Back to news

March 4, 2021 | International, Aerospace, Naval, Land, C4ISR, Security

DoD SBIR/STTR Component BAA Pre-Release: Defense Advanced Research Projects Agency (DARPA) HR001121S0007

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

Defense Advanced Research Projects Agency (DARPA), HR001121S0007

IMPORTANT DATES:

  • March 02, 2021: Pre-release begins
  • March 17, 2021: BAA opens, begin submitting proposals in DSIP
  • April 20, 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 links provided above.

DSIP Help Desk Contact Info

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



On the same subject

  • Contract Awards by US Department of Defense - November 27, 2019

    November 28, 2019 | International, Aerospace, Naval, Land, C4ISR, Security

    Contract Awards by US Department of Defense - November 27, 2019

    NAVY United Technologies Corp., Pratt & Whitney Military Engines, East Hartford, Connecticut, is awarded a $521,996,409 undefinitized contract modification (P00070) to a previously awarded cost-plus-incentive-fee, cost-plus-fixed-fee and fixed-price-incentive-firm-target contract (N00019-17-C-0010). This modification provides performance based logistics sustainment in support of the F-35 Lightning II F135 propulsion system for the Navy, Air Force, Marine Corps, non-Department of Defense (DoD) participants and foreign military sales (FMS) customers. Work will be performed in East Hartford, Connecticut (73%); Oklahoma City, Oklahoma (18%); Camari, Italy (3%); Eglin Air Force Base, Florida (2%); Edwards Air Force Base, California (1%); Hill Air Force Base, Utah (1%); Luke Air Force Base, Arizona (1%); and Marine Corps Air Station Beaufort, South Carolina (1%), and is expected to be completed in November 2020. Fiscal 2020 operation and maintenance (Air Force) funds for $72,261,440 will be obligated at time of award, all of which will expire at the end of the current fiscal year. This modification combines purchases for the Air Force ($179,272,654; 34%); Marine Corps ($134,605,633; 26%); Navy ($29,758,385; 6%); non-DoD participants ($124,483,008; 24%), and FMS customers ($53,876,729; 10%) under the FMS Program. The Naval Air Systems Command, Patuxent River, Maryland, is the contracting activity. Kings Bay Support Services LLC, Alexandria, Virginia, is awarded a $20,049,858 indefinite-delivery/indefinite-quantity modification for the exercise of the option to extend services for base operating support services at Naval Submarine Base, Kings Bay, Georgia. The work to be performed provides for all labor, facilities management, supervision, tools, materials, equipment, incidental engineering, environmental services and transportation to effectively execute base operating support services. After award of this option, the total cumulative contract value will be $342,241,061. Work will be performed in Kings Bay, Georgia. This option period is from December 2019 to May 2020. No funds will be obligated at time of award. Fiscal 2020 operation and maintenance (Navy) contract funds for $16,928,444 for recurring work will be obligated on individual task orders issued during the option period. The Naval Facilities Engineering Command Southeast, Jacksonville, Florida, is the contracting activity (N69450-11-D-7578). ARMY Seaside Engineering & Surveying LLC,* Baker, Florida (W9126G-20-D-6003); and Lowe Engineers LLC,* Robert, Louisiana (W9126G-20-D-6004) will compete for each order of the $240,000,000 firm-fixed-price contract for professional land survey architect-engineer in support of the Southwestern Division Department of Homeland Security Border Infrastructure Program. Bids were solicited via the internet with 12 received. Work locations and funding will be determined with each order, with an estimated completion date of Nov. 26, 2024. U.S. Army Corps of Engineers, Little Rock, Arkansas, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, was awarded a $134,707,194 modification (P00094) to contract W31P4Q-15-C-0102 for procurement of the Joint-Air-to-Ground Missiles. Work will be performed in Orlando, Florida, with an estimated completion date of Feb. 28, 2023. Fiscal 2019 procurement of ammunition, Army funds in the amount of $134,707,194 were obligated at the time of the award. U.S. Army Contracting Command, Redstone Arsenal, Alabama, is the contracting activity. Ames Construction Inc., Burnsville, Minnesota, was awarded a $58,784,850 firm-fixed-price contract for plant, labor, materials to construct a gated water control structure, dam walls, a vehicle service bridge, stilling basin, pre-formed scour hole, approach apron, a slope protection slab and approach walls. Bids were solicited via the internet with two received. Work will be performed in Fargo, North Dakota, with an estimated completion date of Oct. 16, 2024. Fiscal 2019 civil construction funds in the amount of $58,784,850 were obligated at the time of the award. U.S. Army Corps of Engineers is the contracting activity (W912ES-20-C-0001). Technica LLC,* Charleston, South Carolina, was awarded a $17,880,934 modification (0004BK) to contract W52P1J-12-G-0018 for logistics support services, maintenance, transportation, and supply support. Work will be performed in El Paso, Texas, with an estimated completion date of June 2, 2020. Fiscal 2020 overseas contingency operations transfer and operation and maintenance, Army funds in the amount of $10,477,200 were obligated at the time of the award. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. Lockheed Martin Corp., Orlando, Florida, was awarded a $7,563,160 modification (P00002) to contract W52P1J-19-F-0533 for Modernized Target Acquisition Designation Sight Pilot Night Vision Sensor Systems, subcomponent production and technical services for the Apache Attack Helicopter. Work locations and funding will be determined with each order, with an estimated completion date of Jan. 1, 2023. U.S. Army Contracting Command, Rock Island Arsenal, Illinois, is the contracting activity. DEFENSE FINANCE AND ACCOUNTING SERVICE KPMG LLP, McLean, Virginia, is being awarded a labor-hour contract option with a maximum value of $41,643,963 for audit services of the Army general fund and working capital fund financial statements. Work will be performed in McLean, Virginia, with an expected completion date of Nov. 30, 2020. This contract is the result of a competitive acquisition for which one quote was received. The modification brings the total cumulative face value of the contract to $131,613,957 from $89,969,994. Fiscal 2020 Army operation and maintenance funds in the amount of $41,643,963 are being obligated at the time of the award. The Defense Finance and Accounting Service, Contract Services Directorate, Columbus, Ohio, is the contracting activity (HQ0423-17-F-0010). DEFENSE LOGISTICS AGENCY Apteryx Inc. Akron, Ohio, has been awarded a maximum $20,900,000 fixed-price with economic-price-adjustment, indefinite-delivery/indefinite-quantity contract for hospital equipment and accessories for the Defense Logistics Agency electronic catalog. This was a competitive acquisition with 101 responses received. This is a five-year contract with no option periods. Location of performance is Ohio, with a Nov. 26, 2024, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2025 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania (SPE2DH-20-D-0025). R.A. Miller Industries Inc.,** Grand Haven, Michigan, has been awarded a maximum $8,737,000 firm-fixed-price, indefinite-quantity contract for antennas and an antenna element. This was a competitive acquisition with one offer received. This is a three-year base contract with two one-year option periods. Location of performance is Michigan, with a Nov. 26, 2022, performance completion date. Using military services are Army, Navy, Air Force and Marine Corps. Type of appropriation is fiscal 2020 through 2023 defense working capital funds. The contracting activity is the Defense Logistics Agency Land and Maritime, Columbus, Ohio (SPE7MX20D0008). LVI, Pendergrass, Georgia, has been awarded an $8,696,995 modification (P00036) exercising the fourth one-year option of a three-year base contract (SPM1C1-14-C-0002) with four, one-year option periods for warehousing, storage, logistics and distribution functions. This is a fixed-price with economic-price-adjustment contract. Location of performance is Georgia, with a Dec. 1, 2020, performance completion date. Using customers are Army and Defense Logistics Agency. Type of appropriation is fiscal 2020 through 2021 defense working capital funds. The contracting activity is the Defense Logistics Agency Troop Support, Philadelphia, Pennsylvania. *Small Business **Woman-Owned Small Business https://www.defense.gov/Newsroom/Contracts/Contract/Article/2028834/source/GovDelivery/

  • Navy moving ahead with HII for small UUV program

    March 23, 2022 | International, Aerospace, Naval

    Navy moving ahead with HII for small UUV program

    The selection of Remus 300 for the Lionfish program is a big win for HII, which has spent much of recent years positioning itself for the unmanned systems market.

  • F-35 stress tests raise possibility of longer service life

    September 19, 2018 | International, Aerospace

    F-35 stress tests raise possibility of longer service life

    SOURCE: FLIGHTGLOBAL.COM, BY: GARRETT REIM After completing static, drop and durability testing on the F-35A, Lockheed Martin believes that early results indicate potential for an increased service life certification of the stealth fighter. The F-35's service lifetime is designed to be 8,000h, but each test airframe is required to successfully complete two lifetimes of testing, the equivalent of 16,000h. The F-35A exceeded the requirement by completing three full lifetimes of testing, 24,000h, prompting Lockheed to moot the potential service-life extension. “We look forward to analyzing the results and bringing forward the data to potentially extend the aircraft's lifetime certification even further,” said Greg Ulmer, Lockheed Martin's vice president and general manager of the F-35 program. “Already certified for one of the longest lifetimes of any fighter, an increase would greatly reduce future costs for all F-35 customers over several decades to come.” The USAF plans to fly the F-35A until at least 2070, so a longer lifespan per aircraft may allow the service to reach that goal without having to purchase new fighters. However, as aircraft age they become more expensive to maintain and operate, making it unclear if a service life extension of the F-35A would be economical. The F-35A airframe completed its testing at BAE Systems in Brough, England. The F-35B and C variants were tested at Lockheed Martin's facility in Fort Worth, Texas, though the company did not release the results for those variants. All variants will eventually undergo final teardown inspections at the National Institute for Aviation Research in Wichita, Kansas. https://www.flightglobal.com/news/articles/f-35-stress-tests-raise-possibility-of-longer-servic-451964

All news