Posted: Sept. 25, 2023, 11:46 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: Signals Intelligence (SIGINT) Solutions for Evolving Scenarios (SSES)
BAA NUMBER: FA8750-21-S-7002
PART I OVERVIEW INFORMATION
This announcement is for an Open, 2 Step BAA which is open and effective until 10 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 2:00 p.m. Eastern Standard Time (EST) on 10 Dec 2025, the following submission dates are suggested to best align with projected funding:
FY21 by 15 January 2021
FY22 by 16 August 2021
FY23 by 15 August 2022
FY24 by 15 August 2023
FY25 by 15 August 2024
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 research to develop emerging SIGINT real-time processing solutions to improve tactical information extraction, identification, analysis and reporting in support of the Intelligence Community. Overall program goals include providing situational awareness for worldwide signals and network intelligence sources; sensor data collection and processing with a network-centric approach; identification of critical processes to understand the adversarial battlespace, and multi-platform/multi-intelligence support to increase the blue coalition warfighting capabilities. One of the key objectives is to advance the state-of-the-art capabilities by providing the warfighter with real-time tools to quickly assess and precisely pinpoint the right decision to mitigate the tactical threat and ensure battlespace dominance.
This BAA is a follow-on to BAA RIK 2014-0010, titled SIGINT Collection, Processing and Exploitation.
BAA ESTIMATED FUNDING: Total funding for this BAA is approximately $49.9M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $500K to $5.0M. 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:
Daniel S. Robbins
AFRL/RIGC
525 Brook Rd
Rome, NY 13441-4505
Telephone: (315)330-2439
Email: daniel.robbins.8@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
Telephone (315) 330-3605
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 ANNOUCEMENT DETAILS.
Amendment 1 to BAA FA8750-21-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:
- Part I, Overview Information:
- Updated references of Beta SAM to SAM throughout;
- Part II, Full Text Announcement:
- Section III, adds paragraph 4;
- Section IV.2, updates content and format language;
- Section IV.3.a, updates the classification guidance;
- Section IV.4, adds paragraph g;
- Section V.2.a, updates Review and Selection Process language;
- Section VI.1, updates the Proposal Formatting language;
- Section VI.4.d, adds language;
- Section VI.7, updates the applicable provisions;
- Section VII: updated the OMBUDSMAN.
No other changes are made.
SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS.
Amendment No. 3 to BAA FA8750-21-S-7002
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 4 to BAA FA8750-21-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:
a. Updated the language under "type of instruments that may be
awarded";
2. Part II, Full Text Announcement:
a. Section IV.f.5, removes the last sentence regarding options;
b. Section VI.1, updates the Proposal Formatting language;
c. Section VII, updates the provisions;
No other changes are made.
SEE ATTACHMENT WITH FULL ANNOUNCEMENT DETAILS.
AMENDMENT 5 to BAA FA8750-21-S-7002:
The purpose of this Amendment is to cancel BAA FA8750-21-S-7002.
This BAA is now closed and no further white papers will be accepted.