United States - Neutron Strategic Technology Advanced Research (Neutron-STAR) Advanced Research Announcement (ARA)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
01 October 2024
Opportunity publication date
23 January 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

NAICS Code: The NAICS Code for this acquisition is 541715 for Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology).
Federal Agency Name: Air Force Research Laboratory
ARA Title: Neutron Strategic Technology Advanced Research (Neutron STAR) Advanced Research Announcement (ARA)
ARA Type: This is an Open ARA; initial announcement
SUBMISSION DATES ARE INDEFIINITE UNTIL FURTHER NOTICE 
PROGRAM SUMMARY:
This is an Open ARA announcement pursuant to the authority of 10 U.S.C. §4023 Procurement for Experimental Purposes. AFRL is interested in receiving white papers regarding nuclear-related research and development, including, but not limited to modeling and simulation of re-entry environments, materials characterization, nuclear explosion monitoring, and design, fabrication and experimentation of nuclear delivery. Dialogue between prospective Offerors and Government representatives is strongly encouraged.
This solicitation intends to use the acquisition authority provided by 10 U.S.C. §4023. This authority applies to the acquisition of items related to “…ordnance, signal, chemical activity, transportation, energy, medical, spaceflight, and aeronautical supplies, including parts and accessories, and designs thereof, that are necessary for experimental or test purposes in the development of the best supplies that are needed for the national defense.”  Consequently, white papers and proposals should address how the proposed effort provides benefits to the national defense relative to the parameters of this authority, and a strategy for verifying those intended benefits.
*Please see the attached Neutron Star Industry User Guide for guidance on definitions, processes, submission requirements and evaluation criteria.*
BACKGROUND:
AFRL’s Geo Space Division (RVBN) positions AFRL to steward, develop, and deliver leading technologies to the warfighter and the nuclear enterprise to ensure the National defense.
Thus, proposed solutions should be innovative and substantially improve national defense capabilities across the domains of national nuclear deterrence operations.  While the Government describes discrete topic areas below, it also anticipates that certain comprehensive technology solutions and prototypes may require multidiscipline approaches that address two or more topic areas.  The topic areas covered under this announcement may be used in any combination.  The Government reserves the right to add, delete or modify the topic areas as necessary.
Industry-Government Communication: Dialogue between prospective Offerors and Government representatives is strongly encouraged throughout the life of this ARA.  However, communication shall be limited to the Contracting/Agreement Officer once full proposals are submitted for evaluation/review. Discussions should focus on understanding Government objectives and requirements, feasibility of prospective offeror approach, and prospective offeror prior similar efforts.
Discussions shall not constitute a commitment by the Government to subsequently fund or award any proposed effort.  No guidance related to technical approach will be given. Offerors are advised that only Contracting or Agreement Officers are legally authorized to contractually bind or otherwise commit the Government. 
ANNOUNCEMENT DETAILS:
This is a HYBRID ANNOUNCEMENT.  This announcement includes an open request for white papers as described below. Additionally, individual solicitations for white papers (Two-Step solicitation) and/or proposals (One-Step solicitation) related to discrete requirements may be issued. AFRL reserves the right to collapse a white paper (Two-Step solicitation) into a One-Step if the situation warrants and the white paper contains sufficient technical detail to do full technical proposal evaluation instead of white paper evaluation. 
Open Announcement Request: AFRL/RVBN is soliciting white papers on the research effort described in the below topic areas pursuant to the authority of 10 U.S.C. §4023, Procurement for Experimental Purposes. White papers submitted pursuant to the open announcement request follow the two-step procedures described below. White papers submitted under the open announcement request may be retained for 12 months.
Open Announcement Submission: Unclassified White papers must be submitted to the Neutron Star Org Box at afrl.rvkb.afrlneutronstardms@us.af.mil. DO NOT DELIVER any classified portion of the white paper to this address. If it is determined that a classified white paper is required, please contact the Neutron STAR Org Mailbox for specific delivery instructions.
Additional instructions for white paper submissions can be found in the Neutron STAR Industry User Guide attached to this announcement.
Individual Solicitation Request: Individual Solicitations, except for Limited Solicitations, for white papers and proposals will be issued under this announcement via the Government Point of Entry (GPE) at https://sam.gov. Notification of Individual Solicitations may be announced on other platforms (i.e. www.grants.gov) and will direct Offerors to the GPE for full solicitation details.
Individual Solicitation Submissions: Submission requirements for Individual Solicitations will be specified in the solicitation details of each Individual Solicitation.
Individual Solicitation Variations: Variations of the ARA Individual Solicitation process are available for use. The following types are commonly used but are not considered all inclusive. 
One-Step: The one-step process is used to request full technical and cost proposals from each Offeror. The proposals are reviewed in accordance with the solicitation criteria and typically all, part, or none of a proposal may be selected for award.
Two-Step: The two-step process is used to request white papers and Rough Order of Magnitude (ROM) costs. The Individual Solicitation must state whether an unfavorable white paper review will bar the Offeror from further consideration.  The Government may retain unselected white papers for a specific period, which will be identified in the individual solicitation. White papers submitted under the open announcement request may be retained for 12 months. Full proposals are requested from those Offerors selected in the white paper review process. After proposals are received, they are processed and reviewed in accordance with the One-Step process.
Limited Individual Solicitations: This approach allows for solicitation to a limited group of potential offerors.  Request for Proposals (RFP) or Requests for white papers will be issued directly to potential offerors without a requirement to publish to the GPE.
The Government may issue solicitations that combine one or more of the above approaches.
Announcement Modifications: Due to the dynamically evolving nature of US nuclear deterrent mission and warfighter needs, this announcement is subject to updates, revisions, or additional topic areas. Therefore, Offerors are highly encouraged to continually monitor https://sam.gov to ensure they receive the latest guidance for this announcement.  The Government shall provide updates to this announcement no less than annually.  Updates may include changes to topic areas, submission requirements, administrative changes, evaluation criteria, solicitation methods, etc. (not an inclusive list).
Type of Contract/Instrument: The Government reserves the right to award the instrument best suited to the nature of the research proposed. Accordingly, the Government may award any appropriate contract, agreement or assistance instrument type under the authorities below:
Federal Acquisition Regulation (FAR)
10 U.S.C. §4021 "Other Transaction for Research”
10 U.S.C. §4022 "Other Transaction for Prototype"
10 U.S.C. §4023 "Procurement for Experimental Purposes"
15 U.S.C  §3710a – Cooperative Research and Developments Agreements
15 U.S.C  §3715 – Partnership Intermediaries
32 C.F.R. §22.215 – Grants and Cooperative Agreements
The Government anticipates that a mix of contract/ instrument types will be used throughout the life of this announcement. Generally, awards under this announcement or any Individual Solicitations may be Cost-Plus-Fixed Fee (Completion and Term), Cost Reimbursement, Firm Fixed Price, Cost Sharing, and Incentive.
NOTE: If a Federal Acquisition Regulation (FAR) type contract is recommended as the award type authority, then the FAR clauses will be referenced at the Individual Solicitation level or within the Request for Proposal. The FAR and FAR supplement provisions and clauses will be incorporated by reference. The full text of these provisions and clauses can be found at https://www.acquisition.gov.
If an assistance instrument (grants or cooperative agreements) is recommended as the award type, then articles and guidance found under DoDGARS, 200 CFR, OMB/DoD Policy shall be used and followed as appropriate.   
If an Other Transaction (OT) is recommended as the award type, then the FAR references and clauses will not apply. The terms and conditions of an OT agreement shall be developed and negotiated on a case-by-case basis.
Estimated Program Cost: The overarching announcement has an unrestricted ceiling.  However, Individual Solicitations may elect to provide an estimated program value or funding profile for planning purposes.  
Anticipated Number of Awards: The Air Force anticipates awarding multiple awards for this announcement. However, the Air Force reserves the right to award zero, one, or more grants, agreements, other transactions, or contracts for all, some or none of the solicited effort based on the Offeror’s ability to perform desired work and funding availability. There is no limit on the number of awards that may be made to an individual Offeror.
Award Schedule:  The anticipated period of performance will be determined through dialogue between prospective Offerors and Government representatives for each topic area and specified in each individual award.  Individual Solicitations may elect to provide a desired technical execution schedule for planning purposes.  
Deliverables: Hardware and software deliverables will be specified within a separately priced contract/award line items and data deliverables will be specified on individual Contract Data Requirements List(s) (CDRLs) in any resultant contract or an OT article.  
Within Scope Award Modifications: Offerors are advised that due to the inherent uncertainty of research and development efforts, awards resulting from this announcement may be modified during performance to make within scope changes, to include but not limited to, modifications which increase overall contract/award ceiling amount.
System for Award Management (SAM) Registration:  Before the Government can issue an award, an Offeror must be registered in the System for Award Management (SAM).  If an Offeror was previously registered in Central Contractor Registration (CCR), the information has been transferred to SAM.  However, it is in the Offeror’s interest to visit SAM and ensure that all their data is up to date from SAM and other databases to avoid delay in award. SAM replaced CCR, Online Representations and Certifications Application (ORCA), and the Excluded Parties List System (EPLS).  SAM allows firms interested in conducting business with the federal government to provide basic information on business capabilities and financial information.  To register, visit https://www.sam.gov.
Science & Technology (S&T) Program Protection:  Offerors that are submitting PROPOSAL RESPONSES ONLY (Not required for submission of white papers) shall submit as a part of the proposal submission 1.) a completed Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key Personnel proposed; and 2.) A Completed Security Program Questionnaire. Offerors may be asked to provide a mitigation plan for any identified S&T Protection risks. The Government reserves the right to determine if an offer is unawardable on the grounds of unacceptable S&T Protection risk based on its review of the SF 424 and Security Program Questionnaire.
By submitting a proposal, the offeror certifies that it is in compliance with Section 223(a) of the William M. (Mac) Thornberry National Defense Authorization Act for Fiscal Year 2021 which requires that: (a) the Principal Investigator (PI) and other key personnel certify that the current and pending support provided on the proposal is current, accurate and complete;  (b) agree to update such disclosure at the request of the agency prior to the award of support and at any subsequent time the agency determines appropriate during the term of the award; (c) the PI and other key personnel have been made aware of the requirements under Section 223(a)(1) of this Act; and (d) certification includes the following statement: “I am aware that any false, fictitious, or fraudulent statements or claims may subject me to criminal, civil, or administrative penalties. (U.S. code, Title 218, Section 1001)”.
Announcement Period:  The overarching announcement has no end date and is in effect until further closed or rescinded. 
Open Announcement Points of Contact:
Address Technical Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of:
Primary:  Maj Montgomery, AFRL/RVBN
Alternate: Maj Mikina, AFRL/RVBN
Address Announcement Questions to the Neutron STAR Org Mailbox (afrl.rvkb.afrlneutronstardms@us.af.mil) attention of:
Primary:  Ms. Ashley Patterson, AFRL/RVKB
Alternate: Mr. Isaac Thorp, AFRL/RVKB 
NOTE: Individual Solicitation Points of Contact will be specified within the solicitation.
Topic Areas and Topic Descriptions
Note: ALL topics are controlled by security access requirements.
1. Nuclear System Development
Develop foundational capabilities, requirements, strategies, and identify candidate technologies for enhanced nuclear surety.
2. Nuclear Systems Integration
Integration nuclear and non-nuclear components of future U.S. nuclear experiment units for development and delivery to various U.S. integration and test organizations.
3. Nuclear System Flight Experimentation and Evaluation
Development and delivery of nuclear systems to various U.S. test organizations.
4. Nuclear Explosion Monitoring
Improve capabilities to detect, locate, discriminate and characterize the depths, yields and other emplacement conditions of nuclear explosions.
5. Nuclear Command, Control, and Communication
Enable uninterrupted delivery of strategic and critical conventional data within contested and nuclear environments, via innovative new technologies and architectures.
Support contractors: The AFRL Space Vehicles (RV) Directorate have contracted for various business and staff support services from the following companies.
Bidscale, CloudPareto LLC dba Bidscale, 2451 Crystal Drive #600B, Arlington, VA 22202
Fury Solutions LLC, 1617 Ashmont CT, Xenia, OH 45385-7060
Apogee Engineering LLC, 8610 Explorer Drive Suite 305, Colorado Springs, CO 80920-1036
AFRL Space Vehicles (RV) Directorate require these contractors to obtain administrative access to proprietary information submitted by other contractors. Administrative access is defined as "handling or having physical control over information for the sole purpose of accomplishing the administrative functions specified in the administrative support contract, which do not require technical professionals assigned to accomplish the specified administrative tasks."
These contractors have signed general non-disclosure agreements and organizational conflict of interest statements. The required administrative access will be granted to non-technical professionals. Examples of the administrative tasks performed include:
a) Assembling and organizing information for R&D case files;
b) Accessing library files for use by Government personnel;
c) Handling and administration of proposals, contracts, contract funding and queries; and
d) administering the tool that will be used for conducting white paper and proposal evaluations. These various business and staff support service contractors are prohibited from responding to this announcement.
Offerors shall either complete paragraph (*) below or provide written objection to administrative access. Any objection to administrative access:
a) Shall be provided in writing to the contracting officer within 10 days of RFP (or PRDA, BAA, etc., as appropriate) issuance; and
b) Shall include a detailed statement of the basis for the objection.
*I consent to administrative access, as defined above, by RD and RV business and staff support services contractors to any proprietary information submitted under this solicitation or delivered under any resulting contract.

Opportunity closing date
01 October 2024
Value of contract
to be confirmed

About the buyer

Address
FA9453 AFRL RVK UNITED STATES
Contact
afrl.rvkb.afrlneutronstardms@us.af.mil

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?