Federal Contract Opportunity

Last Updated on 19 Mar 2025 at 2 PM
Solicitation
New york New york

GEOSPATIAL INTELLIGENCE PROCESSING AND EXPLOITATION (GeoPEX)

Details

Solicitation ID FA875021S7006
Posted Date 19 Mar 2025 at 2 PM
Response Date 30 Sep 2026 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

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:   Geospatial Intelligence Processing and Exploitation (GeoPEX)                                                                                                                       

BAA NUMBER: BAA FA8750-21-S-7006

PART I – OVERVIEW INFORMATION

This announcement is for an Open, 2 Step BAA which is open and effective until 30 SEP 2026.  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 3 PM Eastern Standard Time (EST) on 30 SEP 2026, the following submission dates are suggested to best align with projected funding:

FY22 – 30 Sep 2021

FY23 – 30 Sep 2022

FY24 – 30 Sep 2023

FY25 – 30 Sep 2024

FY26 – 30 Sep 2025

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 white papers for research, development, integration, test and evaluation of technologies/techniques to provide geospatial intelligence (GEOINT) in all its forms and from whatever source - imagery, imagery intelligence, or geospatial data and information - to ensure a solid foundation of knowledge for planning, decision, and action while creating tailored, customer-specific geospatial intelligence, analytic services, and solutions. This BAA is a follow-on to BAA FA8750-17-S-7004 Knowledge Aided GEOINT Latency Reduction (KAGLR)

BAA ESTIMATED FUNDING:  Total funding for this BAA is approximately $99.9M.  Individual awards will not normally exceed 24 months with dollar amounts normally ranging from $250K to $10M.  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 PROGRAM MANAGER:                                                                        

Bernard J. Clarke                                                                             

AFRL/RIGD                                                                         

525 Brooks Rd

Rome, NY 13441-4505                                                                    

Telephone: (315)330-2106                                           

Email:    [email protected]           

Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below:

    Amber Buckley

   

    Email:  [email protected]

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.

PLEASE SEE THE ATTACHED GEOPEX SYNOPSIS v12.doc

                                      AMENDMENT 1 to BAA FA8750-21-S-7006

The purpose of this amendment to BAA FA8750-21-S-7006 is to update the mailing instructions in Section IV.3.c to remove the requirement for a hard copy to be mailed. The updated mailing instructions are below:

  1. Part II, Section IV.3.c. is updated as follows:

                c. MAILING INSTRUCTIONS. 

Email Unclassified electronic submission to the TPOC identified in Section VII. Encrypt or password-protect all proprietary information prior to sending.   Offerors are responsible to confirm receipt with the TPOC.  AFRL is not responsible for undelivered documents.  If electronic submission is used, only one copy of the documentation is required.

Questions can be directed to the TPOC listed in Section VII.

No other changes are made.

                                            Amendment No. 2 to BAA FA8750-21-S-7006

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 FA8750-21-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:

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 VII, updates the provisions;

g.            Section VII, updates the OMBUDSMAN.

No other changes are made.

SEE ATTACHMENT FOR FULL ANNOUCEMENT DETAILS.

                                               AMENDMENT 4 TO BAA FA8750-21-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:

  1. Part II, Full Text Announcement:
    1. Section III.2.b.2, updates the DCSA website;
    2. Section IV, adds a statement about 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 5 TO BAA FA8750-21-S-7006

The purpose of this modification is to update the following:

  1. Part I Overview Information and Part VII Agency Contacts, the BAA PM name and email address are updated as follows:

Interim BAA PROGRAM MANAGER:                                                                 

Frank Gambino                                                         

AFRL/RIGD                                                                  

525 Brooks Rd

Rome, NY 13441-4505                                                            

Telephone: (315)330-2139                                      

Email:   [email protected]

             

  1. Part I Overview Information-BAA Estimated Funding paragraph; and Part II, Section II, Award Information, are updated to reflect that awards will not normally exceed 36 months.

No other changes are made.

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                   Amendment No. 6 to BAA FA8750-21-S-7006

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 7 TO BAA FA8750-21-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:

  1. Part I, Overview:

    1. Anticipated Individual Awards language updated;
    2. Type of Instruments that may be awarded language updated;

  1. Part II, Full Text Announcement:
    1. Catalog of Federal Domestic Assistance (CFDA) reference updated to Assistance Listing number;
    2. Section IV.3, updates the Information Protection contact info;
    3. Section IV.4.c, updates the CFR hyperlink;
    4. Section VI.1; updates the proposal formatting language;
    5. Section VI.3, updated the debriefing language;
    6. Section VI; adds paragraph 9;
    7. Section VII, updates the OMBUDSMAN.

No other changes are made

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                                  Amendment No. 8 to BAA FA8750-21-S-7006

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 9 TO BAA FA8750-21-S-7006

The purpose of this modification is to update the BAA PM in Part I and Part VI as follows:

BAA PROGRAM MANAGER:                                                           

Carlos Merlos                            

AFRL/RIGC                                                              

525 Brooks Rd

Rome, NY 13441-4505                                                                    

Telephone: (315)330-4128                               

Email: [email protected]

No other changes are made

SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.

                                              Amendment No. 10 to BAA FA8750-21-S-7006

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;

  1. 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.

Similar Opportunities

New york New york 30 Sep 2026 at 4 AM (estimated)
New york New york 30 Sep 2026 at 4 AM (estimated)
New york New york 30 Sep 2026 at 4 AM (estimated)
New york New york 30 Sep 2026 at 4 AM (estimated)
New york New york 30 Sep 2026 at 4 AM (estimated)

Similar Awards

New york New york 19 Mar 2018 at 7 PM
Ridgecrest California 29 May 2020 at 12 AM
Ridgecrest California Not Specified
Ridgecrest California 29 May 2020 at 12 AM