Search Contract Opportunities

Networking the Fight   2

ID: FA875024S7002 • Type: Presolicitation
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
Does this solicitation list any subcontracting requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: June 24, 2025, 3:41 p.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: Networking the Fight

BAA NUMBER: FA8750-24-S-7002

PART I OVERVIEW INFORMATION

This announcement is for an Open, 2 Step BAA, with a partial Closed-Staggered, 2 Step BAA for Technical Area 1 (TA 1), Technical Area 2 (TA 2), and Technical Area 3 (TA 3), which is open and effective until 14 Feb 2029. 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 11:59 PM Eastern Standard Time, 28 February 2024, the following submission dates are suggested to best align with projected funding:

Technical Area 1 (TA 1), Technical Area 2 (TA 2), and Technical Area 3 (TA 3) are structured as a Closed-Staggered, 2 Step BAA. Therefore, for TA 1, TA 2, and TA 3 ONLY:

The Government anticipates awarding three awards for Technical Area 1, and three awards for Technical Area 2, and one award for Technical Area 3. Therefore, white papers for TA 1, TA 2, and TA 3 are due on 11:59 PM Eastern Standard Time, 28 February 2024 and if requested, proposals are due on 11:59 PM Eastern Standard Time, 8 April 2024. Please note that white papers will still be accepted for TA 1, TA 2, and TA 3 after the 28 February 2024 date, however, the likelihood of funding being available is substantially reduced.

For all other Technical Areas:

The Government anticipates adding technical areas via BAA amendment in the future. All potential Offerors are requested to wait to submit white papers for all other Technical Areas (other than TA 1,TA 2 and TA 3) until the BAA announcement is amended with specific technology requirements and dates.

Offerors should monitor the Contract Opportunities on the System for Award Management (SAM) website at https://sam.gov/ in the event this announcement is amended.

CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT: The Air Force Research Laboratory in Rome, New York, seeks innovative research proposals aimed at enhancing information sharing flexibility at the tactical edge. The focus of this research is to enable secure movement of information across security domains, and across "red-black" boundaries, spanning heterogeneous networks. This research will develop a capability to transmit and manage information flows seamlessly across various physical domains, including air, space, and ground. By integrating these technologies, the goal is to strengthen information sharing and collaboration in tactical environments, ultimately enhancing mission success.

The over-arching strategy of this 5-year open BAA is to quickly and efficiently execute research and development to deliver practical solutions to urgent problems. These efforts are anticipated to entail rapidly integrating a mission-focused modeling and simulation (M&S) framework, maturing that framework with existing and new capabilities to provide field testable, functional prototypes of solutions to military problems in three major Focus Areas:

Technical Area 1 (TA 1): Next Generation Cross Domain Solution Broker

Technical Area 2 (TA 2): Highly Dynamic Red/Black Networking

Technical Area 3 (TA 3): Modeling, Simulation, and Analysis (MS&A)

This strategy provides AFRL/RI Rome, NY a solicitation tool with the flexibility to solicit white papers and proposals for Contract or agreements to perform rapid prototyping of technical solutions to meet compelling Air Force needs.

BAA ESTIMATED FUNDING:

Funds are not presently available for this effort. No award will be made under this solicitation until

funds are available. The Government reserves the right to cancel this solicitation. In the event the

Government cancels the solicitation; the Government has no obligation to reimburse an Offeror for

any costs.

Total funding for this BAA is approximately $70M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $1M to $24M. There is also the potential to make awards up to any dollar value if the value does not exceed the available BAA ceiling amount. Any anticipated funding listed reflects estimated program funding only. This estimate is not a promise of funding. Funding is uncertain and is subject to change. Changes in availability may occur as a result of the exercise of Government discretion.

.

ANTICIPATED INDIVIDUAL AWARDS: Multiple awards are anticipated. However, the Air Force reserves the right to award zero, one, or more Procurement Contracts or Other Transactions for all, some, or none of the solicited effort based on the offeror's ability to perform desired work and funding fluctuations. There is no limit on the number of OTs that may be awarded to an individual offeror.

TYPE OF INSTRUMENTS THAT MAY BE AWARDED: FAR based Procurement contracts, CFR based grants and cooperative agreements or other transactions (OT) under 10 USC 4021, 10 USC 4022 and 10 USC 4023(previously 10 USC 4002, 2371, 10 USC 4003, 2371b and 4004, 2373) 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 PROGRAM MANAGER:

Capt Niko Petrocelli

AFRL/RIGD

525 Brooks Rd

Rome, NY 13441-4505

Telephone: (315)330-2223

Email: niko.petrocelli@us.af.mil

Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred):

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.

SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS.

AMENDMENT 1 TO BAA FA8750-24-S-7002

The purpose of this modification is to add the anticipated funding breakdown for each TA per FY:

  1. Part II, Section I, paragraph 3 is updated as follows:

3. Program Phased Effort

This program will span three phases across three years. Phase 0 will focus on Mission Information Exchange Requirements (IERs) and Modeling, Simulation, and Analysis (MS&A). Phase 1 will be Testbed Maturation and Demonstration. Lastly, Phase 2 will provide an Operational Mission Capability Demonstration.

The NtF Program will be executed via a phased approach, having three (3) Phases (0,1,2) with decision gates between Phases 0-1, and 1-2. Successful advancement to each successive next Phase will require written authorization from the Contracting Officer, and the decision to proceed to each next Phase will be based upon Performance Metrics (to be specified in SOW), Programmatic Metrics (specified in SOW), and available funding. In order to enable a down-select of performers, the Government may request that proposals include separately priced options for Phase 1 (12 months) and Phase 2 (15 months).

All awards (for Technical Areas 1, 2, and 3) are intended to execute with concurrent Periods of Performance (PoPs) having synchronized start and end dates to the greatest extent possible. The overall PoP for the Program is 36 months, with Phase 0 (9 months), Phase 1 (12 months), and Phase 2 (15 months).

Anticipated funding breakdown per phase, per TA:

TA 1 efforts (~$M/per award)

TA 2 efforts (~$M/per award)

TA 3 effort (~$M/single award)

Phase 0

1

0.5

3.5

Phase 1

2

2

11

Phase 2

2.5

2.5

13

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

AMENDMENT 2 TO BAA FA8750-24-S-7002

The purpose of this modification is to update the BAA Program Manager throughout:

  1. Part I Overview Information, and Part II, Section VII Agency Contacts are updated as follows:

BAA PROGRAM MANAGER:

Lt. Tyler Horn

AFRL/RIGD

525 Brooks Rd

Rome, NY 13441-4505

Telephone: (315)330-2438

Email: tyler.horn.4@us.af.mil

No other changes are made.

See Attachment for Amend 2.

Amendment No. 3 to BAA FA8750-24-S-7002

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. 4 to BAA FA8750-24-S-7002

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 5 to BAA FA8750-24-S-7002

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 the type of instruments that may be awarded language;
    2. Updates the BAA PM;
  2. Part II, Full Text Announcement:
    1. Catalog of Federal Domestic Assistance (CFDA) reference updated to Assistance Listing number;
    2. Section III.2.b.2; updates the FOCI language;
    3. Section IV.3.a, updates the Information Protection contact info;
    4. Section IV.4.b, updates the provision date;
    5. Section IV.4.c, updates the CFR hyperlink;
    6. Section IV.4.e, adds language;
    7. Section V.2.c, updates language related to S&T review;
    8. Section VI.1; updates the proposal formatting language;
    9. Section VI.3, updates debriefing language;
    10. Section VI.7, updates the provisions;
    11. Section VI, adds paragraph 10 Generally Accepted Accounting Principles (GAAP) Compliance ;
    12. Section VI, adds paragraph 11 Financial Resources ;
    13. Section VII, Agency Contacts, updates the PM;
    14. Section VII, updates the OMBUDSMAN.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

Amendment No. 6 to BAA FA8750-24-S-7002

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.

Amendment No. 7 to BAA FA8750-24-S-7002

The purpose of this amendment is to:

  1. Part II, Section VI, adds paragraph 12 as follows;

12. 15% INDIRECT COST CAP ON ASSISTANCE AWARDS TO INSTITUTIONS OF HIGHER EDUCATION: The policies of the OUSD(R&E) memo, Implementation of a 15% Indirect Cost Cap on Assistance Awards to Institutions of Higher Education dated 12 June 2025, will be applicable for the entirety of the award if there is a court decision permitting application of the policies.

No other changes are made.

Posted: March 19, 2025, 11:06 a.m. EDT
Posted: Feb. 13, 2025, 2:30 p.m. EST
Posted: Feb. 13, 2025, 2:05 p.m. EST
Posted: Oct. 16, 2024, 6:54 a.m. EDT
Posted: June 25, 2024, 10:16 a.m. EDT
Posted: May 15, 2024, 1:48 p.m. EDT
Posted: Feb. 21, 2024, 12:20 p.m. EST
Posted: Feb. 14, 2024, 10:11 a.m. EST
Background
The Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, seeks innovative research proposals aimed at enhancing information sharing flexibility at the tactical edge. The focus of this research is to enable secure movement of information across security domains, and across 'red-black' boundaries, spanning heterogeneous networks. The over-arching strategy of this 5-year open BAA is to quickly and efficiently execute research and development to deliver practical solutions to urgent problems.

Work Details
The contract will address three technical areas: (1) Next Generation Cross Domain Solution Broker, (2) Highly Dynamic Red/Black Networks, and (3) Modeling, Simulation, and Analysis (MS&A). The goal of Technical Area 1 is to design and develop a discoverable, reconfigurable Cross Domain Solution (CDS) Broker that meets throughput and latency requirements needed for tactical deployment at scale. Technical Area 2 aims to design and develop message-oriented resilient forwarding over Red/Black network boundaries that optimizes delivery assurance and mission impact. The program will span three phases across three years: Phase 0 focusing on Mission Information Exchange Requirements (IERs) and MS&A, Phase 1 on Testbed Maturation and Demonstration, and Phase 2 on Operational Mission Capability Demonstration.

Period of Performance
The contract will span from FY24 – FY27 across three phases with an overall Period of Performance (PoP) of 36 months. Phase 0 will continue to have impacts throughout the entirety of the program.

Place of Performance
The work will be performed at AFRL Rome in New York.

Overview

Response Deadline
None
Posted
Feb. 14, 2024, 10:11 a.m. EST (updated: June 24, 2025, 3:41 p.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
$50,000,000 - $150,000,000 (AI estimate)
Odds of Award
59%
On 2/14/24 Air Force Research Laboratory issued Presolicitation FA875024S7002 for Networking the Fight. The opportunity was issued full & open with NAICS 541715 and PSC AC12.
Primary Contact
Name
Capt. Brian Kay   Profile
Phone
(315) 330-2233

Secondary Contact

Name
Amber Buckley   Profile
Phone
(315) 330-3605

Additional Contacts in Documents

Title Name Email Phone
Technical Point of Contact Niko Petrocelli Profile niko.petrocelli@us.af.mil None

Documents

Posted documents for Presolicitation FA875024S7002

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Presolicitation FA875024S7002

Contract Awards

Prime contracts awarded through Presolicitation FA875024S7002

Incumbent or Similar Awards

Contracts Similar to Presolicitation FA875024S7002

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation FA875024S7002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation FA875024S7002

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
June 24, 2025
Last Updated By
amber.buckley@us.af.mil
Archive Date
Feb. 15, 2029