Federal Contract Opportunity

Last Updated on 25 Jun 2024 at 1 PM
Solicitation
New york New york

ELECTRONIC INTELLIGENCE INFORMATION EXPLOITATION

Details

Solicitation ID FA875020S7015
Posted Date 25 Jun 2024 at 1 PM
Response Date 30 Sep 2025 at 4 AM (estimated)
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Fa8750 Afrl Rik
Agency Department Of Defense
Location New york New york United states 13441

Possible Bidders

Gtsi Corporation

Herndon Baltimore Chantilly Philadelphia Waltham

Dell Marketing L P

Round rock Austin

Cdw Government Limited Liability Company

Herndon Vernon hills Chicago

Federal Prison Industries Incorporated

Herlong Phoenix Lompoc Jesup Bastrop Sandstone Victorville Otisville Manchester Greenville Lewisburg Ray brook Waseca Seagoville Atlanta Alderson Bruceton mills Inez Texarkana Minersville Tucson Washington Miami Fairton Lewis run Coleman Pollock El reno Terre haute Ashland Memphis Dublin Oxford Danbury Marion Safford San pedro Littleton Lexington Fort dix Beaumont Bennettsville Petersburg Allenwood Talladega Edgefield Big spring Pekin Glenville Leavenworth Butner Fort worth Loretto

Sign up to access Documents

Signup now

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:  ELECTRONIC INTELLIGENCE INFORMATION EXPLOITATION                                                                                        

BAA NUMBER: BAA FA8750-20-S-7015

PLEASE SEE THE ATTACHMENT FOR FULL BAA ANNOUNCEMENT DETAILS

                                AMENDMENT 1 to BAA FA8750-20-S-7015

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. No changes made;

  1. Part II, Full Text Announcement:

    1. Section IV.2, updates Content and Format language;
    2. Section IV.3.a, updates the NISOPM reference to reflect it being codified in the CFR;
    3. Section IV.4, adds paragraph g;
    4. Section V., adds paragraph 4 regarding adequate price competition;
    5. Section VI.1, updates the Proposal Formatting language;
    6. Section VI.7, updates the applicable provisions;
    7. Section VII: updated the OMBUDSMAN

SEE ATTACMENT FOR FULL AMENDMENT DETAILS.

                                          Amendment No. 2 to BAA FA8750-20-S-7015

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 [email protected].

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 3 to BAA FA8750-20-S-7015

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 references of Beta SAM to SAM throughout;

2.            Part II, Full Text Announcement:

a.            Section III, adds paragraph 4;

b.            Section IV.f.5, removes the last sentence regarding options;

c.             Section V.2.a, updates Review and Selection Process language;

d.            Section VI.1, updates the Proposal Formatting language;

e.            Section VI.4.d, adds new language;

f.             Section VI.7, updates the applicable provisions;

g.            Section VII, updates the OMBUDSMAN.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                     AMENDMENT 4 to BAA FA8750-20-S-7015

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

the following changes to the BAA:

1.            Part I, Overview Information:

BAA ESTIMATED FUNDING, the BAA ceiling is increased to $99.9M

2.            Part II, Full Text Announcement:

a.            Section II.1, BAA ceiling, individual award amounts and fiscal year

breakout of funding is updated;

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                                 AMENDMENT 5 TO BAA FA8750-20-S-7015

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. Section III.2.b.2, updates the DCSA website;
    2. Section IV; adds statement regarding responsible sources;
    3. Section V.2.b.2, adds paragraph c. regarding the S&T process during evaluation;
    4. Section V.3, is updated from FAPIIS to Responsibility/Qualification (R/Q) Public Access;
    5. Section V.4, adds language regarding the certified cost and pricing data threshold for small businesses and non-traditional defense contractors;
    6. Section VI.1, updates the Proposal Formatting language;
    7. Section VI.7, updates the applicable provisions;
    8. Section VII, updates AFFARS to DAFFARS and the OMBUDSMAN date.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                     Amendment No. 6 to BAA FA8750-20-S-7015

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.

Similar Opportunities

New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)
New york New york 30 Sep 2025 at 4 AM (estimated)

Similar Awards

Ridgecrest California 29 May 2020 at 12 AM
Ridgecrest California Not Specified
Ridgecrest California 29 May 2020 at 12 AM
New york New york 06 Aug 2013 at 6 PM