Back to news

December 8, 2020 | International, Land

DoD SBIR/STTR Component BAA Open: Army SBIR BAA 21.4, Topic A214-001

The DoD Small Business and Technology Partnerships Office announces the opening of the following Broad Agency Announcement (BAA):
Army SBIR 21.4
• A214-001: Identifying and Enabling Emerging Technology Leaders
IMPORTANT DATES:
• December 8, 2020: BAA opens, begin submitting proposals in DSIP
• December 23, 2020: Topic Q&A (formerly SITIS) closes to new questions at 12:00 p.m. ET
• January 12, 2021: BAA closes, full proposals must be submitted in DSIP no later than 12:00 p.m. ET
The instructions and topics for these BAAs are available on DSIP at https://www.dodsbirsttr.mil/submissions/login and at https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/.
Please be sure to submit your proposals as early as possible in order to avoid unexpected delays due to high volume of traffic during the final hours before BAA close. Report system difficulties to the DSIP Help Desk IMMEDIATELY and include screenshots of any error messages received

[NEW!] DSIP Registration and Login
Effective August 13, 2020: The DoD SBIR/STTR Innovation Portal (DSIP) is now integrated with Login.gov – a government-wide registration platform that provides a seamless login experience.
ALL Small Business Concerns (SBCs) are required to register for a Login.gov account and link it to your DSIP account. If you already have a Login.gov account, simply link your existing account to DSIP. To set up your Login.gov account, click the “Login/Register” button on the DSIP homepage, here: https://www.dodsbirsttr.mil/submissions/login.
NOTE: The email address you use for Login.gov should match the email address associated with your existing DSIP account. If you do not recall the email address associated with your DSIP account, or if you already have an existing Login.gov account using a different email address, you will need your Firm's DUNS number and your Firm PIN in order to link your Login.gov account with your DSIP account. If the email address associated with your existing DSIP account has been used for multiple DSIP accounts within your Firm, you will also need your Firm's DUNS number and your Firm PIN in order to link your Login.gov account with your DSIP account. The Firm PIN can be obtained from your Firm Admin. You can view the Firm Admin's contact information by entering your Firm's DUNS number when prompted. If you are the Firm Admin, please ensure that you contact all DSIP users in your Firm and provide them with the Firm PIN.
Job Aids and Help Videos are in the Learning & Support section of DSIP, here: https://www.dodsbirsttr.mil/submissions/learning-support/training-materials. ALL SBCs MUST complete your Login.gov setup as soon as possible to avoid delays in submitting proposals in DSIP.
After setting up your Login.gov account, take a few minutes to log in and become familiar with DSIP.
• Returning users can log in from the DSIP homepage.
• For new program participants, follow the steps for New User Registration to create your account in DSIP.

Topic Q&A (formerly SITIS)
Proposers may submit technical questions through Topic Q&A page at https://www.dodsbirsttr.mil/submissions/login. All questions and answers are posted electronically for general viewing. Topic Q&A will close to new questions on December 23, 2020 at 12:00 p.m. ET, but will remain active to view questions and answers related to the topics until the BAA close.
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.

Learning & Support
Visit the Learning & Support section for Job Aids and Help Videos to guide you through submitting and viewing questions and answers in the Topic Q&A, preparing and submitting your proposal in DSIP, and more: https://www.dodsbirsttr.mil/submissions/learning-support/training-materials

DSIP Help Desk Contact Info
• Phone Number: 703-214-1333
• Email: DoDSBIRSupport@reisystems.com
• Non-Holiday Hours: Monday – Friday, 9:00 a.m. – 5:00 p.m. ET
• Please refer to the DSIP homepage for Help Desk availability on holidays.
Thank you for your interest in the DoD SBIR/STTR Program.
DoD SBIR/STTR Support Team

To sign up and receive upcoming emails, please follow this link: https://secure.campaigner.com/CSB/Public/Form.aspx?fid=667492&ac=g9gk

https://rt.cto.mil/rtl-small-business-resources/sbir-sttr/

On the same subject

  • Navy holds first-of-its-kind command, control, communication exercise

    July 7, 2023 | International, Naval

    Navy holds first-of-its-kind command, control, communication exercise

    The exercise provided the warfare centers with a “wealth of actionable data” ahead of the Pacific Fleet's biannual Talisman Sabre exercise with Australia.

  • Contract Awards by US Department of Defense - August 13, 2020

    August 14, 2020 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - August 13, 2020

    NAVY BAE Systems San Diego Ship Repair, San Diego, California, is awarded a $103,590,841 firm-fixed-price contract to prepare for and accomplish repair and alteration requirements for USS Preble (DDG 88) Chief of Naval Operations scheduled depot maintenance period. This contract includes options, which, if exercised, would bring the cumulative value of this contract to $117,754,630. The purpose is to maintain, modernize, and repair the USS Preble. The USS Preble will receive comprehensive modernization for DDG-51 class ships to ensure a mission relevant service life. This is a “long-term” availability and was solicited on a coast-wide (West Coast) basis without limiting the place of performance to the vessel's homeport. BAE Systems will provide the facilities and human resources capable of completing, coordinating, and integrating multiple areas of ship maintenance, repair, and modernization for USS Preble. Work will be performed in San Diego, California, and is expected to be complete by February 2022. Fiscal 2020 other procurement (Navy) (89.8%); and operations and maintenance (Navy) (10.2%) funding in the amount of $103,590,841 will be obligated at time of award, of which $10,553,208 will expire at the end of the current fiscal year. This contract was competitively procured using full and open competition via the Federal Business Opportunities website with two competitive proposals received in response to Solicitation No. N00024-20-R-4400. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-4400). Ribcraft USA LLC,* Marblehead, Massachusetts, is awarded a $38,608,278 firm-fixed price, indefinite-delivery/indefinite-quantity, single award contract for construction of 132 seven-meter (7M) Rigid Hull Inflatable Boats (RHIBs). The total contract is for the construction and delivery of up to 278 7M RHIBs. The base contract also included options for associated support efforts related to the construction and delivery for engineering and industrial services, and provisioned items orders. At the time of contract award, 48 7M RHIBs are being purchased. Work under the first order will be performed in Marblehead, Massachusetts, and is expected to be complete by March 2023. This contract includes options which, if exercised, would bring the cumulative value of this contract to $78,241,197. Fiscal 2020 shipbuilding and conversion (Navy) (69%); and other procurement (Navy) (31%) funding in the amount of $12,649,937 will be obligated at time of award and will not expire at the end of the current fiscal year. This contract was procured as a small business set-aside. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-D-2210). RQ Construction LLC, Carlsbad, California, is awarded a $33,602,000 firm-fixed-price contract for 5th Battalion, 10th Marines High Mobility Artillery Rocket System (HIMARS) located at the Marine Corps Base in Camp Lejeune. Work will be performed in Camp Lejeune, North Carolina and is expected to be completed by March 2023. The construction project will result in an operations complex for the activation of 5th Battalion, 10th Marines HIMARS. The work to be performed provides for construction of a battalion/company headquarters, automotive vehicle maintenance shop, humidity-controlled warehouse, electronics communications maintenance shop, combat vehicle maintenance shop, armory addition, and a high-explosive magazine to comply with UFC 4-420-01 ammunitions and explosives storage magazines. All structures will be low-rise steel frame with reinforced concrete masonry unit with reinforced masonry walls, brick veneer, reinforced concrete floors, and standing seam metal roof. The battalion/company headquarters facility includes the necessary administrative space to conduct the day-to-day operations of both the battalion and its companies. The automotive vehicle maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The humidity-controlled warehouse will be a high bay facility that will house a 10-ton capacity overhead crane. The facility includes administrative and support space, storage bays, secured storage, and shipping/receiving area. The electronics communication maintenance shop includes administrative and support space, equipment maintenance and training areas, and storage areas for parts and supplies. The combat vehicle maintenance shop includes administrative and support space, work bays for inspection, maintenance and repair of transportation equipment, classrooms, and storage areas for parts and supplies. The armory addition includes administrative and support space for armorers/custodians, secure space for storing and maintaining weapons and a covered outdoor weapons cleaning area. The magazine will be used for the storage and handling of reduced range practice rounds to support live-fire HIMARS training. Fiscal 2020 military construction, (Navy) contract funds in the amount of $33,602,000 are obligated on this award and will not expire at the end of the current fiscal year. This contract was competitively procured via the Government Point of Entry Contract Opportunities on beta.SAM.com with 10 proposals received. The Naval Facilities Engineering Command, Mid-Atlantic, Norfolk, Virginia, is the contracting activity (N40085-20-C-0145). Pacific Maritime Industries Corp.,* San Diego, California (N00189-20-D-0021); Tri-Way Industries Inc.,* Auburn, Washington (N00189-20-D-0022); and Spec-Built Systems Inc.,* San Diego, California (N00189-20-D-0023), are awarded an estimated $25,938,325 multiple award, firm-fixed-price, indefinite-delivery/indefinite-quantity contract that will include terms and conditions for the placement of firm-fixed-price task orders to provide a means to purchase of light weight modular berths and related materials in support of the Shipboard Habitability Improvement Program at competitive prices in accordance with the delivery schedules listed on the statement of work. The contracts will run concurrently and will include a 60-month base ordering period with an additional six-month ordering period option pursuant of Federal Acquisition Regulation 52.217-8, which if exercised, will bring the total value of this contract to $28,996,501. The base ordering period is expected to be completed by August 2025; if the option is exercised, the ordering period will be completed by February 2026. Specific requirements for habitability support cannot be predicted at this time; therefore, the various locations of where the supplies will be delivered cannot be determined at this time. Fiscal 2020 operations and maintenance (Navy) funds in the amount of $7,500 ($2,500 on each of the three contracts) will be obligated to fund the contracts' minimum amounts, and funds will expire at the end of the current fiscal year. Individual task orders will be subsequently funded with appropriate fiscal year appropriations at the time of their issuance. This contract was competitively procured with the solicitation posted on beta.sam.gov as a small business set-aside, with four offers received. Naval Supply Systems Command Fleet Logistics Center Norfolk, Contracting Department Norfolk Office, Norfolk, Virginia, is the contracting activity. PTC Inc., Boston, Massachusetts, is awarded a $17,131,314 firm-fixed-price contract modification to previously awarded contract N00024-20-C-6121 to exercise and fund an option for integration and development efforts in support of Model Based Production Support. This option exercises and funds an option for Model Based Production Support integration and development support. Work will be performed in Boston, Massachusetts, and is expected to be complete by June 2025. Fiscal 2020 operations and maintenance (Navy) funding in the amount of $370,949 will be obligated at the time of award and will expire at the end of the current fiscal year. The Naval Sea Systems Command, Washington, D.C. is the contracting activity. Boston Ship Repair LLC, Boston, Massachusetts, is awarded a $16,567,594 firm-fixed-price contract (N3220520C4002) for a 64-calendar day shipyard availability for the mid-term availability of the fleet replenishment oiler USNS Walter S. Diehl (T-AO 193). The $16,567,594 consists of the amounts listed in the following areas: Category “A” work item cost, additional government requirement, other direct costs and the general and administrative costs. Work will include main and emergency switchboard cleaning; lifeboat and rescue boat davit maintenance and testing; 6,000-hour overhaul of port and starboard main engine exhaust valves, port and starboard main engine fuel injection pumps; annual firefighting inspection and certification; inspection and overhaul of shaft brakes; preparation and paint saltwater ballast tanks 10 port and starboard; preparation and paint fore peak tank; preparation and paint distillate fuel marine cargo tank seven port; preparation and paint jet propellant 5 contaminated tank; preparation and paint distillate fuel marine contaminated tank; tank deck non-slip renewal frames 20 through 40; miscellaneous steel repairs; miscellaneous valve and actuator repairs; tank deck overhead preservation; bi-annual gauge calibration; blast and paint 02 Level lifeboats; pump room bilge preservation; number one and two constant tension winch overhaul; refrigeration plant room; tank deck sprinkler system flush; inspection and painting of the distillate fuel marine piping; sea valve and waster piece overhaul; replace anti-slip on 05, 06 and 07 Levels, various pump overhauls; underway replenishment station permanent repairs to Stations Three, Four and Eight; various steel deck renewals; miscellaneous pipe repair; and underway replenishment gear maintenance. The contract includes options, which, if exercised, would bring the total contract value to $17,860,194. Funds will be obligated Aug. 12, 2020. Contract completion will be Dec. 4, 2020. Work will be performed in Boston, Massachusetts, and is expected to begin Oct. 1, 2020. Contract funds in the amount of $16,567,594, excluding options, are obligated for fiscal 2021 using working capital funds (Navy). This contract was competitively procured, with proposals solicited via the beta.sam.gov website and three offers were received. The U. S. Navy's Military Sealift Command, Norfolk, Virginia, is the contracting activity (N3220520C4002). GM/Bulltrack JV LLC,* Clackamas, Oregon, is awarded firm-fixed-price task order N6247820F4221 at $9,165,646 under a multiple award construction contract for Wharf 2 structural repairs at Joint Base Pearl Harbor-Hickam. The work to be performed includes performing spall and crack repairs to concrete pile caps, beams, curtain wall, utility vault, deck (above and below), deck curbs, and mooring foundations; replacing timber deck curbing with concrete; repairing concrete piles by installing epoxy-filled fiberglass jackets; installing a cathodic protection system for the steel sheet piles; replacing timber fender piles with precast concrete fender piles with rub strips; replacing timber wales and chocks at the deck level and timber framing near the waterline with plastic lumber; refurbishing steel cleats and connection hardware; replacing potable water piping and deteriorated utility hangers. Work will be performed in Oahu, Hawaii and is expected to be completed by September 2021. Fiscal 2020 operations and maintenance (Navy) contract funds in the amount of $9,165,646 are obligated on this award and will not expire at the end of the current fiscal year. Four proposals were received for this task order. The Naval Facilities Engineering Command, Hawaii, Joint Base Pearl Harbor-Hickam, Hawaii, is the contracting activity (N62478-18-D-4027). Katmai Integrated Solutions LLC, Anchorage, Alaska, is awarded an $8,004,940 hybrid firm-fixed-price, time and materials, and cost reimbursement contract for a wide range of experimentation, business, and operational support services in support of the U.S. Marine Corps Combat Development Command Warfighting Laboratory. This contract includes a 12-month base period, four 12-month option periods, and one six-month option period which, if exercised, could bring the cumulative value of this contract to $59,492,149. Work will be performed in Quantico, Virginia (92%); and with the Marine Corps Expeditionary Forces (8%). Work is expected to be completed Aug. 14, 2021. If all options are exercised, work will continue through Feb. 14, 2026. Fiscal 2020 operations and maintenance (Marine Corps); and research and development (Navy) funds will be utilized to award this contract. The contract will be incrementally funded at award with $670,000 in fiscal 2020 operations and maintenance (Marine Corps) funds; and $2,291,661 in fiscal 2020 research and development (Navy) funds, for a total of $2,925,825. This amount will be obligated at the time of award and will expire at the end of the current fiscal year. This contract was competitively solicited via beta.SAM.gov, with 10 proposals received. The Marine Corps Installations National Capital Region-Regional Contracting Office, Quantico, Virginia, is the contracting activity (M00264-20-C-0006). ARMY Power and Instrumentation Service Inc.,* Vega Baja, Puerto Rico, was awarded a $45,000,000 firm-fixed-price contract for numerous rapid-response temporary roofing projects in the U.S. Virgin Islands in the event of an emergency. Bids were solicited via the internet with five received. Work locations and funding will be determined with each order, with an estimated completion date of March 31, 2027. U.S. Army Corps of Engineers, Omaha, Nebraska, is the contracting activity (W9128F-20-D-0044). KBRwyle Technology Solutions LLC, Columbia, Maryland, was awarded a $23,727,971 modification (000274) to contract W52P1J-12-G-0061 for maintenance, supply, transportation and other logistics functions for the Army Prepositioned Stock-3 Charleston Afloat Program. Work will be performed in Goose Lake, South Carolina, with an estimated completion date of Feb. 14, 2021. Fiscal 2020 operation and maintenance, Army funds in the amount of $4,462,109 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Native American Services Corp.,* Kellogg, Idaho, was awarded an $8,315,231 firm-fixed-price contract for construction of a standard design general purpose storage building. Bids were solicited via the internet with five received. Work will be performed at Fort Hood, Texas, with an estimated completion date of Aug. 21, 2020. Fiscal 2020 military construction, Army funds in the amount of $8,315,231 were obligated at the time of the award. U.S. Army Contracting Command, Fort Worth, Texas, is the contracting activity (W9126G-20-C-0005). Barnett Southern Corporation Inc.,* Washington, Georgia, was awarded a $7,775,643 firm-fixed-price contract for furnishing all plant, equipment, labor, transportation, fuel, lubricant, supplies and materials; and performing all operations in connection with raising dikes and berms, and installation of new spillway systems in the Atlantic Intercoastal Water Way in South Carolina. Bids were solicited via the internet with four received. Work will be performed in Charleston, South Carolina, with an estimated completion date of Oct. 29, 2022. Fiscal 2020 civil operation and maintenance funds in the amount of $7,775,643 were obligated at the time of the award. U.S. Army Corps of Engineers, Charleston, South Carolina, is the contracting activity (W912HP-20-C-0005). R&D Maintenance Services Inc.,* Tulsa, Oklahoma, was awarded a $7,146,969 hybrid (cost-plus-fixed-fee, firm-fixed-price) contract for operation and maintenance of government-owned facilities and equipment at Tennessee-Tombigbee Waterway and Okatibbee Lake projects in Alabama and Mississippi. Bids were solicited via the internet with three received. Work will be performed in Columbus, Mississippi, with an estimated completion date of Nov. 30, 2025. Fiscal 2020 civil operation and maintenance funds in the amount of $364,430 were obligated at the time of the award. U.S. Army Corps of Engineers, Mobile, Alabama, is the contracting activity (W91278-20-C-0018). AIR FORCE First RF Corp.,* Boulder, Colorado, has been awarded a maximum $24,900,000 indefinite-delivery/indefinite-quantity contract with cost-plus-fixed-fee completion orders for radio frequency electronic antenna cancellation/beamforming technology software/hardware prototypes. This contract provides for research, development, testing, evaluating and deploying advanced radio frequency (RF) systems. These systems may support any of the various RF functions such as radar, communications, electronic warfare, signals intelligence, direction finding, etc. Work will be performed in Boulder, Colorado, and is expected to be completed Aug. 13, 2026. This award is the result of a sole-source acquisition. Fiscal 2019 research, development, test and evaluation funds in the amount of $300,000 are being obligated at the time of award on the first task order. Air Force Research Laboratory, Rome, New York, is the contracting activity (FA8750-20-D-0500). *Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2312498/source/GovDelivery/

  • A key milestone of the Air Force One replacement program was conducted using virtual tools. It won’t be the last.

    April 17, 2020 | International, Aerospace

    A key milestone of the Air Force One replacement program was conducted using virtual tools. It won’t be the last.

    By: Valerie Insinna WASHINGTON — The Air Force One replacement program has hit a major development milestone, and it did so without the in-person meetings that have become more risky in the age of the novel coronavirus, the U.S. Air Force's top acquisition official said on Thursday. The Air Force recently completed the critical design review for the Presidential Aircraft Replacement program, which will replace the legacy VC-25A Air Force One planes with a new variant of the Boeing 747-8 known as the VC-25B. Although the classified portions of the review still must be done via face-to-face meetings in secure spaces, much of it was accomplished using virtual tools and applications, said Will Roper, assistant secretary of the Air Force for acquisition, technology and logistics. “I was really excited that the team was able to shift their CDR [critical design review] and go virtual,” he told reporters in an April 16 teleconference, adding that more programs will shift toward using virtual meetings to conduct key reviews and milestones even after the COVID-19 pandemic subsides. “I don't know if it makes any sense to do CDRs, at least at an unclassified level, outside of tools like this. And we're working really hard to provide the same capabilities at the secret level,” he said. While Roper did not detail which communication tools were used by the program office to conduct the CDR, he described it as being very similar to widely used applications like Zoom, where the briefer can share PowerPoint slides and participants can share thoughts and questions via a written chat function. “It allows a greater level of productivity than a meeting itself,” he said. “In meetings, you have someone speaking and you want to get a question in, but you've got to wait for them to stop, and then everyone else wants to ask a question. It's hugely inefficient. It's just such an antiquated way of sharing information that is ingrained in us.” The Air Force One replacement drew considerable attention in 2016 after then-President-elect Donald Trump tweeted that the program was too expensive at more than $4 billion and should be canceled. After Trump held numerous meetings with Dennis Muilenburg, who led Boeing at the time, the Air Force awarded Boeing a $3.9 billion contract to modify two 747s into VC-25B jets. However, once all costs are included — such as buying a new hangar for the aircraft and the base cost of the 747s themselves — the Air Force will pay $5.3 billion, according to Defense One. That expense includes an $84 million contract awarded to Boeing on Wednesday to modify Boeing 747 technical specifications and manuals to the VC-25B configuration. Roper doesn't project any schedule delays to the program as a result of COVID-19, which has pummeled prime contractor Boeing's commercial business and caused a temporary pause to certain defense production lines. In February, Boeing began modifying the two 747s slated to become VC-25Bs at its facility in San Antonio, Texas. During the first part of the process, Boeing will cut out large pieces of the aircraft's skin and structure and replace that with two specially designed “superpanels,” according to an Air Force release. The VC-25Bs will also receive upgrades including enhanced electrical power, specialized communication systems, a medical facility, a customized executive interior and autonomous ground operations capabilities. The new Air Force Ones are expected to be operational in 2024. https://www.defensenews.com/air/2020/04/16/a-key-milestone-of-the-air-force-one-replacement-program-was-conducted-using-virtual-tools-it-wont-be-the-last/

All news