SPECIAL NOTICE
A -- BAA for Advancement of Technologies in Equipment for Use by Special Operations Forces - (Draft) - (Draft) - (Draft) - (Draft) - (Draft)
- Notice Date
- 5/29/2012
- Notice Type
- Special Notice
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
- ZIP Code
- 33621-5323
- Solicitation Number
- BAAST-12
- Archive Date
- 7/28/2012
- Point of Contact
- Christine E Johnson, Phone: 813-826-6038, Margaret E.g. Mccaskey, Phone: 813-826-0088
- E-Mail Address
-
johnsc1@socom.mil, margaret.mccaskey@socom.mil
(johnsc1@socom.mil, margaret.mccaskey@socom.mil)
- Small Business Set-Aside
- N/A
- Description
- Table of Content Acronyms Appendix B Figure 1 - Timeline Chart Appendix A 1.0. Introduction: READ THIS DOCUMENT THOROUGHLY AND FOLLOW ALL INSTRUCTIONS CAREFULLY. This publication constitutes a Broad Agency Announcement (BAA) as contemplated in Federal Acquisition Regulation (FAR) 6.102(d)(2) and 35.016. A formal Request for Proposals (RFP), solicitation, and/or additional information regarding this announcement will not be issued. 1.1. White Paper Selections, Proposal Selections, and Contract Awards: This BAA addresses research and development efforts that include Step I - White Paper Submission and Review Process, Step II - Proposal Submission and Review Process, and Step III - Contract Award. Contracts will be awarded only from a selected proposal or proposals for the advancement of technology to include studies, design, prototype assembly/fabrication, and assessment of mature technology for United States Special Operations Command (USSOCOM) applications. 1.2. Long-Term Goal and Technical Challenges: USSOCOM has a long-term goal to develop technologies to meet Special Operations Forces (SOF) mission requirements. Prior studies and analyses have determined a number of technical challenges exist for SOF equipment that require improvements for missions into the future. 1.3. Authorization to Legally Commit the Government: Offerors are advised that only contracting officers are legally authorized to commit the Government. 1.4. Appendices: This BAA contains Appendix A - White Paper Format and Appendix B - Proposal Format to help Offerors in the formatting for writing white papers and proposals. 1.5. Document Submissions - General: All Offeror documents to include white papers, technical proposals, statements of work, and cost proposals shall be submitted in electronic format via e-mail to the Contracting Officer. Offerors may submit their documents in Microsoft Word, Excel, or Adobe Acrobat. Quad Charts or briefing presentations may be submitted in Microsoft Power Point, or preferably Adobe Acrobat. 2.0. General Information: 2.1. Agency: USSOCOM. 2.2. Program Office: Science and Technology Directorate. 2.3. BAA Title: BAA for Advancement of Technologies in Equipment for Use by Special Operations Forces. 2.4. BAA Number: BAAST-12 2.5. Closing Date: This BAA will remain open until July 13, 2012, unless superseded, amended, or cancelled. White papers may be submitted any time during this period subject to the submission process described in this BAA. 2.6. Contracting Officer and Technical Point of Contact (POC): Contracting Officer: Ms. Christine Johnson; phone 813-826-6038; email christine.johnson@socom.mil. All BAA and white paper information will be coordinated through the Contracting Officer. The mailing address is: HQ USSOCOM Attn: Ms. Christine Johnson 7701 Tampa Point Blvd MacDill AFB FL 33621 Technical POC: Ms. Margaret McCaskey; phone 813-826-0088; email margaret.mccaskey@socom.mil. 2.7. Technology Areas of Interest: 2.7.1. Energy and Power Systems 2.7.1.1. Improved Battery and Other Energy Storage Devices Capabilities. Develop reduced weight replacements (1:5 to 1:10 weight reduction) for standard military issue batteries with equivalent energy capacities. Develop micro-batteries that offer extended duration capabilities for small devices in harsh environmental conditions. Improve battery capabilities so the time to recharge is an order of magnitude less than current battery technology. Additionally, ensure design robustness to allow for longer periods of use in a wide range of environmental conditions to include low and high temperatures. Develop improved, low-signature, and cost-effective power generation systems, and low maintenance power management and energy storage solutions, for use in austere locations to support small unit operations. 2.7.1.2. Combatant Surface Craft Power Systems. Develop combatant craft advanced power systems that provide significantly better power-to-weight ratios at top speed and significantly better fuel efficiency at cruise speed. Capable of a power-to-weight ratio of 1.0 hp/lb and fuel efficiency of 0.1 lb/hp per hour. Develop engines that run on light to heavy fuels or military common use fuels (e.g., JP-5, JP-8), weigh less, and have decided advantage on reliability, availability, and maintainability over current engine technologies of the same size and performance. 2.7.1.3. Energy Storage for Submersible Vehicles. Develop energy storage systems that offer higher density energy when compared to current energy storage technologies while maintaining safe energy behavior. These energy storage devices will offer long service life, and equivalent or lower service costs. 2.7.1.4. Wireless Power Transmission. Provide the ability to power or recharge powered or power storage devices at a distance without cables or mechanical contact. 2.7.2. Command, Control, Communications, and Computer Systems 2.7.2.1. Low profile, concealable, or conformal antennas that operate in narrow and/or wide frequency ranges on single or multiple platforms. 2.7.2.2. Unique approaches to encryption that are able to achieve Type 1 National Security Agency (NSA) standards for mobile devices that require minimal computing capacity while permitting rapid processing of a wide range of data types. Provide efficient and open architecture solutions to reduce bandwidth, including video compression and codec processing. 2.7.2.3. Communication technologies that offer increased transmission capacity and/or capability for beyond line of sight (BLoS) communications or communications in denied areas including Low Probability of Intercept (LPI)/Low Probability of Detection (LPD) capability. 2.7.2.4. Communications network technology (Internet Protocol based or otherwise) capable of using existing and future communications equipment over extended ranges up to beyond line of sight (BLoS) and/or over the horizon (OTH) and high bandwidth. 2.7.2.5. Technologies/methodologies for seamless data sharing in real-time or near real-time that are compatible with current waveforms and open architecture solutions to permit scalability and adaptability to multiple applications and radio systems. Technologies should provide potential means for smart data fusion and transmission. 2.7.3. Scalable Effects Weapons (SEW) that contain one or more of the effects below. SEW provides the broadest range of non-lethal to lethal anti-personnel and anti-material capabilities for neutralizing the enemy while minimizing the risk to non-combatants and infrastructure. 2.7.3.1. Stop vehicles/stop vessels. 2.7.3.2. Warning devices that produce an unambiguous signal(s) that are visible, audible, and easily recognizable. 2.7.3.3. Disorienting effects on people. 2.7.3.4. Temporary immobilizing/paralyzing effects on people. 2.7.3.5. Deny an area to individual(s) for an indefinite period of time. 2.7.3.6. Move individuals from a room, facility, compartment, or building. 2.7.3.7. Deter/stop pursuit by individual(s). 2.7.4. Mobility Platforms 2.7.4.1. Fast amphibious, submersible and/or air vehicles capable of transporting two to four operators with their equipment undetected from ships and submarines to shore and/or inland locations. 2.7.4.2. Advanced transparent armor solutions with lower areal mass density and thickness for both flat and curved applications. The materials must be transparent when using standard military equipment frequencies and have reduced wear and scratching versus current transparent armor in all service conditions. Materials must perform in the presence of extreme environmental conditions, chemicals and normal wear and tear. 2.7.5. Improved Moving Target Lethality 2.7.5.1. Assure moving platform probability of hit or kill of a moving target with little or no collateral damage. 2.7.6. Comprehensive Signature Management 2.7.6.1. Multispectral signature reduction for the individual soldier and his equipment. 2.7.7. Intelligence, Surveillance, and Reconnaissance (ISR) 2.7.7.1. Persistent Surveillance. Long-duration surveillance capabilities that can rapidly disseminate operational information to key elements on the battlefield through a combination of manned and unmanned ISR to flexibly support the dynamic SOF mission set. 2.7.7.2. Autonomous or semi-autonomous mobility systems capable of providing distributed and networked ISR. 2.7.7.3. High Resolution Data. Sensors to collect high resolution (sub-meter accuracy) three-dimensional data through and around structures and through dense foliage. 2.7.7.4. Degraded Visual Environment (DVE). Sensor and control system(s) to allow rotorcraft pilots with the ability to safely and consistently land aircraft in a variety of degraded environments including brownout and whiteout conditions. 2.7.8. SOF Small Unit Dominance 2.7.8.1. Enhanced Capability to Detect, Locate and Identify Personnel Targets Including Snipers at Long Range, Day/Night up to 1500 Meters. Provide systems for ground mobility vehicles that will detect, classify, and locate hostile fire with high confidence and accuracy. 2.7.8.2. Concealment and Signature Suppression. Technologies that enable the SOF operator to remain undetected before engaging and/or prevent the enemy from locating or targeting the operator once he has actively engaged. 2.7.8.3. Stand-Off Precision Weapons and Ammunition. Technologies that provide lightweight, lethal, individual weapons systems (weapon, ammunition, fire control) effective up to 1500 meters that can provide first shot capability. 2.7.8.4. Direct Fire Support Weapons. Technologies that provide lightweight, direct fire support weapons with enhanced blast, optimized fragmentation (magnitude, shape, and density of fragmentation cloud), combined effects, multi-option and/or smart fuses. 2.7.8.5. Advanced Energetics. Energetic technologies to include small arms propellants, explosive charges, explosive warhead fills, enhanced blast, thermobaric and/or incendiary components that significantly increase destructive energy while remaining insensitive munitions compliant. 2.7.8.6. Virtual Training. Simulations for training, mission planning, and mission rehearsal that integrate all elements of mission preparation in a three-dimensional, Virtual Battlespace 2 compliant environment that leverages current SOF mission planning assets and permits after action assessment in the simulation environment. 2.7.8.7. Avoid Casualties. Technologies that enhance surprise, security, stealth, active and passive countermeasures, and off-road mobility. Included are situational awareness enhancing technologies and handheld Improvised Explosive Device (IED) clearance devices incorporating multiple modalities. 2.7.8.8. Personal Protection. Technologies that enhance combat casualty care and SOF occupational health/safety. Technologies that will provide advanced protection to the SOF warrior while maintaining or improving maneuverability, weight burden, thermal burden, and donning/doffing ease. Protection areas of interest include, but are not limited to, energetics, blast, CBRN (chemical, biological, radiation, nuclear), lasers, infection/parasites, eye protection, and advanced lightweight helmets. These areas may be addressed individually or congruently. Special emphasis should be placed on reducing the overall weight burden. 2.7.9. Human Performance: Technologies to understand and mitigate effects of combat/training stressors to the cognitive performance of the SOF warrior athlete (i.e., target engagement effects, situational awareness effects). Research/ technologies for the improvement of rehabilitation after injury and pre-habilitation for pre-training and deployment are of interest. Also included are technologies that provide possible injury/degraded performance prediction and prevention, and novel ways to enhance the SOF warfighter's physical and mental effectiveness. 2.7.10. Biometrics and Sensitive Site Exploitation (SSE): Novel technologies addressing several areas of interest in biometrics, rapid Deoxyribonucleic Acid (DNA) matching and enabling technologies, stand-off/remote facial recognition and matching, stand-off/remote iris capture, latent fingerprint capture, and deception detection. Novel technologies addressing SSE areas of interest to include, but not limited to, hidden chamber detection/ hidden material detection, enhanced capabilities for detection of homemade explosives, novel exploitation techniques for collected materials, and improved tactical explosives/nitrates/narcotics kits. 2.7.11. Lighten the Load: Technologies that will reduce the overall weight burden experienced by the SOF warrior. These may include, but are not limited to, advanced materials (for armor, textiles, weapons, ammunition, communications, helmet, batteries, etc.), multifunctional tools, improved energy storage/generation, and electronics miniaturization. 2.7.12. Night Vision/Electro-Optics 2.7.12.1. Adaptive Multispectral Night Vision. Technologies that offer passive multispectral capability to sense both reflective and emissive bands in user selectable fashion; with allowed blending, ratios, or presentation through simple direct means. Allows operation in all weather, environmental, and light conditions. 2.7.12.2. Out of Band. Technologies for night vision devices and illuminators that rely on bands not covered by current Night Vision Goggles (NVGs) or common commercially available sensors and do not have degraded capabilities due to current NVGs or common commercially available sensors. 2.7.13. Electromagnetically Undetectable Communications: Products or training programs that address the need for discreet communications on the battlefield. 2.8. Award Information: The award of each selected proposal will depend on the methodology and the technical approach to be pursued by the selected Offeror. The Government expects to award contracts using a Firm Fixed Price contract. Cost plus fixed fee contracts may be awarded based on the merit of the submission and the type of work. The inclusion of options in any contract award will not obligate the Government to exercise the options at any time during contract performance. 2.9. Classified Information: Offerors are encouraged to submit unclassified white papers and proposals to simplify and expedite reviews and response by the Government. If an Offeror deems that a white paper contains classified information then the Offeror is instructed to contact the technical point of contact identified in Paragraph 2.6 for submission instructions of classified white papers and proposals. Classified submissions must be handled, labeled, and stored in accordance with the National Industrial Security Program (NISP) Operating Manual. Offerors are advised that submission of a classified white paper will require additional time for the Government to process, review, and respond, and will not delay the review and selection of unclassified white papers. Offerors must possess all required personnel security clearances, facility clearances, and other infrastructure requirements necessary to perform the classified work in accordance with the Contract Security Classification Specification (DD Form 254) and corresponding Security Classification Guide without reliance on Government resources. 2.10. Industry Classification and Business Size Standards: The North American Industry Classification System (NAICS) code for this announcement is 541712 -Research and Development in Physical, Engineering, and Life Sciences with a small business size standard of 1,000 employees. 2.11. Eligibility Information: Although participation is encouraged, no portion of this BAA is set-aside for small businesses, to include veteran-owned, service-disabled veteran-owned, Historically Underutilized Business Zones (HUB Zone) program, small disadvantaged businesses, women-owned, or historically black colleges and universities and minority institutions. Foreign or foreign-owned contractors are advised that their participation, while not precluded, is subject to foreign disclosure review procedures. Foreign contractors should contact the Contracting Officer immediately if they contemplate responding to this BAA. 2.12. White Paper Consideration: All responsible Offerors capable of satisfying the Government's needs may submit a white paper for consideration. An Offeror may submit multiple white papers in different areas of research. Offerors are advised that a single white paper that attempts to address the whole scope of the technology described in the FedBizOpps will most likely be rejected. In order to be considered for award, Offerors must be registered in the Contractor Central Registration (CCR), complete the Online Representations and Certifications Application (ORCA) at www.bpn.gov, be considered responsible within the meaning of FAR Part 9.1, have a satisfactory performance record, and otherwise be eligible for award based on federal law and regulation. 2.13. Determination of Technology Readiness Level: Each Offeror shall include in the white paper a preliminary Technology Readiness Level (TRL) assessment of the proposed technology that conforms to the technology objectives, and an expected TRL at the conclusion of the effort. The Offeror shall perform a Technology Readiness Level (TRL) assessment of each subsystem and the system as a whole to identify technical risk areas. The Offeror shall determine the TRL of each subsystem/system according to the Department of Defense Technology Readiness Assessment Guidance contained in DoD 5000.2-R and develop mitigation plans for all systems and subsystems at or below TRL 5. Offerors are expected to be knowledgeable of TRL assessment when submitting white papers. 2.14. Disclaimers/Notifications: USSOCOM reserves the right to select all, some, partial white paper content, or none of the white papers received in response to this announcement throughout its term. All awards are subject to the availability of funds. Offerors will not be reimbursed for white paper development costs. There shall be no basis for claims against the Government as a result of any information submitted in response to this BAA. White papers and other material submitted with the white paper for review purposes under this BAA will not be returned. 2.15. White Paper Disclosures: It is the policy of USSOCOM to treat white papers as sensitive competitive information and to disclose the contents only for the purposes of review. Non-government personnel may be used to facilitate the review process. 2.16. Technology Development Cost and Schedule: Offerors are advised to consider a limit of not more than $2 million total cost of development and not more than 24 months to complete all efforts for each submission. 3.0. Research Opportunity Description: This BAA addresses the areas of interest stemming from the needs for advancement in technology in SOF equipment and systems. USSOCOM is interested in receiving white papers from all responsible sources from industry, academia, and research laboratories capable of providing the development, design, and prototype fabrication and technology proof of functionality to meet SOCOM unique requirements. Technology development is divided into three steps: Step I - White Paper Submission and Review Process, Step II - Proposal Submission and Review Process, Step III - Contract Award (Figure 1). (Figure 1 chart is uploaded as a separate attachment to show the approximate timelines.) 3.1. White Paper Submission and Review: The BAA is advertised through FedBizOps and closes on day 45. SOCOM will then conduct a 30-day scientific or peer review. At the end of the 30-day review USSOCOM will notify Offerors within an additional 14 days whether their white papers were selected for submission of a proposal. 3.2. Proposal Submission and Review: Upon notification of selection, Offerors have 30 days to prepare and submit a proposal in accordance with the format and instructions in Appendix B. Following receipt of a proposal (proposals), there will be an additional 30-day scientific or peer review. After this review period, the Government anticipates contract award within 60 days for those proposals selected for award. 3.3. Data Rights: The contractor shall mark each page of its white paper that contains proprietary information. It is the Government's intention to receive unlimited rights as a result of funded efforts. A contractor may provide with its white paper assertions to restrict use, release, or disclosure of data and/or computer software that will be provided in the course of contract performance. Rules governing these assertions are prescribed in the DFARS clauses 252.227-7013, 7014, and 7017 and may be accessed at http://farsite.hill.af.mil/VFDFARA.HTM. 4.0. Step I - White Paper Submission and Review Process: The Government is interested in receiving white papers from Offerors who possess relevant experience to transform USSOCOM technology needs into practical technology-based products. 4.1. White Paper Submission Process: Interested Offerors shall submit a white paper as described below to be considered for submission of proposals and follow-on award of a contract. Contractors shall submit white papers that shall be valid for a minimum of six months from the closing date of the BAA. 4.2. White Paper Content and Format: 4.2.1. Format: White papers shall use the format described at Appendix A - White Paper Format. White papers shall meet the following requirements: (1) Paper Size - 8.5 x 11 inch paper; (2) Margins - 1"; (3) Spacing - single; (4) Font - Times New Roman, 12 Point; (5) Microsoft Word 2007 or later and/or PDF format. The Integrated Master Schedule is not restricted in size. 4.2.2. Number of Pages: White papers will not exceed five pages. The cover page is not counted in this page limit. All pages shall be numbered. 4.2.3. Cover Page: Labeled "WHITE PAPER" and shall include: (1) BAA number; (2) white paper title; and (3) Offeror information to include address, phone, fax, and technical contact with email address. 4.2.4. Technical: The Offeror shall submit a description of the scope of work necessary to satisfy the BAA stated technical challenges and design objectives. This shall include: (1) technical approach; (2) technical risk areas; (3) design maturity; (4) any other technical data/information to be conveyed for consideration. The Offeror will identity the management, technical qualification and composition of the research team, key personnel, and subcontractors. The Offeror must address the quality assurance process to assess its capability to successfully develop the technology and configuration control plan. 4.2.5. Price/Cost and Schedule: The Offeror will provide a determination of the cost to develop the technology through each phase from concept development through prototype proofing. Each Offeror shall submit a rough order of magnitude (ROM) of the costs based on work areas of development to perform the overall technology development effort. The Offeror will state the ability to complete all requirements within the proposed schedule, or two years, whichever is less. The Offeror shall submit a schedule by major tasks to develop the technology through completion of the prototype and proof of readiness. 4.2.6. Quad Chart: The Offeror shall submit a quad chart following the example at Appendix A. The quad chart shall include: (1) description of the technology effort with drawing or schematic; (2) technical performance required to achieve and complete the effort; (3) costs by deliverable, and schedule; and (4) technical resources and team members. 4.2.7. Submission: Only electronic submissions and hard copies provided to the USSOCOM Contracting Officer will be accepted as stated in Paragraph 1.5. 4.3. White Paper Review Information: 4.3.1. Review Method: The Government will review each white paper and select the Offerors that have the greatest potential to meet the needs of USSOCOM technology requirements based on the areas stated in the BAA. Initially, a determination will be made if each Offeror is technically qualified and has a comprehensive understanding to undertake the development of the technology based on the information stated in the white paper. The Government will determine the most technically competent and capable of the qualified Offerors using the criteria below. 4.3.2. Review Criteria: The Government will review the Offeror's capability to meet the technology requirements using the following specific criteria listed in descending order of importance: 4.3.2.1. USSOCOM Unique Needs: The Government will review the Offeror's description of the technology and the USSOCOM unique technology need that it meets for the technical challenges of this BAA. The Offeror's facilities and equipment will be reviewed to assess its capability to conduct complete development of the technology, construction of a prototype or prototypes, and proof testing to assure maturity readiness. 4.3.2.2. Innovative or Revolutionary Technology: The Government will assess the Offeror's capability to satisfy the technical challenges and design objectives by reviewing the Offeror's unique, innovative, or revolutionary approach; technical risk and mitigation plan; the ability to achieve technology maturity; and other technical data/information conveyed. 4.3.2.3. Price/Cost: The Government will make a determination of the fairness and reasonableness for the proposed price/cost. The Offeror will be assessed whether the technology development can be successfully completed from the costs stated by the Offeror. 4.3.2.4. Schedule: The Offeror's schedule will be evaluated based on the reasonable level of effort and complexity of the technology; the resources, facilities, and equipment available; and the allocation of time per major task. 4.3.3. Notification of Selection: All Offerors submitting white papers will be contacted by the Government, either with a letter informing them that the effort proposed is not of interest to the Government, or with a request for a formal cost and technical proposal by a specified date. Offerors whose white papers are determined not to be of interest are not precluded from submitting a proposal and may request proposal instructions if they so desire. The submission of a proposal not specifically requested by the Government does not commit the Government to review the proposal. 5.0. Step II - Proposal Submission and Review Process: All proposals stand on their own technical merit. The evaluation of each proposal will be based on the criteria stated below. 5.1. Proposal Submission/Format/Number of Pages: Offerors selected to submit a proposal will use the proposal format and structure shown in Appendix B. Each proposal shall include a Statement of Work (SOW) so that the evaluation process includes direct consideration for contract award. Proposals shall not exceed 20 pages, excluding cover page and cost/schedule. All pages shall be numbered. 5.2. Proposal Review, Evaluation, and Selection Criteria and Process: Each proposal will be evaluated by the Government where the proposal must stand on its own technical merit. Each proposal will be evaluated for technical merit using the criteria below. 5.2.1. Category I: Proposal is well conceived, scientifically and technically sound, pertinent to the program goals and objectives, and offered by a responsible Offeror with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. Proposals in Category I are recommended for acceptance (subject to availability of funds) and normally are displaced only by other Category I proposals. 5.2.2. Category II: Proposal is scientifically or technically sound, requiring further development and is recommended for acceptance, but at a lower priority than Category I. 5.2.3. Category III: Proposal is not technically sound or does not meet agency needs. 6.0. Step III - Contract Award: The Government's plan is to award contracts to selected technologies that meet USSOCOM's needs. The Government anticipates that awards will be made up to 60 days after scientific or peer review of selected proposals. Contract awards will be made based on the following. 6.1. Proposal Awards: Multiple awards may be made based on the quality of the proposals and availability of funding. Occasionally, USSOCOM may be interested in buying only a certain portion (or portions) of a proposal. This BAA method provides the flexibility to make an award for only those portions or tasks of the proposal that are of interest to the Government. You will be notified in writing if the Government intends to make an award based on your proposal. The notification will indicate if all or only portions of your proposal will be included in the award. 6.2. Sequence of Awards: Awards will be made to Category I proposals prior to any Category II proposals. Due to the uniqueness of the proposal evaluation process, it may be the case that while the overall proposal is ranked in Category II (or even Category III) a certain part of the proposal may be ranked Category I or II. In this case, it will allow the Government to make an award for that portion of an Offeror's proposal that is of high interest to the Government. Category III proposals, with the exception of certain parts of the proposal (as described above), are generally not awarded. Offerors whose proposal(s) is (are) not recommended for acceptance will be notified by the Contracting Officer. 7.0. Government Furnished Information (GFI): All GFI will be provided via Compact Discs and will be mailed upon request. For verification please provide the following in the request: full company name, address, Cage Code (and Facility Code if differs), Security Office point of contact with telephone number/email, and level of clearance/safeguarding. All requests shall be directed to the Contracting Officer ONLY via email at Christine.Johnson@socom.mil. 8.0. ReferencesFederal Acquisition Regulation National Industrial Security Program Operating Manual 9.0 Acronyms (separate attachment)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/BAAST-12/listing.html)
- Record
- SN02759818-W 20120531/120529234740-467cb475becc57f2a851cd39fd368439 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |