S&T Program Protection requirements;
    4. Section V.4, adds the threshold for small businesses and nontraditional contractors;
    5. Section V, adds paragraph 3;
    6. Section VI.1, updates the proposal formatting language;
    7. Section VI.3, updated the debriefing language;
    8. Section VII, updates the provisions;
    9. Section VII, updates the OMBUDSMAN and date; updates AFFARS to DAFFARS.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

Amendment No. 7 to BAA FA8750-20-S-7019

The purpose of this amendment is to:

  1. In Section VI.7, NOTICE, update the provisions as follows:

NOTICE: The following provisions* apply:

  1. FAR 52.204-7, System for Award Management
  2. FAR 52.204-16, Commercial and Government Entity Code Reporting
  3. FAR 52.204-22, Alternative Line Item Proposal
  4. FAR 52.204-29, Federal Acquisition Supply Chain Security Act Orders-Representation and Disclosures
  5. FAR 52.211-14, Notice of Priority Rating for National Defense, Emergency Preparedness, and Energy Program Use
  6. FAR 52.232-2, Service of Protest
  7. DFARS 252.203-7005, Representation Relating to Compensation of Former DoD Officials
  8. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information Controls
  9. DFARS 252.204-7019, Notice of NISTSP 800-171 DoD Assessment Requirements
  10. DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System
  11. DFARS 252.215-7009, Proposal Adequacy Checklist
  12. DFARS 252.215-7013, Supplies and Services Provided by Nontraditional Defense Contractors
  13. DFARS 252.225-7055, Representation Regarding Business Operations with the Maduro Regime
  14. DFARS 252.225-7057, Preaward Disclosure of Employment of Individuals Who Work in the People's Republic of China
  15. DFARS 252.225-7059, Prohibition on Certain Procurements from the Xinjiang Uyghur Autonomous Region-Representation
  16. DFARS 252.225-7973, Prohibition on the Procurement of Foreign-Made Unmanned Aircraft Systems-Representation (DEVIATION 2020-O0015) (MAY 2020)
  17. DFARS 252.227-7028, Technical Data or Computer Software Previously Delivered to the Government
  18. DFARS 252.239-7017, Notice of Supply Chain Risk
  19. 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.

Amendment No. 8 to BAA FA8750-20-S-7019

The purpose of this amendment is to:

  1. Section III, Paragraph 5, updates S&T Protection language;
  2. Section V, paragraph 2.e, updates the language regarding the S&T review;

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

AMENDMENT 9 to BAA FA8750-20-S-7019

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:
    1. Updates CFDA number to Assistance Listing Number;
    2. Section IV.3, updates Information Protection Office POC;
    3. Section IV.4.e, Government Approved Accounting System paragraph updated;
    4. Section VI.1, updates the proposal formatting language;
    5. Section VI, adds paragraphs 9, 10, 11;
    6. Section VII, updates the OMBUDSMAN

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

Amendment No. 10 to BAA FA8750-20-S-7019

The purpose of this amendment is to:

  1. Part II, FULL TEXT ANNOUNCEMENT, adds language regarding Federal Acquisition Supply Chain Act (FASCSA) Orders;
  2. Section VI, paragraph 11, updates FINANCIAL RESOURCES requirements language;
  3. FULL TEXT ANNOUNCEMENT:

Federal Acquisition Supply Chain Act (FASCSA) Orders: As of the date of this solicitation amendment, there are no applicable FASCSA orders. This requirement only applies to FAR based awards.

  1. SECTION VI:

11. FINANCIAL RESOURCES: Proposals shall include information to determine adequate financial resources to perform the effort, taking into consideration all existing commercial and governmental business commitments. See DFARS 232.072-2(b) for a list of the types of information used to support financial responsibility. Examples include financial statements (e.g. Balance Sheet, Income Statement, Cash Flow Statement, Compensation); disclosures of previous insolvency; business case/cash flow forecasts; financing arrangements; and/or letters of good standing from accredited financial institutions. Proposals shall also include all significant ratios as outlined in DFARS 232.072-2(b)(10)(i)-(vi). This requirement only applies to FAR based awards.

No other changes are made.

Posted: Nov. 18, 2024, 2:21 p.m. EST
Posted: Oct. 15, 2024, 2:21 p.m. EDT
Posted: June 25, 2024, 9:19 a.m. EDT
Posted: March 19, 2024, 6:47 a.m. EDT
Posted: July 5, 2022, 7:59 a.m. EDT
Posted: June 27, 2022, 10:12 a.m. EDT
Posted: Jan. 3, 2022, 3:51 p.m. EST
Posted: Aug. 11, 2021, 10:48 a.m. EDT
Posted: Sept. 23, 2020, 1:07 p.m. EDT
Posted: Sept. 15, 2020, 7:22 a.m. EDT
Background
The Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, located at 26 Electronic Parkway, Rome, NY, 13441-4514, has issued a Broad Agency Announcement (BAA) titled 'Low Size, Weight and Power (SWaP), Cross-Domain System Architectures'. This BAA is an open and effective announcement until 30 Sep 2025. It is a two-step BAA where only white papers will be accepted as initial submissions and formal proposals will be accepted by invitation only.

Work Details
The BAA seeks proposals related to low size, weight, and power (SWaP) cross-domain system architectures. The announcement encourages dialogue between prospective offerors and Government representatives for resolving technical and contracting questions via email submission. The submission dates for white papers are suggested to best align with projected funding: FY21 by 16 Oct 2020, FY22 by 15 Nov 2021, FY23 by 01 June 2022, FY24 by 01 June 2023, and FY25 by 01 June 2024.
White papers will be accepted until 1700 EST on 30 Sept 2025.

Period of Performance
The BAA is open and effective until 30 Sep 2025. Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only.

Place of Performance
The work under this contract will be performed at the AFRL - Rome Research Site in Rome, NY.

Overview

Response Deadline
None
Posted
Sept. 15, 2020, 7:22 a.m. EDT (updated: March 19, 2025, 10:36 a.m. EDT)
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Multiple Types Common
Est. Level of Competition
High
Est. Value Range
Experimental
$5,000,000 - $20,000,000 (AI estimate)
Odds of Award
59%
On 9/15/20 Air Force Research Laboratory issued Presolicitation FA875020S7019 for LOW SIZE, WEIGHT AND POWER (SWaP), CROSS-DOMAIN SYSTEM ARCHITECTURES. The opportunity was issued full & open with NAICS 541715 and PSC AC12.
Primary Contact
Name
CAROLYN SHEAFF   Profile
Phone
(315) 330-7147

Secondary Contact

Name
Amber Buckley   Profile
Phone
(315) 330-3605

Additional Contacts in Documents

Title Name Email Phone
None Peter Rocci Profile peter.rocci@us.af.mil None

Documents

Posted documents for Presolicitation FA875020S7019

Question & Answer

Contract Awards

Prime contracts awarded through Presolicitation FA875020S7019

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA875020S7019

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA875020S7019

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA875020S7019

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AFMC > AIR FORCE RESEARCH LABORATORY > FA8750 AFRL RIK
FPDS Organization Code
5700-FA8750
Source Organization Code
500019728
Last Updated
March 19, 2025
Last Updated By
kenneth.gigliotti@us.af.mil
Archive Date
Sept. 30, 2025