SOLICITATION NOTICE
A -- AWGER: ADAPTIVE WAVEFORM GENERATION FOR EXTREME RF
- Notice Date
- 10/15/2024 12:01:58 PM
- 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
- FA8750-22-S-7006
- Archive Date
- 09/30/2027
- Point of Contact
- GERARD WOHLRAB, Phone: 315-330-4663, Amber Buckley, Phone: 315-330-3605
- E-Mail Address
-
gerard.wohlrab@us.af.mil, amber.buckley@us.af.mil
(gerard.wohlrab@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:� AWGER: Adaptive Waveform Generation for Extreme RF BAA NUMBER: FA8750-22-S-7006 PART I - OVERVIEW INFORMATION This announcement is for an Open, 2 Step BAA which is open and effective until 30 Sep 2027.� 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 17:00 Eastern Standard Time (EST) on 30 Sep 2027, the following submission dates are suggested to best align with projected funding: FY23 by 4 NOV 2022 FY24 by 15 SEP 2023 FY25 by 16 SEP 2024 FY26 by 15 SEP 2025 FY27 by 15 SEP 2026 Offerors should monitor the Contract Opportunities on the SAM website at https://SAM.gov in the event this announcement is amended. ������������������������������� �� CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:�� Seeking innovative research in cognitive waveform generation and network control and analysis within a unified scenario evaluation environment. Collaboration is encouraged but not required. 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 $300K to $3M.� 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.� However, the Air Force reserves the right to award zero, one, or more Procurement Contracts, Other Transactions or assistance instruments 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, DODGARS based grants and cooperative agreements or other transactions (OT) under 10 USC 4002, 10 USC 4003 and 10 USC 4004 (previously 10 USC 2371, 10 USC 2371b and 2373) depending upon the nature of the work proposed. 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:������������������������������������������������������������������������ Gerard Wohlrab AFRL/RITGB������� 525 Brooks Rd Rome, NY 13441-4505 Telephone: (315) 330-4663 Email:��� gerard.wohlrab@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 ANNOUNCEMENT DETAILS. � � � � � � � � � � � � � � � � � � �AMENDMENT 1 to BAA FA8750-22-S-7006 The purpose of this modification is to: 1.����������� Part II, Full Text Announcement: a.����������� Section II.1, the funding breakout is added and the white paper dates that were erroneously included are removed. No other changes have been made. SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS. � � � � � � � � � � � � � � � � � � � � � � � � AMENDMENT 2 TO BAA FA8750-22-S-7006 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: Updates the types of instruments that may be awarded language; Part II, Full Text Announcement: Section III.2.b.2, updates the DCSA website; Section IV., adds language regarding responsible sources; Section V.2.b.2, adds paragraph c. regarding the S&T process during evaluation; Section V.3, is updated from FAPIIS to Responsibility/Qualification (R/Q) Public Access; Section V.4, adds language regarding the certified cost and pricing data threshold for small businesses and non-traditional defense contractors; Section VI.1, updates the Proposal Formatting language; Section VI.3, updates the references in the debriefings paragraph; Section VI.7, updates the applicable provisions; Section VII, updates AFFARS to DAFFARS and the OMBUDSMAN date. No other changes are made. SEE ATTACHMENT FOR FULL AMENDMENT DETAILS. � � � � � � � � � � � � � � � � � � � � �Amendment No. 3 to BAA FA8750-22-S-7006 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. � � � � � � � � � � � � � � � � � � � � � AMENDMENT 4 to BAA FA8750-22-S-7006 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: Type of Instruments that may be awarded language updated; Part II, Full Text Announcement: Catalog of Federal Domestic Assistance (CFDA) reference updated to Assistance Listing number; Section IV.1, updates the content and format; Section IV.3, updates the Information Protection contact info; Section IV.4.c, updates the CFR hyperlink; Section VI.1; updates the proposal formatting language; Section VI.3, updated the debriefing language; Section VII, updates the OMBUDSMAN. No other changes are made. SEE ATTACHMENT FOR FULL AMENDMENT DETAILS. � � � � � � � � � � � � � � � � � �Amendment No. 5 to BAA FA8750-22-S-7006 The purpose of this amendment is to: Section III, Paragraph 5, updates S&T Protection language; Section V, paragraph 2.e, updates the language regarding the S&T review; SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/979bf6821e7e4c848f48d13531cb33d7/view)
- Record
- SN07240115-F 20241017/241015230104 (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 |