Foundations of Trusted Systems

Agency: DEPT OF DEFENSE
State: New York
Type of Government: Federal
FSC Category:
  • A - Research and development
NAICS Category:
  • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
Posted Date: May 12, 2023
Due Date:
Solicitation No: FA8750-20-S-7012
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Foundations of Trusted Systems
Active
Contract Opportunity
Notice ID
FA8750-20-S-7012
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AFMC
Sub Command
AIR FORCE RESEARCH LABORATORY
Office
FA8750 AFRL RIK
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Presolicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 12, 2023 08:00 am EDT
  • Original Published Date: May 28, 2020 03:03 pm EDT
  • Updated Response Date:
  • Original Response Date:
  • Inactive Policy: Manual
  • Updated Inactive Date: Sep 20, 2024
  • Original Inactive Date: Sep 20, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: AC12 - National Defense R&D Services; Department of Defense - Military; Applied Research
  • NAICS Code:
    • 541715 - Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
  • Place of Performance:
    Rome , NY 13441-4514
    USA
Description View Changes

This announcement is for an Open, 2 Step BAA which is open and effective until 30 Sep 2024. 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 2pm Eastern Standard Time (EST) on 30 Sep 2024, the following submission dates are suggested to best align with projected funding:





FY21 by 04 Dec 2020



FY22 by 03 Dec 2021



FY23 by 02 Dec 2022



FY24 by 01 Dec 2023





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 in technologies and techniques to establish trusted foundations for hardware and software that enabling secure, resilient and affordable Command, Control, Communications, Computer, Intelligence, and Cyber (C4+1I) information processing systems





This BAA is a follow-on to BAA FA8750-17-S-7007 entitled Foundations of Trusted Computational Information Systems.





BAA ESTIMATED FUNDING: Total funding for this BAA is approximately $99.9M. Individual awards will not normally exceed 36 months with dollar amounts normally ranging from $100K to $5M. 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:



Jillian Stubley



AFRL/RITA



525 Brook Rd



Rome, NY 13441-4505



Telephone: (315)330-4110



Email: jillian.stubley@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



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.





Amendment 1 to BAA FA8750-20-S-7012





The purpose of this amendment is to update the following:






  1. Part II, Section I, Technology Requirements:



Section I (1)(g) is updated to remove tampering evidence identification as a topic of interest.






  1. Part II, Section IV.4.b and IV.4.c.:



Updates clause dates;






  1. Part II, Section VI.7. NOTICE:



Updates the applicable provisions






  1. Part II, Section VII:



Updates the AFFARS Ombudsman clause date





No other changes have been made.





PLEASE SEE THE ATTACHMENT FOR FULL AMENDMENT DETAILS.





Amendment 2 to BAA FA8750-20-S-7012





The purpose of this amendment is to update the following:






  1. Part II, Section I, Technology Requirements:



Section I (1) “Intelligence Community (IC)” is updated to show “Integrated Circuit (IC)”.





No other changes have been made.



PLEASE SEE ATTACHMENT WITH FULL AMENDMENT DETAILS





Amendment 3 to BAA FA8750-20-S-7012





The purpose of this amendment is to update the following:






  1. Part II, Section I, Technology Requirements:



Section I (1)(c)and (g) language is updated;






  1. Part II, Section IV, 2. :





Updates the content and format language






  1. Part II, Section V.1:





Updates the proposal formatting language






  1. Part II, Section V:



Adds paragraph 4 regarding adequate price competition.





No other changes have been made.





SEE THE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS.





AMENDMENT 4 to BAA FA8750-20-S-7012





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 III.2 is renumbered;

    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 VI.7, updates the applicable provisions;

    5. Section VII: updated the OMBUDSMAN.







No other changes have been made.



SEE ATTACHMENT FOR FULL AMENDMENT DETAILS.





Amendment No. 5 to BAA FA8750-20-S-7012





The purpose of this modification is to update the Technical Point of Contact (TPOC) email throughout the synopsis.





Part I, Agency Contact Information; Part II, IV.3.c, Mailing Instructions; and Part II, Section VII, Agency Contacts is updated to:





TPOC Name: Jillian Stubley, AFRL/RITA



Mailing Address: 525 Brooks Road, Rome, NY 13441-4505



Telephone: 315-330-4110



Email: AFRL.RITA.BAA@us.af.mil





No other changes are made.





AMENDMENT 6 TO BAA FA8750-20-S-7012





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.4.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 language;



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



g. Section VII, updates the OMBUDSMAN





No other changes are made.







Amendment No. 7 to BAA FA8750-20-S-7012





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 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 8 TO BAA FA8750-20-S-7012





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. Adds a white paper due date for the Digital Engineering Model-based Analysis focus area





2. Part II, Full Text Announcement:



a. Section I.1, corrects IC to integrated circuit;



b. Section I.2; adds paragraph e for the Digital Engineering Model-based Analysis focus area;



c. Section IV.1, adds a white paper due date for the Digital Engineering Model-based Analysis focus area;



d. Section V.3, Updates FAPIIS to Responsibility/Qualification;



e. Section V.4, adds language regarding adequate price competition;



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



g. Section VII, updates the provisions;





No other changes are made.






Attachments/Links
Contact Information View Changes
Contracting Office Address
  • CP 315 330 7298 26 ELECTRONIC PKWY BLDG 106 RM E125
  • ROME , NY 13441-4514
  • USA
Primary Point of Contact
Secondary Point of Contact
History

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Issue Date: 01/25/2024 Contract Number: 0000 SFY 2023-24 Securing Communities Against Hate Crimes

The New York State Contract Reporter

Bid Due: 5/17/2024

Title: IDEAS FOR IMPACT RFEI Procurement Section Economic Development Corporation (EDC) Agency Name

The City of New York

Bid Due: 12/31/2025

Goods and Services NYC Catalyst Fund Request for Applications RFP Submission Deadline: Apr

New York City Economic Development Corporation (NYCEDC)

Bid Due: 4/01/2025

Bond Street Development - Mechanical Demolition of four 3-bedroom units Details Plans Specs

Rochester Housing Authority

Bid Due: 5/09/2024