Back to news

April 1, 2021 | International, Land

DoD SBIR/STTR Component BAA Pre-Release: Army SBIR BAA 21.4

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

Army SBIR 21.4

IMPORTANT DATES:

  • April 1, 2021: Topic Q&A opens to questions
  • April 14, 2021: BAA opens, begin submitting proposals in DSIP
  • May 4, 2021: Topic Q&A closes to new questions at 12:00 p.m. ET
  • May 18, 2021: BAA closes, full proposals must be submitted in DSIP no later than 12:00 p.m. ET

Full topics and instructions are available at the link provided above.

Topic Q&A

During pre-release, proposers can contact TPOCs directly at at usarmy.pentagon.hqda-asa-alt.mbx.army-applied-sbir-program@mail.mil. Once DoD begins accepting proposals on April 14, 2021, no further direct contact between proposers and topic authors is allowed. Topic Q&A will be available for proposers to submit technical questions at https://www.dodsbirsttr.mil/submissions/login beginning April 1, 2021. All questions and answers are posted electronically for general viewing. Topic Q&A will close to new questions on May 4, 2021 at 12:00 p.m. ET but will remain active to view questions and answers related to the topics until the BAA close.

On the same subject

  • USAF Opens Bidding Phase Of B-52 Re-Engine Competition

    May 20, 2020 | International, Aerospace

    USAF Opens Bidding Phase Of B-52 Re-Engine Competition

    Steve Trimble May 20, 2020 The U.S. Air Force has kicked off a three-way competition to re-engine the entire 76-aircraft B-52 fleet from 2021 to 2035. The request for proposals (RFP) released on May 19 invites bids from GE Aviation, Pratt & Whitney and Rolls-Royce to supply 608 engines to replace each of the eight, 60-year-old, 16,000 lb.-thrust P&W TF33 turbofans on the heavy bomber. GE can choose between the CF34 or Passport engine or offer both. P&W has proposed the PW800. Rolls-Royce will offer a military version of the BR.725. The Air Force RFP lays out a two-step selection process. In step one, companies must submit “virtual” prototypes of their engine, meaning a digital design with integrated models for manufacturing, performance and sustainment. Step 2 calls for the traditional engine source selection process, which will be informed by the data from the virtual prototypes and an integration risk analysis completed in the first step. The Air Force has said the TF33 engines that now power the B-52 cannot be sustained practically beyond 2030. The Cold War jet, meanwhile, is expected to continue operating beyond 2050, outliving the B-2 and B-1B fleets scheduled for retirement in the 2030s. Armed with a new class of hypersonic and long-range missiles, including the nuclear Long-Range Stand-Off Weapon, the B-52 will perform the standoff mission, while the B-21 penetrates into contested airspace. https://aviationweek.com/defense-space/aircraft-propulsion/usaf-opens-bidding-phase-b-52-re-engine-competition

  • AI data mining can bridge gap between defense tech developers, users

    June 23, 2023 | International, Other Defence

    AI data mining can bridge gap between defense tech developers, users

    Leading technology firms conduct extensive early user testing and utilize AI/ML tools in real-world environments to improve designs.

  • Contract Awards by US Department of Defense – October 02, 2020

    October 5, 2020 | International, Aerospace, Naval, Land, C4ISR, Security, Other Defence

    Contract Awards by US Department of Defense – October 02, 2020

    NAVY Northrop Grumman Systems Corp., Mission Systems Sector, Linthicum Heights, Maryland, was awarded a $100,798,804 fixed-price-incentive-fee and firm-fixed-price contract for follow-on production of Surface Electronic Warfare Improvement Program Block 3 electronic attack systems and hardware design modifications required for aircraft carrier and amphibious assault ship installation. This contract includes options, which if exercised, would bring the cumulative value of this contract to $1,164,529,315. Work will be performed in Baltimore, Maryland (55%); Tampa, Florida (6%); Andover, Massachusetts (5%); Chelmsford, Massachusetts (4%); Rochester, New York (3%); San Diego, California (3%); Los Angeles, California (2%); Winona, Minnesota (2%); Stafford Springs, Connecticut (2%); Glendale, Arizona (1%); Nashua, New Hampshire (1%); Elk Grove Village, Illinois (1%); White Marsh, Maryland (1%); Tucson, Arizona (1%); Chandler, Arizona (1%); Washington, North Carolina (1%); Woodridge, Illinois (1%); Richardson, Texas (1%); Minneapolis, Minnesota (1%); El Cajon, California (1%); Hiawatha, Iowa (1%); Littleton, Colorado (1%); Glendale, California (1%); and miscellaneous locations - each less than 1% (4%), and is expected to be completed by May 2023. If all options are exercised, work will continue through September 2026. Fiscal 2019 other procurement (Navy) (67%); and fiscal 2020 other procurement (Navy) (33%) funding in the amount of $100,798,804 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 one offer received. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5519). (Awarded Sept. 30, 2020) EFW Inc., Fort Worth, Texas, is awarded a $35,801,006 five-year requirements type, firm-fixed-priced contract for repair of line-replaceable units in support of the V-22 aircraft. This is a five-year contract with no option periods. Work will be performed in Fort Worth, Texas (50%); and Talladega, Alabama (50%). Work is expected to be completed by October 2025. Annual working capital funds (Navy) will be used and funds will not expire at the end of the current fiscal year. No funds will be obligated at the time of award. One company was solicited for this sole-sourced requirement under authority 10 U.S. Code 2304 (c)(1), with one offer received. The Naval Supply Systems Command, Weapon Systems Support, Philadelphia, Pennsylvania, is the contracting activity (N00383-20-D-Y001). BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded a $17,290,912 firm-fixed-price contract for the production of two 57mm MK 110 Mod 0 gun mounts and associated hardware. Work will be performed in Karlskoga, Sweden (93%); and Louisville, Kentucky (7%), and is expected to be completed by May 2023. Fiscal 2018 weapons procurement (Navy); and fiscal 2020 weapons procurement (Navy) funding in the amount of $17,290,912 will be obligated at time of award and $249,448 will expire at the end of the current fiscal year. In accordance with 10 U.S. Code 2304 (c)(1), this contract was not competitively procured; only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-C-5300). (Awarded Sept. 30, 2020) Peraton Inc., Herndon, Virginia, is awarded a $13,891,979 cost-plus-fixed-fee, level of effort contract (N00030-21-C-0016) for program support services for the Navy's strategic weapons systems reentry subsystem. Work will be performed in Colorado Springs, Colorado (75%); Washington, D.C. (15%); Albuquerque, New Mexico (8%); Cape Canaveral, Florida (1%); and Omaha, Nebraska (1%). Work is expected to be completed by March 30, 2026. Contract will be awarded subject to the availability of funds. No funds will be obligated at the time of award. Once funding becomes available, contract will be funded as follows: fiscal 2021 research, development, test and evaluation funds in the amount of $7,214,639; and fiscal 2021 operations and maintenance (Navy) funds in the amount of $6,677,340, which will expire at the end of the current fiscal year. This contract is being awarded to the contractor on a sole-source basis under 10 U.S. Code 2304(c)(1) and was previously synopsized on the Beta.sam.gov (formally Federal Business Opportunities) website. Strategic Systems Programs, Washington, D.C., is the contracting activity. BAE Systems Land & Armaments L.P., Minneapolis, Minnesota, was awarded an $8,934,292 cost-plus-fixed-fee and firm-fixed-price order under previously awarded blanket ordering agreement N00024-19-G-5306 for engineering services, open, inspect and repair services and spare and component parts in support of the MK 110 MOD 0 gun mount. This order includes options which, if exercised, would bring the cumulative value of this contract to $23,400,781. Work will be performed in Louisville, Kentucky (50%); and Karlskoga, Sweden (50%), and is expected to be completed by December 2022. Fiscal 2020 weapons procurement (Navy) (92%); and fiscal 2018 weapons procurement (Navy) (8%) funding in the amount of $6,128,002 will be obligated at time of award, of which $495,948 will expire at the end of the current fiscal year. This order was not competitively procured in accordance with 10 U.S. Code 2304(c)(1); only one responsible source and no other supplies or services will satisfy agency requirements. The Naval Sea Systems Command, Washington, D.C., is the contracting activity (N00024-20-F-5301). (Awarded Sept. 30, 2020) ARMY AstraZeneca, Gaithersburg, Maryland, was awarded a $60,000,000 firm-fixed-price contract to manufacture AZD7442, a combination antibody product intended to prevent or treat clinical effects of SARS-CoV-2, for a minimum of 100,000 treatment courses. Work will be performed in Gaithersburg, Maryland, with an estimated completion date of June 30, 2021. Fiscal 2020 Army general funds in the amount of $30,000,000 were obligated at the time of the award. U.S. Army Contracting Command, Aberdeen Proving Ground, Maryland, is the contracting activity (W911QY-20-C-0119). (Awarded Sept. 30, 2020) CORRECTION: The contract announced on Sept. 28, 2020, for Tatum Excavating Co. Inc., Texarkana, Texas (W9126G-20-F-0768), for $10,000,000, was announced with an incorrect award date. The correct award date is Sept. 29, 2020. CORRECTION: The contract announced on Sept. 29, 2020, for University of South Dakota, Vermillion, South Dakota (W9128F-20-D-0059), for $12,800,000, was announced with an incorrect awardee. The correct awardee is South Dakota State University, Brookings, South Dakota. MISSILE DEFENSE AGENCY Lockheed Martin Rotary and Mission Systems, Moorestown, New Jersey, has been awarded a $35,582,832 sole-source, hybrid (cost-plus-fixed-fee, firm-fixed-price) contract (HQ0851-21-C-0001) under Foreign Military Sales (FMS) Case JA-P-NCO to the government of Japan. Under this contract, Lockheed Martin will perform Aegis FMS Baseline J7.B development and SPY-7(V) 1 radar production, integration and test planning support. The work will be performed in Moorestown, New Jersey. The period of performance is from Oct. 2, 2020, through July 31, 2021. Funds from the government of Japan in the amount of $35,582,832 are being obligated at the time of award. The Missile Defense Agency, Dahlgren, Virginia, is the contracting activity (HQ0851-21-C-0001). AIR FORCE Wolverine Supply Inc., Wasilla, Alaska, has been awarded an $8,649,500 firm-fixed-price contract for repair of the Blackstart Generator. This contract provides for repair of the Blackstart Generator at the Eielson Air Force Base central heat and power plant. Work will be performed at Eielson AFB, Alaska, and is expected to be complete by Sept. 22, 2022. This award is the result of a competitive acquisition and four offers were received. Fiscal 2020 operations and maintenance funds in the full amount are being obligated at the time of award. The 354th Contracting Squadron, Eielson AFB, Alaska, is the contracting activity (FA500420C0015). (Awarded Sept. 30, 2020) * Small business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2370617/source/GovDelivery/

All news