Back to news

March 11, 2022 | International, Land

DoD SBIR 22.4 Annual BAA Topic Pre-Release: Army Topic Release 2 – A224-004, A224-005, and A224-006

The DoD Small Business and Technology Partnerships Office announces the pre-release of the following DoD SBIR 22.4 Annual Broad Agency Announcement (BAA) topics:

Department of the Army

  • A224-004: Advanced Tire Technology for Manned and Unmanned Systems
  • A224-005: M997A3 Chassis Suspension Improvements
  • A224-006: Variable Speed Engine Cooling Fan for Acoustic Detection Management

Full topic descriptions and instructions are available on DSIP at https://www.dodsbirsttr.mil/submissions/login and at https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/.

IMPORTANT DATES:

  • March 10, 2022: Topics pre-release
  • March 24, 2022: Topics open, begin submitting proposals in DSIP
  • April 12, 2022: Topic Q&A closes to new questions at 12:00 p.m. ET
  • April 26, 2022: Topics close, full proposals must be submitted in DSIP no later than 12:00 p.m. ET

Topic Q&A

Topic Q&A is now available on the Topics and Topic Q&A page in DSIP. Proposers may submit technical questions through Topic Q&A page at https://www.dodsbirsttr.mil/submissions/login.

During pre-release, proposers can contact TPOCs directly or submit questions via Topic Q&A. Once DoD begins accepting proposals on March 24, 2022, no further direct contact between proposers and topic authors is allowed. All questions and answers are posted electronically for general viewing. Topic Q&A will close to new questions on April 12, 2022 at 12:00 p.m. ET, but will remain active to view questions and answers related to the topics until the BAA close.

Questions submitted through the Topic Q&A are limited to technical information related to improving the understanding of a topic's requirements. Any other questions, such as those asking for advice or guidance on solution approach, or administrative questions, such as SBIR or STTR program eligibility, technical proposal/cost proposal structure and page count, budget and duration limitations, or proposal due date WILL NOT receive a response. Refer to the Component-specific instructions given at the beginning of that Component's topics for help with an administrative question.

Proposers are advised to monitor Topic Q&A during the BAA period for questions and answers and frequently monitor DSIP for updates and amendments to the topics.

On the same subject

  • Contract Awards by US Department of Defense - July 19, 2019

    July 22, 2019 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense - July 19, 2019

    MISSILE DEFENSE AGENCY Lockheed Martin Corp., Missiles and Fire Control, Dallas, Texas, is being awarded a firm-fixed-price, $1,473,941,756 modification (P00019) to previously-awarded contract HQ0147-17-C-0032 for the procurement of Terminal High Altitude Area Defense (THAAD) Interceptor support items in support of the Foreign Military Sales (FMS) case to the Kingdom of Saudi Arabia (KSA). The value of this contract is increased from $3,890,665,224 to $5,364,606,980. One offer was solicited with one offer received. The work will be performed in Dallas, Texas; Sunnyvale, California; Huntsville, Alabama; Camden, Arkansas; and Troy, Alabama. The period of performance is from July 19, 2019, through July 31, 2023. KSA FMS funds in the amount of $340,940,179 are being obligated at time of award. The Missile Defense Agency, Huntsville, Alabama, is the contracting activity. AIR FORCE United Technologies Corp., doing business as Pratt & Whitney Military Engines, East Hartford, Connecticut, has been awarded a $253,708,434 indefinite-delivery-requirements contract for engine module remanufacture. This contract provides for F100-PW-100/-200/-220/-220E/-229/-229EEP engine module remanufacture for Foreign Military Sales (FMS) partner countries. Work will be performed at East Hartford, Connecticut; Midland, Georgia; and Midwest City, Oklahoma, and is expected to be completed by July 30, 2024. This contract involves foreign military sales to Chile, Indonesia, Taiwan, Poland, Greece, Iraq, Pakistan, Romania, Saudi Arabia, Egypt, Thailand and Morocco. No funds are being obligated at the time of award. This award is the result of a sole source acquisition. The Air Force Sustainment Center, Tinker Air Force Base, Oklahoma, is the contracting activity (FA8121-19-D-0005). Raytheon Corp., Marlborough, Massachusetts, is being awarded a $191,011,135 modification (P00084) to previously awarded contract FA8705-14-C-0001 for exercising the production option under contract line numbers 0004, 0005, 0007, 0008 and 0018 for global aircrew strategic network terminal. This modification brings the total cumulative value of the contract from $499,014,088 to $690,025,223. Work will be performed at Largo, Florida, and is expected to be completed by Sept. 19, 2021. Fiscal 2019 procurement funds in the amount of $154,685,867 are being obligated at time of award. The Air Force Material Command, Hanscom Air Force Base, Massachusetts, is the contracting activity. DynCorp International LLC., Fort Worth, Texas, is being awarded a $37,641,699 modification (P00004) to previously awarded firm-fixed-price contract FA7014-18-F-5045 for the executive airlift maintenance support contract. This contract provides for aircraft maintenance and back shop support of aircraft. Work will be performed at Joint Base Andrews, Naval Air Facility, Washington, and is expected to be completed by Aug. 31, 2020. Fiscal 2019 operations and maintenance funds in the amount of $37,641,699 will be obligated at the time of award. The 11th Contracting Squadron Services Flight, Joint Base Andrews, Maryland, is the contracting activity. The University of Toledo, Toledo, Ohio, has been awarded a $7,441,142 cost reimbursement contract for space solar array architecture, power generation, and energy storage and distribution research. This contract provides for the development of advanced materials, interfaces, and electrical contacts for high efficiency and high specific power tandem thin film photovoltaic technologies to meet the needs of the Air Force for on-demand power in space. Work will be performed at Bancroft, Ohio, and is expected to be completed by July 2024. This award is the result of a competitive acquisition and four offers were received. Fiscal 2018 and 2019 research, development, test and evaluation funds in the amount of $6,617,000 are being obligated at time of award. The Air Force Research Laboratory, Kirtland Air Force Base, Albuquerque, New Mexico, is the contracting activity (FA9453-19-C-1002). DEFENSE LOGISTICS AGENCY Brit Systems LLC, Dallas, Texas, has been awarded a maximum $400,000,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for digital imaging network picture archiving communications system products and maintenance. This was a competitive acquisition with nine offers received. This is the sixth contract competitively awarded under the open solicitation, SPE2D1-15-R-0004. This is a five-year base contract with one five-year option period. Locations of performance are Texas, and other areas located within and outside the continental U.S., with a July 18, 2024, performance completion date. Using customers are Army, Navy, Air Force, Marine Corps and federal civilian agencies. Type of appropriation is fiscal 2019 through 2024 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2D1-19-D-0020). Hartford Provisions Co., doing business as HPC Foodservice, South Windsor, Connecticut, has been awarded a maximum $7,576,803 fixed-price with economic-price-adjustment, indefinite-quantity contract for full-line food distribution for customers located in the southern New England area (Connecticut, Massachusetts and Rhode Island). This was a sole-source acquisition in accordance with 10 U.S. Code 2304 (c)(1), as stated in Federal Acquisition Regulation 6.302-1. This is a 219-day contract with no option periods. Location of performance is Connecticut, with a Feb. 22, 2020, performance completion date. Using military services are Army, Navy, Air Force, Air National Guard and federal civilian agencies. Type of appropriation is fiscal 2019 defense working capital funds. The contracting agency is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE300-19-D-3235). Awarded July 18, 2019 NAVY Allied Systems Co.,* Sherwood, Oregon, is awarded a $70,655,603 firm-fixed-price, indefinite-delivery/indefinite-quantity contract to provide for the design, development, test and manufacture of production of the new Carrier Crash and Salvage Crane (CCSC) and Amphibious Crash and Salvage Crane (ACSC). The CCSC and ACSC will be used for lifting and moving disabled aircraft on carrier vessel, nuclear and landing helicopter assault, and landing helicopter dock class ship flight decks. The CCSC and ACSC will replace the legacy A/S32A-35A and -52 Carrier Vessel Crash Cranes; and the A/S32A-36A and -53 Amphibious Assault Crash Cranes. This effort also includes engineering and logistics support. Work will be performed in Sherwood, Oregon, and is expected to be completed in July 2024. No funds will be obligated at the time of award. Funds will be obligated on individual orders as they are issued. This contract was competitively procured via an electronic request for proposal, with three offers received. The Naval Air Warfare Center, Aircraft Division, Lakehurst, New Jersey, is the contracting activity (N68335-19-D-0135). Progeny Systems Corp., Manassas, Virginia, is awarded a $51,071,180 firm-fixed-price, cost-plus-fixed-fee contract for the procurement of Navy systems engineering services, hardware and software. This contract includes options, which if exercised, would bring the cumulative value of this contract to $93,171,904. Work will be performed in Manassas, Virginia (70%); Virginia Beach, Virginia (10%); Charleroi, Pennsylvania (10%); and Middletown, Rhode Island (10%); and is expected to be complete by June 2020, and if all options are exercised, work would continue to completion by July 2027. Royal Australian Navy funding in the amount of $1,235,312; and fiscal 2019 research, development, test, and evaluation (Navy) funding in the amount of $709,443 will be obligated at time of award and does not expire at the end of the fiscal year. This contract was not competitively procured in accordance with 10 U.S. Code 2304(c)(5). The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity (N00024-19-C-6118). Raytheon Co., Marlborough, Massachusetts, is awarded a $27,344,029 cost-plus, incentive-fee modification to previously awarded contract N00024-14-C-5315 to settle a request for equitable adjustment for contractor provision of Air and Missile Defense Radar (AMDR) program Pacific Missile Range Facility site generators and associated support hardware resulting from a government change order. The AMDR contract includes engineering and manufacturing development (EMD), as well as options for up to nine low-rate initial production shipsets. This modification increases the value of the AMDR EMD phase to account for new scope resulting from a government change order directing the contractor to provide Pacific Missile Range Facility site generators and support. Work was performed in Marlborough, Massachusetts (60%); and Kekaha, Hawaii (40%), and was completed in June 2018. Obligation of funds is not required. The Naval Sea Systems Command, Washington Navy Yard, Washington, District of Columbia, is the contracting activity. General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $26,053,985 cost-plus-fixed-fee, cost-only contract for the procurement of Navy systems engineering services. This contract includes options which, if exercised, would bring the cumulative value of this contract to $211,479,513. This contract involves foreign military sales to Australia. Work will be performed in Fairfax, Virginia (89%); Cape Canaveral, Florida (6%); and Pawcatuck, Connecticut (5%), and is expected to be completed by July 2021. If all options are exercised, work will continue through July 2027. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $210,242; and Royal Australian Navy funding in the amount of $600,000 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Federal Business Opportunities website, with three offers received. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity (N00024-19-C-6407). General Dynamics Mission Systems, Fairfax, Virginia, is awarded a $22,778,107 cost-plus-fixed-fee, cost-only modification to previously awarded contract N00024-19-C-6407 to exercise options for Navy systems engineering services. Work will be performed in Fairfax, Virginia, and is expected to be completed July 2022. If all options are exercised, work will continue through July 2027. Fiscal 2019 research, development, test and evaluation (Navy) funding in the amount of $1,220,000 will be obligated at time of award and will not expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, District of Columbia, is the contracting activity. PC Mechanical Inc., Santa Maria, California, is awarded a $19,000,000 firm-fixed-price modification under a previously awarded indefinite-delivery/indefinite-quantity contract (N39430-15-D-1604) to exercise Option Four for inspection, overhaul, repair, refurbishment, preventive maintenance and logistics management information services to reconstitute the force of civil engineer support equipment (CESE) and civil engineer end items (CEEI) under the CESE/CEEI Life Extension Program (CLEP) at Naval Base, Ventura County. Work to be performed provides for management of CLEP to obtain inspection; overhaul; repair; refurbishment; preventive maintenance; and logistics management information services for automotive vehicles, construction equipment (motorized and non-motorized), special military construction and commercial support equipment, material and weight handling equipment, water well drilling equipment, mineral products and plant facility equipment, international standard organization shipping container assets, power production and environmental control unit equipment, fire and emergency response vehicles, and small boats and watercraft to support the Navy and other Department of Defense components worldwide. The total contract amount after exercise of this option will be $95,000,000. No task orders are being issued at this time. We work will be performed in Port Hueneme, California (60%); and Gulfport, Mississippi (40%), and is expected to be completed July 2020. No funds will be obligated at time of award. Funds will be obligated on individual task orders as they are issued. Task orders will be primarily funded by fiscal 2019 operations and maintenance (Navy). The Naval Facilities Engineering and Expeditionary Warfare Center, Port Hueneme, California, is the contracting activity. ARMY PAE Government Systems Inc., Arlington, Virginia, was awarded a $22,578,864 modification (P00012) to Foreign Military Sales (Afghanistan) contract W56HZV-17-C-0117 for contractor logistic support efforts to the Afghan National Defense and Security Forces. Work will be performed in Kabul, Afghanistan, with an estimated completion date of Aug. 30, 2022. Fiscal 2019 Afghanistan Security Forces funds in the amount of $22,578,864 were obligated at the time of the award. U.S. Army Contracting Command, Warren, Michigan, is the contracting activity. TDX Quality LLC,* Anchorage, Alaska, was awarded a $19,315,709 firm-fixed-price contract for the construction of Alaska U.S. Property and Fiscal Office Building at Joint Base Elmendorf-Richardson, Alaska. Bids were solicited via the internet with five received. Work will be performed in Joint Base Elmendorf-Richardson, Alaska, with an estimated completion date of March 12, 2021. Fiscal 2019 military construction funds in the amount of $19,315,709 were obligated at the time of the award. U.S. Property and Fiscal Office, Alaska, is the contracting activity (W91ZRU-19-C-0003). Inland Dredging Co. LLC, Dyersburg, Tennessee, was awarded a $16,744,000 firm-fixed-price contract for furnishing one fully-crewed and equipped hydraulic pipeline cutterhead dredge on a rental basis for the removal and satisfactory disposal of shoal material. Bids were solicited via the internet with three received. Work locations and funding will be determined with each order, with an estimated completion date of April 15, 2021. U.S. Army Corps of Engineers, New Orleans, Louisiana, is the contracting activity (W912P8-19-D-0012). DEFENSE INFORMATION SYSTEMS AGENCY Iridium Satellite LLC., Tempe, Arizona, was awarded a non-competitive, firm-fixed-price contract modification (P00013) for the extension of services on the current Airtime contract (HC104714C4000). The face value of this action is $8,836,000 funded by fiscal 2019 defense working capital funds. The total cumulative face value of the contract is $478,194,000. Performance will be at the contractor's facility. The original solicitation was issued on the basis of other than full and open competition pursuant to 10 U.S. Code 2304(c)(1), only one responsible source and no other type of supplies or services would satisfy agency requirements. The period of performance is July 22, 2019, through Aug. 21, 2019. The Defense Information Technology Organization, Scott Air Force Base, Illinois, is the contracting activity. *Small Business

  • Safran and MTU agree on way ahead for next-gen fighter aircraft engine

    December 6, 2019 | International, Aerospace

    Safran and MTU agree on way ahead for next-gen fighter aircraft engine

    By: Christina Mackenzie PARIS — A 50-50 joint venture between France's Safran and Germany's MTU will be incorporated by the end of 2021 to manage the development and production of an engine that will power the Next Generation Fighter, a key segment of Europe's Future Combat Air System program, the companies announced this week. Safran Aircraft Engines will be the prime contractor, taking the lead in engine design and integration, while MTU Aero Engines, as the main partner for the first phase of research and technology, will take the lead in engine services. The industrial agreement is based on the principles that were set out in a letter of intent signed between the two companies last February. "This agreement is a major step forward, which reflects Safran Aircraft Engines and MTU Aero Engines' willingness to ensure a strong and effective management of the program relying on a balanced partnership and clear accountabilities,” Olivier Andriès, CEO of Safran Aircraft Engines, and Michael Schreyögg, chief program officer of MTU Aero Engines, were quoted as saying in a joint statement. The agreement lifts the last impediments that were standing in the way of contracts being signed by the French, German and Spanish governments; now companies can get the Future Combat Air System program underway. Joël Barre, the director of France's procurement agency, the DGA, said on Oct. 2 that appointing Safran as prime contractor on the engine program with MTU Aero Engines as principal industrial partner was one of the two elements that remained before launching work on a technology demonstrator for the New Generation Fighter. The other element is organizing the entry of Spain into the program. Although Spain signed up for the program during the Paris Air Show last June, the industrial aspect of its participation has not been settled. https://www.defensenews.com/global/europe/2019/12/05/safran-and-mtu-agree-on-way-ahead-for-next-gen-fighter-aircraft-engine

  • Antitrust regulators sue to block Lockheed's Aerojet acquisition

    January 26, 2022 | International, Aerospace

    Antitrust regulators sue to block Lockheed's Aerojet acquisition

    The U.S. Federal Trade Commission says Lockheed Martin's planned $4.4 billion acquisition of Aerojet Rocketdyne will raise antitrust concerns, the companies said Tuesday.

All news