Air Delivered Effects
Munitions Directorate
Funding Amount
Up to $750,000,000
Deadline
March 21, 2027
347 days left
Grant Type
federal
Overview
Air Delivered Effects
Broad Agency Announcement for Air Delivered Effects - Amendment 5
Details
- Agency: Munitions Directorate
- Department: Department of Defense
- Opportunity #: FA8651-22-S-0001
- Instrument: cooperative_agreement;grant;procurement_contract;other
Eligibility
Eligible Applicant Types
How to Apply
BAA FA8651-22-S-0001 12 Oct 2023 Amendment 3
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
Updated as of 12 Oct 2023
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates and
times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case by case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted as
specified in the individual Calls and evaluated in accordance with the instructions further below.
Offerors should monitor the Contract Opportunities website at https://sam.gov/content/home and
https://www.grants.gov/ in the event this announcement is amended or Calls are issued.
1
---
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
considered to be the results of full and open competition and in full compliance with
the provisions of PL 98-369, the Competition in Contracting Act of 1984. This
acquisition is unrestricted. Small businesses are encouraged to propose on all or any
part of this solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Technology Integration Division (RWI), Strategy Division (RWS), and Science and
Technology Division (RWT).
2. DELIVERABLE ITEMS:
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
2
---
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can be
found at https://www.onr.navy.mil/work-with-us/manage-your-award/manage-grant-
award/grants-terms-conditions.
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:.
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
3
---
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
4
---
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2011). Assertions must be completed with
specificity. Each assertion must identify both the data/software and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third party
computer software. Any third party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or in
excess of an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes, but is not limited to: unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5
---
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
6
---
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
TECHNOLOGY INTEGRATION DIVISION (RWI)
The Technology Integration Division (RWI) leads the Munitions Directorate’s (RW) advanced
technology development (6.3) and digital transformation activities. RWI integrates advanced
components from applied research initiatives and executes high-visibility ground and flight test
demonstrations to rapidly transition next-generation technologies to programs of record and
fielded warfighter capabilities. RWI has three branches. The Air Dominance Branch (RWIA)
develops, integrates, demonstrates, and transitions air dominance weapons technologies across
the counter-air, networked, collaborative, autonomous, and electromagnetic domains. The Digital
Materiel Management Branch (RWID) develops, integrates, demonstrates, and transitions
software tools and advanced architectures to drive model-based systems engineering, automate
agile business processes, and institutionalize open standards. The Global Strike Branch (RWIG)
develops, integrates, demonstrates, and transitions global strike weapons technologies across the
counter-land and counter-maritime domains.
STRATEGY DIVISION (RWS)
The Strategy Division (RWS) is responsible for obtaining information and developing strategic
methodologies to guide RW in near, mid, and long-term activities to meet mission needs. This
includes: 1) Strategic Planning which develops capability and investment plans to meet
warfighter needs, 2) Partnerships to collaborate with customers and partners to develop sound
business practices and opportunities, & 3) Modeling, Simulation, & Analysis of weapon
concepts to build military utility for future investments.
SCIENCE AND TECHNOLOGY DIVISION (RWT)
The Science and Technology Division (RWT) directs and conducts basic, exploratory and
advanced research and development of fuzes, warheads, energetic materials,
guidance/navigation/controls (GNC), autonomy, seeker sciences, weapon cyber defense, AI &
decision making, and weapon algorithm development. In addition, RWT conducts
Computational assessment for air-launched munitions for use with a full array of launch
platforms including fighter, bomber, and remotely-piloted aircraft. RWT consist of the
Computation Engineering Sciences Branch (RWTC), Autonomy, Navigation & Control Branch
(RWTA), Seekers Branch (RWTS), Energetic Materials Branch (RWTE) and Ordnance Branch
(RWTO). RWTC creates, develops and optimizes computational models and simulations,
weapon algorithms, cyber defense approaches and nature inspired systems. RWTA Leads the
development and integration of advanced aerodynamics modeling & simulation, artificial
intelligence and decision-making, multi-agent teaming, and navigation technology across the
Munitions Directorate. RWTS researches, develops, demonstrates, and transitions weapon
seeker science and technology for precision guided munitions. RWTE discovers, develops,
integrates, and transitions energetic materials technology that maximizes weapon lethality,
survivability, and safety for air-delivered munitions. In addition, RWTE operates the High
Explosives Research & Development (HERD) facility which is responsible for the development
of energetic materials from concept formulation through pilot plant production for transition into
existing or future inventory weapon systems. RWTO is responsible for research and
8
---
development of technologies to enable revolutionary fuzing and warhead capabilities for current
and future weapon systems. RWTO discovers, develops, demonstrates, and transitions ordnance
science and technology that maximizes air-delivered munitions effectiveness.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWTTA)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance and navigation systems, networked communication systems,
and precision effect ordnance and fuzing systems. The goal of this work is to perform research
on technologies for development of agile weapon airframes that are capable of being deployed or
dispensed from unmanned and manned platforms (e.g., 5th/6th-generation fighters) and which
can deliver precision-controlled effects against fixed and mobile ground targets and air targets in
highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling technologies in
the following research areas are of interest: agile weapon airframes for high-speed flight regimes
(e.g., air-launched unitary subsonic to supersonic guided weapons, air-launched supersonic to
low hypersonic air-intercept, and long-range hypersonic strike weapons); high-agility airframes
capable of aggressive flight maneuvers for terminal target intercept; networked collaboration;
compressed carriage munitions and release mechanisms; robust, low-cost, compact control and
actuation systems (aero and propulsive) for small weapons; compact power for small weapons;
and small weapon design, carriage, and dispensing technology. Proposed research should have a
sound basis in credible theories, principles, and methodologies of dynamical systems,
aerodynamics, structural dynamics, machine learning, material sciences, propulsion,
thermodynamics, aeroelasticity, aerothermoelasticity, and aeromechanics. Efforts should also
exploit advances in other weapon subsystem technologies (e.g., advanced sensors and seekers,
guidance and control algorithms, networked enabled weapons and information architectures,
controlled effects ordnance, divert and attitude control systems, flexible or morphing bodies), be
amenable to further development through sound principles of systems engineering, and offer the
potential for significantly improving affordable weapon aerial systems capabilities, effectiveness
and manufacturability. In the context of this research area, innovative and novel concepts based
upon emerging science and technology are encouraged; incremental evolutionary capability of
existing technologies are of low interest.
Technical POC: Dr. Daniel Reasor
AFRL/RWTAA850937
(850) 882-8221
daniel.reasor@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SENSORS, INFORMATION PROCESSING,
AND CONTROL (RWTCA)
Flying insects and smart munitions often need to perform similar tasks that require sensing, processing,
and control. However, biological systems tend to be much more robust and have significantly lower size,
weight, and power (SWaP) than their engineered counterparts. In fact, flying insects are existence proofs
of goal-oriented, autonomous agents that can detect, identify, and intercept targets while avoiding threats
in uncertain and highly dynamic environments. Researchers at the Munitions Directorate are determined
to understand the principles underlying the abilities of relevant biological organisms (not just flying
insects) and apply those principles to future engineered systems to improve performance, lower SWaP,
and achieve trusted autonomy in man-made systems. We refer to such systems as bioprincipic and we
10
---
believe this approach may lead to revolutionary concepts and capabilities for future Air Force
systems. The Government wants to use what is understood about the natural sensors to build
small and affordable autonomous munitions sensors. Sensors of interest include multi-spectral
and polarimetric electro-optical / infrared (EO/IR) imaging sensors, mechanosensors of various
types and applications (including acoustic sensors), magnetosensors, and chemosensors. Often
biological systems use multiple sensing modalities and efficiently combine the sensor outputs to
achieve robust behavior in dynamic environments. Furthermore, an integrated sensor design
includes not only the hardware component, but the "software" or "algorithm" that does the
information processing. The Department of Defense is interested in sparse/compressive sensing,
neuromorphic/spiking architectures, and analog and hybrid processing techniques when they
show speed and accuracy advantages over pure digital processing. Proposed concepts should
support the mission of the Munitions Directorate.
Technical POC: Dr. Nick Rummelt
AFRL/RWTCA
(850) 883-0886
Fax: (850) 882-3344
nicholas.rummelt@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWTCA)
a. RWTCA is interested in investigating all aspects of Automatic Target Recognition (ATR)
/ Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) /
Autonomous Target Reacquisition (ATR) technology as it applies to seekers for
conventional guided weapons. Interests range from basic signal and image processing
foundations through tower and flight test of advanced, real-time ATR/host signal
processor implementations. Technical approaches in the areas of pattern recognition,
computer vision, deep learning, machine learning, autonomous systems, and cooperative
systems as they apply to weapon seekers are of interest.
b. The following technologies and research areas are of particular interest:
1) AI/ML and/or traditional algorithms for weapon seeker target acquisition or re-
acquisition.
2) Investigations and analyses of AI/ML and/or traditional algorithms leading to a better
fundamental understanding of their operation and limitations; especially with respect
to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML and/or traditional
algorithms.
4) Approaches for training AI/ML or traditional algorithms with synthetic target data
that result in good target recognition performance when using real target data (e.g.
synthetic to real domain adaptation).
11
---
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Approaches to perform image processing, computer vision, or ATR functions directly
using compressively sensed image data before (or instead of) image reconstruction.
13) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
14) Software and/or hardware approaches that fully automate the image ground truthing
process and provide approximate pixel-level target/background labeling of data sets.
The process could be implemented as part of the data collection process or as a post-
collection process.
15) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
16) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
12
---
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
17) Algorithms or integrated software and hardware approaches that develop or
demonstrate alternative navigation capabilities. This may include approaches for
radar-aided navigation, celestial-based navigation in a form-factor relevant for
munitions, and other non-GNSS (global navigation satellite system)-based navigation
approaches.
Technical POC: Dr. David Gray
AFRL/RWTCA
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWTSH)
RWTSH is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWTSH exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
Weapon Open System Architecture (WOSA), and hypersonic weapons. Emphasis for simulation
technology research is on advancement and improvement of scene projection and injection
technologies, real-time target scene modeling techniques, target phenomenology models,
simulation architectures, RF target simulators, cryogenic space simulation technology, run-time
lethality assessment and high bandwidth motion simulators. In general, innovative solutions that
enhance the fidelity and accuracy of HIL simulation and allow for more efficient performance
verification for advanced munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWTSH
(850) 883-0867
Fax: (850) 882-4128
rhoe.thompson@us.af.mil
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWWGH)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
13
---
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Missile Defense Agency (MDA) and Department of the Air Force (DAF) threats, urban
environments, chemical/biological effects, coupling and integration of scene generation software,
multiple sensor views, and advanced computing techniques. These SG improvements must be
designed to streamline the process for evaluating guided munitions concepts from initial design
to final implementation, lowering development costs and shortening time from drawing board to
battlefield. The improved testing realism will provide confidence that the munitions will perform
as expected under a much wider variety of combat conditions than previously possible.
Technical POC: Mr. Darryl Huddleston
AFRL/RWWGH
(850) 883-7060
Fax: (850) 882-4128
darryl.huddleston@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWTSE)
RWTSE has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
signal from the background environment, condition the signal, and store the data are
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
14
---
Technical POC: Mr. James Savage
AFRL/RWTSE
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY
(RWTAN)
RWTAN is developing global positioning system (GPS)-enabled and alternative position,
navigation, and timing (alt-PNT) technologies to provide robust PNT solutions for single-
weapon and network-enabled weapon system concepts. GPS technologies of interest are anti-jam
techniques including spatial and temporal anti-jam technologies and miniature GPS antenna
technologies, including leveraging these technologies to identify and localize the
jamming/spoofing sources. Alt-PNT technologies of interest include a wide variety of sensor
aiding including passive sensing (electro-optical, infrared, passive millimeter wave, magnetic,
external radio frequency sources, etc.) and active sensing which are appropriate for one or more
combinations of altitudes, speeds, environments (over water/land, day/night, etc.), as well as
size, weight, power, and cost restrictions. Navigation and estimation developments may also
include theoretical foundations for improved data fusion or optimization methods, efficient or
new data pre-processing, or other enabling technologies, subsystems, or concepts.
Technical POC: Dr. Kevin Brink
AFRL/RWTAN
kevin.brink@us.af.mil
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWSA)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, campaign (many-on-
many, military worth), level modeling techniques, tools, and analysis methods as well as virtual
and constructive digital simulation which lend themselves to the quick and effective evaluation
of advanced weapon concepts. Concepts include, but are not limited to, intercommunicative
weapons, novel damage mechanisms, lethal and novel destruct mechanisms, multiple targeting,
and time-critical delivery. Detailed modeling includes, but is not limited to, sensors,
aerodynamics, autopilots, navigation and guidance schemes, propulsion, warheads, fuzes,
datalinks, error filters, environment (wind, fog, and dust), lethality, vulnerability, and threats.
Scenario development and visualization at each level of MS&A is also sought. Research into
new simulation toolsets and architectures designed for this purpose will also be considered.
Additionally, environmental factors that influence a weapon’s performance can be considered.
This can include but not be limited to urban environments, collaborative simulation
environments, Anti-Access/Area Denial (A2/AD) type environments, scenario generation, and
infrastructure simulation common to environments that weapons may operate in. Existing tools
15
---
of interest include, but are not limited to, ESAMS, RADGUNS, MATLAB/Simulink, AFSIM,
EADSIM, and STORM. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all of the specific areas of MS&A. Some or all of the work
performed under this BAA Research Area will be performed on-site (i.e., at the Government
facility). Personal/facility security clearances at the SECRET level may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWSAE
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWSAE
(850) 883-2333
Rusty.coleman.1@us.af.mil
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWSAL)
a. The Air Force Research Laboratory Munitions Directorate has the mission to assess
the performance and effectiveness of conventional inventory and conceptual weapon
systems, both kinetic energy and directed energy, lethal and non-lethal, against a
myriad of potential targets. The objective of this effort is to support AFRL/RW in
assessing inventory and concept weapons against existing and developing targets.
This work is broken out into three areas: 1) Target Vulnerability and Weapon
Effectiveness, 2) Computational Mechanics, and 3) Novel Test Instrumentation and
Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools,
target models, and processes as part of AFRL's R&D efforts. These efforts will
identify potential vulnerabilities in targets and their subcomponents for conventional
or concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual
munitions when deployed against targets and critical components. Targets of
interest can include, but are not limited to maritime (above and below water level),
mobile, fixed (above and below ground), hard and deeply buried, chem-bio, and air-
to-air. This research will allow development of new techniques or enhancement of
existing techniques to measure and compare weapon effectiveness, collateral
damage, and potential collateral hazards. Research will include improvements in our
ability to predict and measure component vulnerability and functional defeat
allowing assessment of weapon effects that degrade a target's ability to perform its
intended functions without necessarily destroying it. It could also include research
and modeling of new or conceptual damage mechanisms. Development of new
target and associated functional models as well as advanced methodologies to
16
---
capture the physics of structural response to conventional weapon effects would
improve our abilities to assess current and conceptual weapons and ways to exploit
high-interest targets or newly discovered vulnerabilities. Research to enhance or
develop methodologies to account for the target-critical equipment/components, and
their interconnections, and associated failure logic and failure modes could be
required. Mathematical methods related to statistics and stochastic modeling, as
related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to ASAP, MLAT,
AJEM, ARM, BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN,
FATEPEN, IMEA, JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE,
WEAPS, and WinBLAST. In addition to improving any existing toolset, new
methods for integrating high-fidelity computational mechanics codes into existing
lethality frameworks and toolsets are an area of emerging interest. Simulation
frameworks of interest are Endgame. We are also interested in coupling various
lethality codes into digital engineering architectures, and with other codes and
models.
2) Computational Mechanics: The performance assessment and development of
advanced conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. This includes warheads for anti-
maritime (above and below water line), weapons for ground targets, and air-to-air
warheads. The emphasis of this effort is the development and validation of first
principles continuum mechanics codes (finite- element, finite difference) yielding
high-fidelity weapon and target simulations. Areas of particular interest include
penetration mechanics, high-strain-rate fracture dynamics and constitutive
modeling, modeling the shock survivability of fuze electronic components,
predictive models for the change in material properties due to thermal cycling
(energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide
the development of more accurate continuum scale and meso-scale material models
for reactive (energetics, reactive metals) and non-reactive materials, localized shear
band formation, high-pressure/high-strain-rate modeling of geologic and
geologically derived materials, modeling of reacting droplet and particulate flows,
equation of state and constitutive models for chemical and biological agents,
numerical modeling of neutralization mechanisms for biological and chemical
agents, hydrodynamic ram, atomization and aerosolization of chemical and
biological agents, direct numerical simulation of detonations, coupled detonation
physics and multi-phase flow, turbulent flows, accurate and efficient boundary
interface treatments, the ability to span several orders of magnitude in spatial and
temporal length scales, and advanced numerical methods. In addition, statistical and
stochastic, machine learning, and deep learning methods to generate special-
purpose, fast-running models from large-scale datasets produced with computational
mechanics codes is an emerging need. In order to meet emerging needs in digital
engineering and digital twins, we are interested in approaches using Physically
17
---
Inspired Neural Networks (PINNs) or similar approaches to developing machine
learning surrogates of our weapon design and analysis codes. These codes typically
perform numerical solutions of systems of partial differential equations with
complex material models for material response. We are also interested in coupling
various high-resolution codes into digital engineering architectures, and with other
codes and models.
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or, techniques for gathering
and analyzing test data in order to: 1) gather data with respect to new damage
mechanisms and/or novel effects, and 2) reduce the cost and/or manpower needed
to collect weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWSA
(850) 883-2658
Kirk.vanden@us.af.mil
Initial contact through email is preferred during the pandemic.
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWTOD)
Technologies and concepts are sought for effective, robust and affordable warhead and ordnance
components in the areas of air and space defense to include: counter-maritime, counter-air,
networked, collaborative autonomous (NCA), airbase defense, combined effects (including non-
kinetic effectors), air dominance missiles, high speed weapon and long range strike weapons,
ordnance of modular architecture weapons and swarming weapons. More specific, near-term
challenges provide the call for research interests are in the advanced manufacturing of warhead
materials and structures, shock response and equation of state for case materials; research into
relevant target materials, fracture and fragmentation; penetration/perforation mechanics; and
improving the suite of diagnostics to best extract the high-rate and violent environments of these
ordnance systems. Innovative technologies for multi-functional materials are sought as well. There
is interest in unique, innovative and high-performance payoff technologies that integrate the
ordnance package in accordance with the larger system or engagement scenario. Also desired are
highly agile and end-game responsive adaptation of the ordnance package; tailorable or synergistic
output that ensures optimal energy use and coupling to target; selectable effects that maximize the
use of system data and capabilities. Warhead and end-game effector technologies are sought for
low-cost but effective Air Dominance missiles as well as future self-defense missile capability.
Traditional and non-traditional concepts are sought to maximize the loadout and effectiveness of
5th-6th Generation aircraft.
Technical POC: Dr. Nydeia Bolden-Frazier
AFRL/RWTOD
(850) 882-6867
Fax: (850) 883-1380
nydeia.bolden-frazier@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWTO)
18
---
a. RWTO develops, demonstrates, and transitions technologies that have application to
fuzes for air-delivered weapons, including, but not limited to, guided and unguided
bombs, missiles, and submunitions. Fuzes must reliably remain in a safe mode until the
appropriate post-deployment environments (such as freefall) are sensed; the fuze must
then arm the weapon and, upon receiving a signal from a target detection device (TDD),
initiate the explosive fill (or other damage mechanism). RWTO thus seeks proposals for
innovative technologies that can be integrated into the design or testing of air-delivered
weapon fuzes.
b. RWTO is particularly interested in fuzes (including submunition fuzes) and related
component or material technologies that are capable of surviving the repetitive, multi-
axis shock environment experienced by a fuze during penetration of a hardened target
and functioning the warhead. Materials that mitigate all or some portion of the shock
spectrum are also of interest. Unique inertial detection devices or non-inertial detection
devices are of interest. However, current test technologies do not fully duplicate the
multi-axial fuze environment in terms of duration, repetitive high-acceleration loading,
and other aspects of the mechanical loading profile. This necessitates extremely
expensive sled tests for fuze research, testing, qualification, and performance evaluation.
Therefore, there is interest in laboratory and field test techniques and equipment to
duplicate these repetitive, multi-axial shocks.
c. Additional penetration fuzing-specific research tasks of interest include, but are not
limited to, the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
d. RWTO is also interested in improved sensors, techniques, and/or systems for second
safety environment sensing (as defined in MIL-STD-1316) for a wide range of
demonstration projects from miniature munitions to safety-critical payloads on
19
---
hypersonic airframes. In the area of miniature and micro-munition fuzing, research tasks
of interest include, but are not limited to, the following:
1) Reliable miniature three port air valve with temperature operating range of -55 to +75
degrees C
2) Ground profiling fuze sensor technology
3) Active imaging aimpoint selecting fuze sensor technology
e. In the area of fuzing the payloads on high-speed airframes, research tasks of interest
include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
f. The final area of focused interest is in the area of in-line and out-of-line initiation
systems. The RWTO Advanced Initiation Science Group is interested in novel ignition
devices or ignition circuitry that can enhance reliability while reducing energy budgets
for initiation systems. Additionally, concepts that would enable novel warhead designs
are of interest. The Government is also interested in novel or more inherently robust
manufacturing processes that can be applied to components within initiation systems.
Finally, there is interest in modeling and simulation methods or techniques for
characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
20
---
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWTE)
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Topics related to the processing and manufacturing of explosives,
oxidizers, and fuels to modify their sensitivity, processability, and performance such as
recrystallization, coating, particle size/polymorphism/habit modification, and surface treatments
other are included. Energetic materials characterization tools of relevance include, but are not
limited to, static and dynamic mechanical properties measuring devices as well as microscopy
and tomography. Use of computational tools to predict formulation properties and reactive flow
models, including survivability and processing, is of interest. Constitutive modeling of these
materials, including mesoscale descriptions of their dynamic mechanical response, initiation
mechanisms and reactive equations of state are included as well. Novel approaches for
formulating, processing, enhancing the mechanical properties (i.e., strength, toughness) and
characterizing the special features of energetic materials and functionally graded materials in
terms of their performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay AFRL/RWTE
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 - FACILITIES AND EQUIPMENT ENABLING ORDNANCE
TECHNOLOGIES AND ADVANCED ENERGETICS (RWTM)
AFRL/RWT anticipates a need for new, improved, and often unique capabilities to support
expanding future in-house research in the areas of ordnance technologies and advanced
energetics. These new RWT facilities, equipment and instrumentation will enable world-class
research, development, integration, fabrication and testing of emerging ordnance technologies
from fundamental science to demonstrating prototype munition-system concepts. As most of the
needs are unique, developing the concepts and preliminary designs for the new equipment and
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of particular interest
are proposals for concept development, preliminary design, capability assessment, associated
21
---
cost estimates and delivery of prototype capability for the new research equipment that will be
required to pursue revolutionary changes in ordnance technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWT
(850) 882-2007
timothy.tobik@us.af.mil
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWTS)
RWTS is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets, and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWTS
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWID)
22
---
a. Modular and open systems are an important element to obtain faster and cheaper
solutions empowering programs with the use of competition throughout the lifecycle of a
system. Modular Open Systems Approach language has been incorporated into statues as
of the 2017 NDAA (10 U.S.C. §2446a). We are looking for modular and open solutions
for munition systems. Solutions are needed to handle hardware and software design that
promotes modularity and provides the necessary data rights to enable competition for
modular components. Technologies and processes to enable severability of a system with
respect to hardware and software, identification of data required to allow interoperation
of hardware and software, and strategies to verify acquisition is adequate for future
competition are highly desired. Modular Open Architecture synergizes well with model-
based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a
requirement or design change occurs.
b. Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWID
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Christopher Neal
AFRL/RWID
(850) 875-6005
christopher.neal.8@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RWHW)
a. The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM
research mission directly, which in turn addresses the nation’s impending shortfall in the
STEM workforce. Munitions Directorate members have individually performed a wide
23
---
variety of STEM outreach tasks at both local and national levels as part of their
professional commitment to the community for many years. The Munitions Directorate
K-20 STEM Outreach program seeks to sustain and expand STEM outreach throughout
the local area as well as the greater southeast region. Nationally, the AFRL Munitions
Directorate maintains a solid, robust internship program which brings students into the
laboratory environment to directly benefit Directorate research and provide maximum
exposure to students across a broad spectrum of educational backgrounds. Students
conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-20 STEM
education and encourage greater numbers of US citizen high school graduates to pursue
college degrees, certifications, and careers in STEM. The STEM Outreach program also
seeks to increase diversity in STEM by specifically addressing communities that have
traditionally been underserved by STEM as well as students who are underrepresented in
STEM degree programs, certifications, and careers.
b. The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the
community and nation to partnerships with universities, technical schools, K-20 school
systems, nonprofit foundations, professional and industry societies, and other agencies in
Northwest Florida. These partnerships provide K-20 teachers and students in Northwest
Florida with rich and wide experiences in STEM, including:
1) Training of K-20 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-20 students and teachers,
and “sustainment of interest” experiences for older K-20 students and teachers.
c. STEM outreach activities supported may include providing financial assistance to
organizations supporting STEM activities, providing funding and support for national
competitions by arranging for DoD personnel to participate as speakers, mentors,
coaches, judges, and presenters, providing support for STEM education and outreach
conferences, and supporting teacher STEM education and training initiatives. Stipends
for teachers undertaking professional training in connection with these activities may be
supported as well as funding for the acquisition of materials and resources needed to
launch, implement, assess, and improve STEM oriented programs. AFRL encourages the
projects and program results to be published in appropriate publications and academic
journals at the end of the period of performance. Participants are encouraged to develop
innovative approaches that utilize their unique assets, capabilities, locations, and
personnel. White papers should identify projects/programs and methods that will be used
to foster and develop students in STEM fields that are relevant to the DoD mission.
d. Nationally, the AFRL Munitions Directorate maintains a solid, robust internship program
for students ranging from High School to PhD which brings students into the laboratory
environment to directly benefit Directorate research and provide maximum exposure to
high school, undergraduate and graduate students across a broad spectrum of educational
24
---
backgrounds. Students conduct relevant, necessary research during an internship which
focuses on areas of critical need in Directorate technology development.
Technical POC: Mr. Brian Mitchell
AFRL/RWHW
(850) 883-2503
brian.mitchell.36@us.af.mil
17. RESEARCH AREA 17 - WEAPON AUTONOMY AND CONTROL TECHNOLOGY
RESEARCH (RWTA)
RWTA is interested in novel hardware, software, and algorithms to synthesize multi-domain data
into effective mathematical representations to enable novel munition behaviors based upon
battlespace awareness, network topology, and agile munition control techniques. Modular and
open architected technology is required to support and enable networked, collaborative, and
autonomous (NCA) weapon concepts and capabilities especially in highly contested
environments. Limited communication in contested environments might require decentralized,
high-level cognitive functions: technologies that enable context-aware reasoning, multi-agent
coordination, graceful performance degradation, and inherently flexible or reconfigurable
operation are highly desired. Unified architectures, machine learning techniques, or
mathematical languages applicable to the control and coordination of heterogeneous information
services and that enable verifiable, trusted autonomy are also sought. Network-aware
capabilities, especially technology that cognitively matches machines with human oversight,
would enable assured cooperation and increased capacity for NCA weapon deployment. Finally,
science and technology that allows for fractionated weapon performance (having capability
spread across multiple assets that coordinate to deliver a desired effect) and composable
functions (where disparate capabilities can be combined synergistically to create multiple desired
effects) are also of interest.
Technical POC: Dr. Emily Doucette
AFRL/RWTA (850) 883-0874
Fax: (850) 883-0874
emily.doucette@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWSP)
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
25
---
Technical POC: Mr. Bill Loux
AFRL/RWSP
(850) 883-3920
william.loux.2@us.af.mil
19. RESEARCH AREA 19 - CYBER SURVIVABILITY FOR PRECISION-GUIDED
MUNITIONS (RWTCC)
The AFRL's Weapon Cyber program is seeking cyber survivability (cybersecurity and cyber
resilience integrated) research concepts and approaches that will enhance mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking and communication, and solutions in the area of assured autonomy
for ground and flight systems. Zero Trust capabilities and approaches for sensors, seekers, or
guidance, navigation, and control (GNC) within weapon systems. Concepts and technologies that
enhance the trust/authenticity, confidentiality, integrity, and availability of data at rest, in transit,
or in use.
The development of tools and techniques, for physical and digital, that enhance the ability to
verify and validate security concepts and technologies, as well as assess their performance
impact within a relevant simulated mission context are also sought. Solutions of interest can be
hardware, software, or algorithms/protocols and must be robust for use in real-time, safety-of-
life-critical aviation systems. Example topics of interest include, but are not limited to, radio
frequency (RF) exploitation, multi collaborative root of trust, formal methods, privacy,
authentication/authorization, hardware/software assurance, physics-based security, wireless
communications, network security, security architectures, and secure munitions-specific
algorithms (sensor fusion, GNC, etc.). Solutions focused on detection and/or monitoring are
generally ineffective for munitions applications.
Technical POCs:
Ms. Juanita Riley
AFRL/RWTCC
(850) 882-2955
juanita.riley.2@us.af.mil
20. RESEARCH AREA 20 - STRATEGIC PLANNING, PROTOTYPING, AND
EXPERIMENTATION (RWS)
The objective of this research area is to develop innovative approaches and products to
determine military worth and quantify value propositions for weapon concepts as part of the
Munitions Directorate’s strategic planning process. Specific mission areas of interest include
Air, Space, Cyber, Maritime, Nuclear Deterrence, Special Operations. Techniques for objective
quantification of future weapon technologies, attributes, and their tradespaces critical to
achieving operational objectives are sought. There is also interest in fast-running informative
tools for analysis, study, optimization, and revelation of opportunities to address operational
gaps and shortfalls. Inclusion of should-cost estimates for technologies and cost exchange ratios
for blue-red forces is an important factor to senior leader decision making processes.
26
---
Techniques to efficiently develop strategic planning roadmapping tools which quantify time-
phased performance advancements over baseline technologies and weapon systems are highly
desired. In addition, approaches to aggregate technologies into notional weapon constructs is of
interest as well as novel approaches to evaluate their performance attributes and capability
contributions.
Technical POC: Mr. Avi Nusimow
AFRL/RWS
(850) 882-3917
avi.nusimow@us.af.mil
27
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a Federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
28
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement, but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5 inch x 11 inch
ii. Margins on every page shall be one-inch on top, bottom, left and right sides
iii. Font size shall be standard 12 point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
29
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract, but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
e. Standard Form 424 (SF 424), Requirement for Standard Form 424 (SF 424), Research and
Related Senior/Key Person Profile (Expanded) Form and Security Program Questionnaire:
Include a completed SF 424 with all white papers.
Offeror shall submit as a part of the white paper a completed Standard Form (SF 424),
Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key
Personnel proposed in support of the requirement. Additionally, the offeror shall submit
a completed Security Program Questionnaire. Offeror may be asked to provide a
30
---
mitigation plan for any identified S&T Protection risks. The Government reserves the
right to determine an offeror unawardable on the ground of unacceptable S&T Protection
risk based on its review of the SF 424 and Security Program Questionnaire.
By submitting a white paper, 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 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; and (c) the PI and other key personnel have been made aware of the
requirements under Section 223(a)(1) of this Act. 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).
f. If discussions have occurred about this submission with other than the research area
POC, include name, email and phone of the individuals.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
c. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
31
---
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
32
---
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
3. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. Such invitation does
not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or full
proposals for the specific topic areas. The Calls may also include specific terms that apply to that
Call such as further technical details and any other applicable information. Typically, proposals or
white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offeror’s are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
33
---
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
contract or any other contract, but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
34
---
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability; therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
IX. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
35
---
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Ms. Amy Fortenberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-3657
Email: amy.fortenberry.1@us.af.mil
Mr. Shaun Williams
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-4296
Email: shaun.williams.8@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Mr. Mark Adams
Director of Contracting, AFRL/PK
Air Force Research Laboratory Phone: (937) 904-4407
Email: mark.adams.1@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
X. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS
1. Support Contractors: The AFRL/RW has entered into contracts with support contractors.
Support contractors may support, advise, and assist Government employees with
reviewing and evaluating white paper/formal proposals. These contractors have signed
general non-disclosure agreements and organizational conflict of interest statements. Any
objection to support contractor access must be in writing to the CO and shall include a
detailed statement of the basis for the objection.
36
---
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings (Proposals Only): When requested, a debriefing will be provided. The
debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the
debriefing content may vary to be consistent with the procedures that govern BAAs (FAR
35.016).
4. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
5. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Mar 2016), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory. The contract will also include DFARS 252.211-7007, Reporting of
Government-Furnished Property (Aug 2012).
6. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
7. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
8. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
9. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
37
---
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
10. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Sep 2021), which
requires a contractor to re-represent its size status when certain conditions apply.
11. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Nov 2021). This clause provides the requirement of contractors to enroll as
a Federal Contractor in the E-Verify program within 30 days after contract award.
12. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
13. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
14. Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (Feb
2012), is hereby incorporated by reference.
15. Any award resulting from this announcement will contain a requirement for notifying the
awardee that the Government and select support contractors may be required to evaluate
certain elements of the proposal.
16. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
17. System for Award Management (SAM) Registration: Offerors must be registered in the
SAM database to receive a contract award, and remain registered during performance and
through final payment of any contract or agreement. Offerors who are not already
registered should consider applying for registration before submitting a proposal.
Processing time for registration in SAM, which normally takes 48 hours, should be taken
into consideration when registering. The provision at FAR 52.204-7, System for Award
38
---
Management (SAM) (Oct 2018), applies. The Government shall obtain the contractor’s
annual FAR/DFARS Representations and Certifications (i.e., Reps & Certs) directly from
the SAM repository upon submission of the contractor’s proposal. It is incumbent upon
the contractor to keep their SAM Reps & Certs up to date on an annual basis. Subsequent
award will not occur unless the contractor’s Reps & Certs are current.
18. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract in excess of the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
19. Government Approved Accounting System: An offeror must have a Government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
20. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded): The Degree Type and
Degree Year fields on the Research and Related Senior/Key Person Profile
(Expanded) form will be used by DoD as the source of career information. In addition
to the required fields on the form, applicants must complete these two fields for
individuals that are identified as having the project role of PD/PI or Co-PD/PI on the
form. Additional senior/key persons can be added by selecting the “Next Person”
button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s): This form will be used by DoD as
the source of demographic information, such as gender, race, ethnicity, and disability
information for the Project Director/Principal Investigator and all other persons
identified as Co-Project Director(s)/Co-Principal Investigator(s). Each application
must include this form with the name fields of the Project Director/Principal
Investigator and any Co-Project Director(s)/Co-Principal Investigator(s) completed;
however, provision of the demographic information in the form is voluntary. If
completing the form for multiple individuals, each Co-Project Director/Co-Principal
Investigator can be added by selecting the “Next Person” button. The demographic
information, if provided, will be used for statistical purposes only and will not be
made available to merit reviewers. Applicants who do not wish to provide some or all
39
---
of the information should check or select the “Do not wish to provide” option.
c. DISTRIBUTION A. Approved for public release, distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
Attachment 1: Section K Representations and Certifications
40
---
BAA FA8651-22-S-0001 30 Mar 23 Amendment 2
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
Updated as of 30 Mar 2023
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates and
times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case by case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted as
specified in the individual Calls and evaluated in accordance with the instructions further below.
Offerors should monitor the Contract Opportunities website at https://sam.gov/content/home and
https://www.grants.gov/ in the event this announcement is amended or Calls are issued.
1
---
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
considered to be the results of full and open competition and in full compliance with
the provisions of PL 98-369, the Competition in Contracting Act of 1984. This
acquisition is unrestricted. Small businesses are encouraged to propose on all or any
part of this solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Technology Integration Division (RWI), Strategy Division (RWS), and Science and
Technology Division (RWT).
2. DELIVERABLE ITEMS:
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
2
---
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can be
found at https://www.onr.navy.mil/work-with-us/manage-your-award/manage-grant-
award/grants-terms-conditions.
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:.
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
3
---
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
4
---
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2011). Assertions must be completed with
specificity. Each assertion must identify both the data/software and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third party
computer software. Any third party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or in
excess of an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes, but is not limited to: unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5
---
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
6
---
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
TECHNOLOGY INTEGRATION DIVISION (RWI)
The Technology Integration Division (RWI) leads the Munitions Directorate’s (RW) advanced
technology development (6.3) and digital transformation activities. RWI integrates advanced
components from applied research initiatives and executes high-visibility ground and flight test
demonstrations to rapidly transition next-generation technologies to programs of record and
fielded warfighter capabilities. RWI has three branches. The Air Dominance Branch (RWIA)
develops, integrates, demonstrates, and transitions air dominance weapons technologies across
the counter-air, networked, collaborative, autonomous, and electromagnetic domains. The Digital
Materiel Management Branch (RWID) develops, integrates, demonstrates, and transitions
software tools and advanced architectures to drive model-based systems engineering, automate
agile business processes, and institutionalize open standards. The Global Strike Branch (RWIG)
develops, integrates, demonstrates, and transitions global strike weapons technologies across the
counter-land and counter-maritime domains.
STRATEGY DIVISION (RWS)
The Strategy Division (RWS) is responsible for obtaining information and developing strategic
methodologies to guide RW in near, mid, and long-term activities to meet mission needs. This
includes: 1) Strategic Planning which develops capability and investment plans to meet
warfighter needs, 2) Partnerships to collaborate with customers and partners to develop sound
business practices and opportunities, & 3) Modeling, Simulation, & Analysis of weapon
concepts to build military utility for future investments.
SCIENCE AND TECHNOLOGY DIVISION (RWT)
The Science and Technology Division (RWT) directs and conducts basic, exploratory and
advanced research and development of fuzes, warheads, energetic materials,
guidance/navigation/controls (GNC), autonomy, seeker sciences, weapon cyber defense, AI &
decision making, and weapon algorithm development. In addition, RWT conducts
Computational assessment for air-launched munitions for use with a full array of launch
platforms including fighter, bomber, and remotely-piloted aircraft. RWT consist of the
Computation Engineering Sciences Branch (RWTC), Autonomy, Navigation & Control Branch
(RWTA), Seekers Branch (RWTS), Energetic Materials Branch (RWTE) and Ordnance Branch
(RWTO). RWTC creates, develops and optimizes computational models and simulations,
weapon algorithms, cyber defense approaches and nature inspired systems. RWTA Leads the
development and integration of advanced aerodynamics modeling & simulation, artificial
intelligence and decision-making, multi-agent teaming, and navigation technology across the
Munitions Directorate. RWTS researches, develops, demonstrates, and transitions weapon
seeker science and technology for precision guided munitions. RWTE discovers, develops,
integrates, and transitions energetic materials technology that maximizes weapon lethality,
survivability, and safety for air-delivered munitions. In addition, RWTE operates the High
Explosives Research & Development (HERD) facility which is responsible for the development
of energetic materials from concept formulation through pilot plant production for transition into
existing or future inventory weapon systems. RWTO is responsible for research and
8
---
development of technologies to enable revolutionary fuzing and warhead capabilities for current
and future weapon systems. RWTO discovers, develops, demonstrates, and transitions ordnance
science and technology that maximizes air-delivered munitions effectiveness.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWTTA)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance and navigation systems, networked communication systems,
and precision effect ordnance and fuzing systems. The goal of this work is to perform research
on technologies for development of agile weapon airframes that are capable of being deployed or
dispensed from unmanned and manned platforms (e.g., 5th/6th-generation fighters) and which
can deliver precision-controlled effects against fixed and mobile ground targets and air targets in
highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling technologies in
the following research areas are of interest: agile weapon airframes for high-speed flight regimes
(e.g., air-launched unitary subsonic to supersonic guided weapons, air-launched supersonic to
low hypersonic air-intercept, and long-range hypersonic strike weapons); high-agility airframes
capable of aggressive flight maneuvers for terminal target intercept; networked collaboration;
compressed carriage munitions and release mechanisms; robust, low-cost, compact control and
actuation systems (aero and propulsive) for small weapons; compact power for small weapons;
and small weapon design, carriage, and dispensing technology. Proposed research should have a
sound basis in credible theories, principles, and methodologies of dynamical systems,
aerodynamics, structural dynamics, machine learning, material sciences, propulsion,
thermodynamics, aeroelasticity, aerothermoelasticity, and aeromechanics. Efforts should also
exploit advances in other weapon subsystem technologies (e.g., advanced sensors and seekers,
guidance and control algorithms, networked enabled weapons and information architectures,
controlled effects ordnance, divert and attitude control systems, flexible or morphing bodies), be
amenable to further development through sound principles of systems engineering, and offer the
potential for significantly improving affordable weapon aerial systems capabilities, effectiveness
and manufacturability. In the context of this research area, innovative and novel concepts based
upon emerging science and technology are encouraged; incremental evolutionary capability of
existing technologies are of low interest.
Technical POC: Dr. Daniel Reasor
AFRL/RWTAA850937
(850) 882-8221
daniel.reasor@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SENSORS, INFORMATION PROCESSING,
AND CONTROL (RWTCA)
Flying insects and smart munitions often need to perform similar tasks that require sensing, processing,
and control. However, biological systems tend to be much more robust and have significantly lower size,
weight, and power (SWaP) than their engineered counterparts. In fact, flying insects are existence proofs
of goal-oriented, autonomous agents that can detect, identify, and intercept targets while avoiding threats
in uncertain and highly dynamic environments. Researchers at the Munitions Directorate are determined
to understand the principles underlying the abilities of relevant biological organisms (not just flying
insects) and apply those principles to future engineered systems to improve performance, lower SWaP,
and achieve trusted autonomy in man-made systems. We refer to such systems as bioprincipic and we
10
---
believe this approach may lead to revolutionary concepts and capabilities for future Air Force
systems. The Government wants to use what is understood about the natural sensors to build
small and affordable autonomous munitions sensors. Sensors of interest include multi-spectral
and polarimetric electro-optical / infrared (EO/IR) imaging sensors, mechanosensors of various
types and applications (including acoustic sensors), magnetosensors, and chemosensors. Often
biological systems use multiple sensing modalities and efficiently combine the sensor outputs to
achieve robust behavior in dynamic environments. Furthermore, an integrated sensor design
includes not only the hardware component, but the "software" or "algorithm" that does the
information processing. The Department of Defense is interested in sparse/compressive sensing,
neuromorphic/spiking architectures, and analog and hybrid processing techniques when they
show speed and accuracy advantages over pure digital processing. Proposed concepts should
support the mission of the Munitions Directorate.
Technical POC: Dr. Nick Rummelt
AFRL/RWTCA
(850) 883-0886
Fax: (850) 882-3344
nicholas.rummelt@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWTCA)
a. RWTCA is interested in investigating all aspects of Automatic Target Recognition (ATR)
/ Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) /
Autonomous Target Reacquisition (ATR) technology as it applies to seekers for
conventional guided weapons. Interests range from basic signal and image processing
foundations through tower and flight test of advanced, real-time ATR/host signal
processor implementations. Technical approaches in the areas of pattern recognition,
computer vision, deep learning, machine learning, autonomous systems, and cooperative
systems as they apply to weapon seekers are of interest.
b. The following technologies and research areas are of particular interest:
1) AI/ML and/or traditional algorithms for weapon seeker target acquisition or re-
acquisition.
2) Investigations and analyses of AI/ML and/or traditional algorithms leading to a better
fundamental understanding of their operation and limitations; especially with respect
to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML and/or traditional
algorithms.
4) Approaches for training AI/ML or traditional algorithms with synthetic target data
that result in good target recognition performance when using real target data (e.g.
synthetic to real domain adaptation).
11
---
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Approaches to perform image processing, computer vision, or ATR functions directly
using compressively sensed image data before (or instead of) image reconstruction.
13) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
14) Software and/or hardware approaches that fully automate the image ground truthing
process and provide approximate pixel-level target/background labeling of data sets.
The process could be implemented as part of the data collection process or as a post-
collection process.
15) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
16) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
12
---
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
17) Algorithms or integrated software and hardware approaches that develop or
demonstrate alternative navigation capabilities. This may include approaches for
radar-aided navigation, celestial-based navigation in a form-factor relevant for
munitions, and other non-GNSS (global navigation satellite system)-based navigation
approaches.
Technical POC: Dr. David Gray
AFRL/RWTCA
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWTSH)
RWTSH is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWTSH exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
Weapon Open System Architecture (WOSA), and hypersonic weapons. Emphasis for simulation
technology research is on advancement and improvement of scene projection and injection
technologies, real-time target scene modeling techniques, target phenomenology models,
simulation architectures, RF target simulators, cryogenic space simulation technology, run-time
lethality assessment and high bandwidth motion simulators. In general, innovative solutions that
enhance the fidelity and accuracy of HIL simulation and allow for more efficient performance
verification for advanced munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWTSH
(850) 883-0867
Fax: (850) 882-4128
rhoe.thompson@us.af.mil
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWWGH)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
13
---
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Missile Defense Agency (MDA) and Department of the Air Force (DAF) threats, urban
environments, chemical/biological effects, coupling and integration of scene generation software,
multiple sensor views, and advanced computing techniques. These SG improvements must be
designed to streamline the process for evaluating guided munitions concepts from initial design
to final implementation, lowering development costs and shortening time from drawing board to
battlefield. The improved testing realism will provide confidence that the munitions will perform
as expected under a much wider variety of combat conditions than previously possible.
Technical POC: Mr. Darryl Huddleston
AFRL/RWWGH
(850) 883-7060
Fax: (850) 882-4128
darryl.huddleston@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWTSE)
RWTSE has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
signal from the background environment, condition the signal, and store the data are
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
14
---
Technical POC: Mr. James Savage
AFRL/RWTSE
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY
(RWTAN)
RWTAN is developing global positioning system (GPS)-enabled and alternative position,
navigation, and timing (alt-PNT) technologies to provide robust PNT solutions for single-
weapon and network-enabled weapon system concepts. GPS technologies of interest are anti-jam
techniques including spatial and temporal anti-jam technologies and miniature GPS antenna
technologies, including leveraging these technologies to identify and localize the
jamming/spoofing sources. Alt-PNT technologies of interest include a wide variety of sensor
aiding including passive sensing (electro-optical, infrared, passive millimeter wave, magnetic,
external radio frequency sources, etc.) and active sensing which are appropriate for one or more
combinations of altitudes, speeds, environments (over water/land, day/night, etc.), as well as
size, weight, power, and cost restrictions. Navigation and estimation developments may also
include theoretical foundations for improved data fusion or optimization methods, efficient or
new data pre-processing, or other enabling technologies, subsystems, or concepts.
Technical POC: Dr. Kevin Brink
AFRL/RWTAN
kevin.brink@us.af.mil
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWSA)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, campaign (many-on-
many, military worth), level modeling techniques, tools, and analysis methods as well as virtual
and constructive digital simulation which lend themselves to the quick and effective evaluation
of advanced weapon concepts. Concepts include, but are not limited to, intercommunicative
weapons, novel damage mechanisms, lethal and novel destruct mechanisms, multiple targeting,
and time-critical delivery. Detailed modeling includes, but is not limited to, sensors,
aerodynamics, autopilots, navigation and guidance schemes, propulsion, warheads, fuzes,
datalinks, error filters, environment (wind, fog, and dust), lethality, vulnerability, and threats.
Scenario development and visualization at each level of MS&A is also sought. Research into
new simulation toolsets and architectures designed for this purpose will also be considered.
Additionally, environmental factors that influence a weapon’s performance can be considered.
This can include but not be limited to urban environments, collaborative simulation
environments, Anti-Access/Area Denial (A2/AD) type environments, scenario generation, and
infrastructure simulation common to environments that weapons may operate in. Existing tools
15
---
of interest include, but are not limited to, ESAMS, RADGUNS, MATLAB/Simulink, AFSIM,
EADSIM, and STORM. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all of the specific areas of MS&A. Some or all of the work
performed under this BAA Research Area will be performed on-site (i.e., at the Government
facility). Personal/facility security clearances at the SECRET level may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWSAE
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWSAE
(850) 883-2333
Rusty.coleman.1@us.af.mil
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWSAL)
a. The Air Force Research Laboratory Munitions Directorate has the mission to assess
the performance and effectiveness of conventional inventory and conceptual weapon
systems, both kinetic energy and directed energy, lethal and non-lethal, against a
myriad of potential targets. The objective of this effort is to support AFRL/RW in
assessing inventory and concept weapons against existing and developing targets.
This work is broken out into three areas: 1) Target Vulnerability and Weapon
Effectiveness, 2) Computational Mechanics, and 3) Novel Test Instrumentation and
Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools,
target models, and processes as part of AFRL's R&D efforts. These efforts will
identify potential vulnerabilities in targets and their subcomponents for conventional
or concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual
munitions when deployed against targets and critical components. Targets of
interest can include, but are not limited to maritime (above and below water level),
mobile, fixed (above and below ground), hard and deeply buried, chem-bio, and air-
to-air. This research will allow development of new techniques or enhancement of
existing techniques to measure and compare weapon effectiveness, collateral
damage, and potential collateral hazards. Research will include improvements in our
ability to predict and measure component vulnerability and functional defeat
allowing assessment of weapon effects that degrade a target's ability to perform its
intended functions without necessarily destroying it. It could also include research
and modeling of new or conceptual damage mechanisms. Development of new
target and associated functional models as well as advanced methodologies to
16
---
capture the physics of structural response to conventional weapon effects would
improve our abilities to assess current and conceptual weapons and ways to exploit
high-interest targets or newly discovered vulnerabilities. Research to enhance or
develop methodologies to account for the target-critical equipment/components, and
their interconnections, and associated failure logic and failure modes could be
required. Mathematical methods related to statistics and stochastic modeling, as
related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to ASAP, MLAT,
AJEM, ARM, BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN,
FATEPEN, IMEA, JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE,
WEAPS, and WinBLAST. In addition to improving any existing toolset, new
methods for integrating high-fidelity computational mechanics codes into existing
lethality frameworks and toolsets are an area of emerging interest. Simulation
frameworks of interest are Endgame. We are also interested in coupling various
lethality codes into digital engineering architectures, and with other codes and
models.
2) Computational Mechanics: The performance assessment and development of
advanced conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. This includes warheads for anti-
maritime (above and below water line), weapons for ground targets, and air-to-air
warheads. The emphasis of this effort is the development and validation of first
principles continuum mechanics codes (finite- element, finite difference) yielding
high-fidelity weapon and target simulations. Areas of particular interest include
penetration mechanics, high-strain-rate fracture dynamics and constitutive
modeling, modeling the shock survivability of fuze electronic components,
predictive models for the change in material properties due to thermal cycling
(energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide
the development of more accurate continuum scale and meso-scale material models
for reactive (energetics, reactive metals) and non-reactive materials, localized shear
band formation, high-pressure/high-strain-rate modeling of geologic and
geologically derived materials, modeling of reacting droplet and particulate flows,
equation of state and constitutive models for chemical and biological agents,
numerical modeling of neutralization mechanisms for biological and chemical
agents, hydrodynamic ram, atomization and aerosolization of chemical and
biological agents, direct numerical simulation of detonations, coupled detonation
physics and multi-phase flow, turbulent flows, accurate and efficient boundary
interface treatments, the ability to span several orders of magnitude in spatial and
temporal length scales, and advanced numerical methods. In addition, statistical and
stochastic, machine learning, and deep learning methods to generate special-
purpose, fast-running models from large-scale datasets produced with computational
mechanics codes is an emerging need. In order to meet emerging needs in digital
engineering and digital twins, we are interested in approaches using Physically
17
---
Inspired Neural Networks (PINNs) or similar approaches to developing machine
learning surrogates of our weapon design and analysis codes. These codes typically
perform numerical solutions of systems of partial differential equations with
complex material models for material response. We are also interested in coupling
various high-resolution codes into digital engineering architectures, and with other
codes and models.
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or, techniques for gathering
and analyzing test data in order to: 1) gather data with respect to new damage
mechanisms and/or novel effects, and 2) reduce the cost and/or manpower needed
to collect weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWSA
(850) 883-2658
Kirk.vanden@us.af.mil
Initial contact through email is preferred during the pandemic.
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWTOD)
Technologies and concepts are sought for effective, robust and affordable warhead and ordnance
components in the areas of air and space defense to include: counter-maritime, counter-air,
networked, collaborative autonomous (NCA), airbase defense, combined effects (including non-
kinetic effectors), air dominance missiles, high speed weapon and long range strike weapons,
ordnance of modular architecture weapons and swarming weapons. More specific, near-term
challenges provide the call for research interests are in the advanced manufacturing of warhead
materials and structures, shock response and equation of state for case materials; research into
relevant target materials, fracture and fragmentation; penetration/perforation mechanics; and
improving the suite of diagnostics to best extract the high-rate and violent environments of these
ordnance systems. Innovative technologies for multi-functional materials are sought as well. There
is interest in unique, innovative and high-performance payoff technologies that integrate the
ordnance package in accordance with the larger system or engagement scenario. Also desired are
highly agile and end-game responsive adaptation of the ordnance package; tailorable or synergistic
output that ensures optimal energy use and coupling to target; selectable effects that maximize the
use of system data and capabilities. Warhead and end-game effector technologies are sought for
low-cost but effective Air Dominance missiles as well as future self-defense missile capability.
Traditional and non-traditional concepts are sought to maximize the loadout and effectiveness of
5th-6th Generation aircraft.
Technical POC: Dr. Nydeia Bolden-Frazier
AFRL/RWTOD
(850) 882-6867
Fax: (850) 883-1380
nydeia.bolden-frazier@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWTO)
18
---
a. RWTO develops, demonstrates, and transitions technologies that have application to
fuzes for air-delivered weapons, including, but not limited to, guided and unguided
bombs, missiles, and submunitions. Fuzes must reliably remain in a safe mode until the
appropriate post-deployment environments (such as freefall) are sensed; the fuze must
then arm the weapon and, upon receiving a signal from a target detection device (TDD),
initiate the explosive fill (or other damage mechanism). RWTO thus seeks proposals for
innovative technologies that can be integrated into the design or testing of air-delivered
weapon fuzes.
b. RWTO is particularly interested in fuzes (including submunition fuzes) and related
component or material technologies that are capable of surviving the repetitive, multi-
axis shock environment experienced by a fuze during penetration of a hardened target
and functioning the warhead. Materials that mitigate all or some portion of the shock
spectrum are also of interest. Unique inertial detection devices or non-inertial detection
devices are of interest. However, current test technologies do not fully duplicate the
multi-axial fuze environment in terms of duration, repetitive high-acceleration loading,
and other aspects of the mechanical loading profile. This necessitates extremely
expensive sled tests for fuze research, testing, qualification, and performance evaluation.
Therefore, there is interest in laboratory and field test techniques and equipment to
duplicate these repetitive, multi-axial shocks.
c. Additional penetration fuzing-specific research tasks of interest include, but are not
limited to, the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
d. RWTO is also interested in improved sensors, techniques, and/or systems for second
safety environment sensing (as defined in MIL-STD-1316) for a wide range of
demonstration projects from miniature munitions to safety-critical payloads on
19
---
hypersonic airframes. In the area of miniature and micro-munition fuzing, research tasks
of interest include, but are not limited to, the following:
1) Reliable miniature three port air valve with temperature operating range of -55 to +75
degrees C
2) Ground profiling fuze sensor technology
3) Active imaging aimpoint selecting fuze sensor technology
e. In the area of fuzing the payloads on high-speed airframes, research tasks of interest
include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
f. The final area of focused interest is in the area of in-line and out-of-line initiation
systems. The RWTO Advanced Initiation Science Group is interested in novel ignition
devices or ignition circuitry that can enhance reliability while reducing energy budgets
for initiation systems. Additionally, concepts that would enable novel warhead designs
are of interest. The Government is also interested in novel or more inherently robust
manufacturing processes that can be applied to components within initiation systems.
Finally, there is interest in modeling and simulation methods or techniques for
characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
20
---
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWTE)
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Topics related to the processing and manufacturing of explosives,
oxidizers, and fuels to modify their sensitivity, processability, and performance such as
recrystallization, coating, particle size/polymorphism/habit modification, and surface treatments
other are included. Energetic materials characterization tools of relevance include, but are not
limited to, static and dynamic mechanical properties measuring devices as well as microscopy
and tomography. Use of computational tools to predict formulation properties and reactive flow
models, including survivability and processing, is of interest. Constitutive modeling of these
materials, including mesoscale descriptions of their dynamic mechanical response, initiation
mechanisms and reactive equations of state are included as well. Novel approaches for
formulating, processing, enhancing the mechanical properties (i.e., strength, toughness) and
characterizing the special features of energetic materials and functionally graded materials in
terms of their performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay AFRL/RWTE
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 - FACILITIES AND EQUIPMENT ENABLING ORDNANCE
TECHNOLOGIES AND ADVANCED ENERGETICS (RWTM)
AFRL/RWT anticipates a need for new, improved, and often unique capabilities to support
expanding future in-house research in the areas of ordnance technologies and advanced
energetics. These new RWT facilities, equipment and instrumentation will enable world-class
research, development, integration, fabrication and testing of emerging ordnance technologies
from fundamental science to demonstrating prototype munition-system concepts. As most of the
needs are unique, developing the concepts and preliminary designs for the new equipment and
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of particular interest
are proposals for concept development, preliminary design, capability assessment, associated
21
---
cost estimates and delivery of prototype capability for the new research equipment that will be
required to pursue revolutionary changes in ordnance technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWT
(850) 882-2007
timothy.tobik@us.af.mil
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWTS)
RWTS is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets, and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWTS
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWID)
22
---
a. Modular and open systems are an important element to obtain faster and cheaper
solutions empowering programs with the use of competition throughout the lifecycle of a
system. Modular Open Systems Approach language has been incorporated into statues as
of the 2017 NDAA (10 U.S.C. §2446a). We are looking for modular and open solutions
for munition systems. Solutions are needed to handle hardware and software design that
promotes modularity and provides the necessary data rights to enable competition for
modular components. Technologies and processes to enable severability of a system with
respect to hardware and software, identification of data required to allow interoperation
of hardware and software, and strategies to verify acquisition is adequate for future
competition are highly desired. Modular Open Architecture synergizes well with model-
based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a
requirement or design change occurs.
b. Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWID
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Christopher Neal
AFRL/RWID
(850) 875-6005
christopher.neal.8@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RWHW)
a. The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM
research mission directly, which in turn addresses the nation’s impending shortfall in the
STEM workforce. Munitions Directorate members have individually performed a wide
23
---
variety of STEM outreach tasks at both local and national levels as part of their
professional commitment to the community for many years. The Munitions Directorate
K-12 STEM Outreach program seeks to sustain and expand STEM outreach throughout
the local area as well as the greater southeast region. Nationally, the AFRL Munitions
Directorate maintains a solid, robust internship program which brings students into the
laboratory environment to directly benefit Directorate research and provide maximum
exposure to students across a broad spectrum of educational backgrounds. Students
conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-12 STEM
education and encourage greater numbers of US citizen high school graduates to pursue
college degrees, certifications, and careers in STEM. The STEM Outreach program also
seeks to increase diversity in STEM by specifically addressing communities that have
traditionally been underserved by STEM as well as students who are underrepresented in
STEM degree programs, certifications, and careers.
b. The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the
community and nation to partnerships with universities, technical schools, K-12 school
systems, nonprofit foundations, professional and industry societies, and other agencies in
Northwest Florida. These partnerships provide K-12 teachers and students in Northwest
Florida with rich and wide experiences in STEM, including:
1) Training of K-12 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-12 students and teachers,
and “sustainment of interest” experiences for older K-12 students and teachers.
c. STEM outreach activities supported may include providing financial assistance to
organizations supporting STEM activities, providing funding and support for national
competitions by arranging for DoD personnel to participate as speakers, mentors,
coaches, judges, and presenters, providing support for STEM education and outreach
conferences, and supporting teacher STEM education and training initiatives. Stipends
for teachers undertaking professional training in connection with these activities may be
supported as well as funding for the acquisition of materials and resources needed to
launch, implement, assess, and improve STEM oriented programs. AFRL encourages the
projects and program results to be published in appropriate publications and academic
journals at the end of the period of performance. Participants are encouraged to develop
innovative approaches that utilize their unique assets, capabilities, locations, and
personnel. White papers should identify projects/programs and methods that will be used
to foster and develop students in STEM fields that are relevant to the DoD mission.
Technical POC: Mr. Brian Mitchell
AFRL/RWHW
(850) 883-2503
brian.mitchell.36@us.af.mil
24
---
17. RESEARCH AREA 17 - WEAPON AUTONOMY AND CONTROL TECHNOLOGY
RESEARCH (RWTA)
RWTA is interested in novel hardware, software, and algorithms to synthesize multi-domain data
into effective mathematical representations to enable novel munition behaviors based upon
battlespace awareness, network topology, and agile munition control techniques. Modular and
open architected technology is required to support and enable networked, collaborative, and
autonomous (NCA) weapon concepts and capabilities especially in highly contested
environments. Limited communication in contested environments might require decentralized,
high-level cognitive functions: technologies that enable context-aware reasoning, multi-agent
coordination, graceful performance degradation, and inherently flexible or reconfigurable
operation are highly desired. Unified architectures, machine learning techniques, or
mathematical languages applicable to the control and coordination of heterogeneous information
services and that enable verifiable, trusted autonomy are also sought. Network-aware
capabilities, especially technology that cognitively matches machines with human oversight,
would enable assured cooperation and increased capacity for NCA weapon deployment. Finally,
science and technology that allows for fractionated weapon performance (having capability
spread across multiple assets that coordinate to deliver a desired effect) and composable
functions (where disparate capabilities can be combined synergistically to create multiple desired
effects) are also of interest.
Technical POC: Dr. Emily Doucette
AFRL/RWTA (850) 883-0874
Fax: (850) 883-0874
emily.doucette@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWSP)
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
Technical POC: Mr. Bill Loux
AFRL/RWSP
(850) 883-3920
william.loux.2@us.af.mil
19. RESEARCH AREA 19 - CYBER SURVIVABILITY FOR PRECISION-GUIDED
MUNITIONS (RWTCC)
25
---
The AFRL's Weapon Cyber program is seeking cyber survivability (cybersecurity and cyber
resilience integrated) research concepts and approaches that will enhance mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking and communication, and solutions in the area of assured autonomy
for ground and flight systems. Zero Trust capabilities and approaches for sensors, seekers, or
guidance, navigation, and control (GNC) within weapon systems. Concepts and technologies that
enhance the trust/authenticity, confidentiality, integrity, and availability of data at rest, in transit,
or in use.
The development of tools and techniques, for physical and digital, that enhance the ability to
verify and validate security concepts and technologies, as well as assess their performance
impact within a relevant simulated mission context are also sought. Solutions of interest can be
hardware, software, or algorithms/protocols and must be robust for use in real-time, safety-of-
life-critical aviation systems. Example topics of interest include, but are not limited to, radio
frequency (RF) exploitation, multi collaborative root of trust, formal methods, privacy,
authentication/authorization, hardware/software assurance, physics-based security, wireless
communications, network security, security architectures, and secure munitions-specific
algorithms (sensor fusion, GNC, etc.). Solutions focused on detection and/or monitoring are
generally ineffective for munitions applications.
Technical POCs:
Ms. Juanita Riley
AFRL/RWTCC
(850) 882-2955
juanita.riley.2@us.af.mil
20. RESEARCH AREA 20 - STRATEGIC PLANNING, PROTOTYPING, AND
EXPERIMENTATION (RWS)
The objective of this research area is to develop innovative approaches and products to
determine military worth and quantify value propositions for weapon concepts as part of the
Munitions Directorate’s strategic planning process. Specific mission areas of interest include
Air, Space, Cyber, Maritime, Nuclear Deterrence, Special Operations. Techniques for objective
quantification of future weapon technologies, attributes, and their tradespaces critical to
achieving operational objectives are sought. There is also interest in fast-running informative
tools for analysis, study, optimization, and revelation of opportunities to address operational
gaps and shortfalls. Inclusion of should-cost estimates for technologies and cost exchange ratios
for blue-red forces is an important factor to senior leader decision making processes.
Techniques to efficiently develop strategic planning roadmapping tools which quantify time-
phased performance advancements over baseline technologies and weapon systems are highly
desired. In addition, approaches to aggregate technologies into notional weapon constructs is of
interest as well as novel approaches to evaluate their performance attributes and capability
contributions.
Technical POC: Mr. Avi Nusimow
26
---
AFRL/RWS
(850) 882-3917
avi.nusimow@us.af.mil
27
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a Federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
28
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement, but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5 inch x 11 inch
ii. Margins on every page shall be one-inch on top, bottom, left and right sides
iii. Font size shall be standard 12 point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
29
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract, but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
e. Standard Form 424 (SF 424), Requirement for Standard Form 424 (SF 424), Research and
Related Senior/Key Person Profile (Expanded) Form and Security Program Questionnaire:
Include a completed SF 424 with all white papers.
Offeror shall submit as a part of the white paper a completed Standard Form (SF 424),
Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key
Personnel proposed in support of the requirement. Additionally, the offeror shall submit
a completed Security Program Questionnaire. Offeror may be asked to provide a
30
---
mitigation plan for any identified S&T Protection risks. The Government reserves the
right to determine an offeror unawardable on the ground of unacceptable S&T Protection
risk based on its review of the SF 424 and Security Program Questionnaire.
By submitting a white paper, 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 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; and (c) the PI and other key personnel have been made aware of the
requirements under Section 223(a)(1) of this Act. 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).
f. If discussions have occurred about this submission with other than the research area
POC, include name, email and phone of the individuals.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
c. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
31
---
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
32
---
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
3. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. Such invitation does
not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or full
proposals for the specific topic areas. The Calls may also include specific terms that apply to that
Call such as further technical details and any other applicable information. Typically, proposals or
white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offeror’s are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
33
---
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
contract or any other contract, but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
34
---
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability; therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
IX. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
35
---
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Ms. Amy Fortenberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-3657
Email: amy.fortenberry.1@us.af.mil
Mr. Shaun Williams
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-4296
Email: shaun.williams.8@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Mr. Mark Adams
Director of Contracting, AFRL/PK
Air Force Research Laboratory Phone: (937) 904-4407
Email: mark.adams.1@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
X. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS
1. Support Contractors: The AFRL/RW has entered into contracts with support contractors.
Support contractors may support, advise, and assist Government employees with
reviewing and evaluating white paper/formal proposals. These contractors have signed
general non-disclosure agreements and organizational conflict of interest statements. Any
objection to support contractor access must be in writing to the CO and shall include a
detailed statement of the basis for the objection.
36
---
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings (Proposals Only): When requested, a debriefing will be provided. The
debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the
debriefing content may vary to be consistent with the procedures that govern BAAs (FAR
35.016).
4. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
5. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Mar 2016), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory. The contract will also include DFARS 252.211-7007, Reporting of
Government-Furnished Property (Aug 2012).
6. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
7. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
8. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
9. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
37
---
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
10. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Sep 2021), which
requires a contractor to re-represent its size status when certain conditions apply.
11. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Nov 2021). This clause provides the requirement of contractors to enroll as
a Federal Contractor in the E-Verify program within 30 days after contract award.
12. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
13. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
14. Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (Feb
2012), is hereby incorporated by reference.
15. Any award resulting from this announcement will contain a requirement for notifying the
awardee that the Government and select support contractors may be required to evaluate
certain elements of the proposal.
16. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
17. System for Award Management (SAM) Registration: Offerors must be registered in the
SAM database to receive a contract award, and remain registered during performance and
through final payment of any contract or agreement. Offerors who are not already
registered should consider applying for registration before submitting a proposal.
Processing time for registration in SAM, which normally takes 48 hours, should be taken
into consideration when registering. The provision at FAR 52.204-7, System for Award
38
---
Management (SAM) (Oct 2018), applies. The Government shall obtain the contractor’s
annual FAR/DFARS Representations and Certifications (i.e., Reps & Certs) directly from
the SAM repository upon submission of the contractor’s proposal. It is incumbent upon
the contractor to keep their SAM Reps & Certs up to date on an annual basis. Subsequent
award will not occur unless the contractor’s Reps & Certs are current.
18. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract in excess of the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
19. Government Approved Accounting System: An offeror must have a Government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
20. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded): The Degree Type and
Degree Year fields on the Research and Related Senior/Key Person Profile
(Expanded) form will be used by DoD as the source of career information. In addition
to the required fields on the form, applicants must complete these two fields for
individuals that are identified as having the project role of PD/PI or Co-PD/PI on the
form. Additional senior/key persons can be added by selecting the “Next Person”
button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s): This form will be used by DoD as
the source of demographic information, such as gender, race, ethnicity, and disability
information for the Project Director/Principal Investigator and all other persons
identified as Co-Project Director(s)/Co-Principal Investigator(s). Each application
must include this form with the name fields of the Project Director/Principal
Investigator and any Co-Project Director(s)/Co-Principal Investigator(s) completed;
however, provision of the demographic information in the form is voluntary. If
completing the form for multiple individuals, each Co-Project Director/Co-Principal
Investigator can be added by selecting the “Next Person” button. The demographic
information, if provided, will be used for statistical purposes only and will not be
made available to merit reviewers. Applicants who do not wish to provide some or all
39
---
of the information should check or select the “Do not wish to provide” option.
c. DISTRIBUTION A. Approved for public release, distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
Attachment 1: Section K Representations and Certifications
40
---
BAA_FA8651-22-S-0001 Amendment 4
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
Updated as of 08 March 2024
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates and
times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case by case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted as
specified in the individual Calls and evaluated in accordance with the instructions further below.
Offerors should monitor the Contract Opportunities website at https://sam.gov/content/home and
https://www.grants.gov/ in the event this announcement is amended or Calls are issued.
1
---
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
considered to be the results of full and open competition and in full compliance with
the provisions of PL 98-369, the Competition in Contracting Act of 1984. This
acquisition is unrestricted. Small businesses are encouraged to propose on all or any
part of this solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Technology Integration Division (RWI), Strategy Division (RWS), and Science and
Technology Division (RWT).
2. DELIVERABLE ITEMS:
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
2
---
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can be
found at https://www.onr.navy.mil/work-with-us/manage-your-award/manage-grant-
award/grants-terms-conditions.
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:.
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
3
---
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
4
---
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2011). Assertions must be completed with
specificity. Each assertion must identify both the data/software and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third party
computer software. Any third party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or in
excess of an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes, but is not limited to: unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5
---
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
6
---
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
TECHNOLOGY INTEGRATION DIVISION (RWI)
The Technology Integration Division (RWI) leads the Munitions Directorate’s (RW) advanced
technology development (6.3) and digital transformation activities. RWI integrates advanced
components from applied research initiatives and executes high-visibility ground and flight test
demonstrations to rapidly transition next-generation technologies to programs of record and
fielded warfighter capabilities. RWI has three branches. The Air Dominance Branch (RWIA)
develops, integrates, demonstrates, and transitions air dominance weapons technologies across
the counter-air, networked, collaborative, autonomous, and electromagnetic domains. The Digital
Materiel Management Branch (RWID) develops, integrates, demonstrates, and transitions
software tools and advanced architectures to drive model-based systems engineering, automate
agile business processes, and institutionalize open standards. The Global Strike Branch (RWIG)
develops, integrates, demonstrates, and transitions global strike weapons technologies across the
counter-land and counter-maritime domains.
STRATEGY DIVISION (RWS)
The Strategy Division (RWS) is responsible for obtaining information and developing strategic
methodologies to guide RW in near, mid, and long-term activities to meet mission needs. This
includes: 1) Strategic Planning which develops capability and investment plans to meet
warfighter needs, 2) Partnerships to collaborate with customers and partners to develop sound
business practices and opportunities, & 3) Modeling, Simulation, & Analysis of weapon
concepts to build military utility for future investments.
SCIENCE AND TECHNOLOGY DIVISION (RWT)
The Science and Technology Division (RWT) directs and conducts basic, exploratory and
advanced research and development of fuzes, warheads, energetic materials,
guidance/navigation/controls (GNC), autonomy, seeker sciences, weapon cyber defense, AI &
decision making, and weapon algorithm development. In addition, RWT conducts
Computational assessment for air-launched munitions for use with a full array of launch
platforms including fighter, bomber, and remotely-piloted aircraft. RWT consist of the
Computation Engineering Sciences Branch (RWTC), Autonomy, Navigation & Control Branch
(RWTA), Seekers Branch (RWTS), Energetic Materials Branch (RWTE) and Ordnance Branch
(RWTO). RWTC creates, develops and optimizes computational models and simulations,
weapon algorithms, cyber defense approaches and nature inspired systems. RWTA Leads the
development and integration of advanced aerodynamics modeling & simulation, artificial
intelligence and decision-making, multi-agent teaming, and navigation technology across the
Munitions Directorate. RWTS researches, develops, demonstrates, and transitions weapon
seeker science and technology for precision guided munitions. RWTE discovers, develops,
integrates, and transitions energetic materials technology that maximizes weapon lethality,
survivability, and safety for air-delivered munitions. In addition, RWTE operates the High
Explosives Research & Development (HERD) facility which is responsible for the development
of energetic materials from concept formulation through pilot plant production for transition into
existing or future inventory weapon systems. RWTO is responsible for research and
8
---
development of technologies to enable revolutionary fuzing and warhead capabilities for current
and future weapon systems. RWTO discovers, develops, demonstrates, and transitions ordnance
science and technology that maximizes air-delivered munitions effectiveness.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWTAA)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance and navigation systems, networked communication systems,
and precision effect ordnance and fuzing systems. The goal of this work is to perform research
on technologies for development of agile weapon airframes that are capable of being deployed or
dispensed from unmanned and manned platforms (e.g., 5th/6th-generation) and which can
deliver precision-controlled effects against fixed and mobile ground targets and air targets in
highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling technologies in
the following research areas are of interest: agile weapon airframes for high-speed flight regimes
(e.g., air-launched unitary subsonic to supersonic guided weapons, air-launched supersonic to
low hypersonic air-intercept, and long-range hypersonic strike weapons); high-agility airframes
capable of aggressive flight maneuvers for terminal target intercept; compressed carriage
munitions and release mechanisms; robust, low-cost, compact control and actuation systems
(aero and propulsive) for small weapons; compact power for small weapons; and small weapon
design, carriage, and dispensing technology. Proposed research should have a sound basis in
credible theories, principles, and methodologies of dynamical systems, aerodynamics, structural
dynamics, machine learning, material sciences, propulsion, thermodynamics, aeroelasticity,
aerothermoelasticity, and aeromechanics. Efforts should also exploit advances in other weapon
subsystem technologies (e.g., advanced sensors and seekers, guidance and control algorithms,
networked enabled weapons and information architectures, controlled effects ordnance, divert
and attitude control systems, flexible or morphing bodies), be amenable to further development
through sound principles of systems engineering, and offer the potential for significantly
improving affordable weapon aerial systems capabilities, effectiveness and manufacturability. In
the context of this research area, innovative and novel concepts based upon emerging science
and technology are encouraged; incremental evolutionary capability of existing technologies are
of low interest.
Technical POC: Dr. Daniel Reasor
AFRL/RWTAA
(850) 882-8221
daniel.reasor@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SENSORS, INFORMATION PROCESSING,
AND CONTROL (RWTCA)
Flying insects and smart munitions often need to perform similar tasks that require sensing, processing,
and control. However, biological systems tend to be much more robust and have significantly lower size,
weight, and power (SWaP) than their engineered counterparts. In fact, flying insects are existence proofs
of goal-oriented, autonomous agents that can detect, identify, and intercept targets while avoiding threats
in uncertain and highly dynamic environments. Researchers at the Munitions Directorate are determined
to understand the principles underlying the abilities of relevant biological organisms (not just flying
insects) and apply those principles to future engineered systems to improve performance, lower SWaP,
and achieve trusted autonomy in man-made systems. We refer to such systems as bioprincipic and we
10
---
believe this approach may lead to revolutionary concepts and capabilities for future Air Force
systems. The Government wants to use what is understood about the natural sensors to build
small and affordable autonomous munitions sensors. Sensors of interest include multi-spectral
and polarimetric electro-optical / infrared (EO/IR) imaging sensors, mechanosensors of various
types and applications (including acoustic sensors), magnetosensors, and chemosensors. Often
biological systems use multiple sensing modalities and efficiently combine the sensor outputs to
achieve robust behavior in dynamic environments. Furthermore, an integrated sensor design
includes not only the hardware component, but the "software" or "algorithm" that does the
information processing. The Department of Defense is interested in sparse/compressive sensing,
neuromorphic/spiking architectures, and analog and hybrid processing techniques when they
show speed and accuracy advantages over pure digital processing. Proposed concepts should
support the mission of the Munitions Directorate.
Technical POC: Dr. Nick Rummelt
AFRL/RWTCA
(850) 883-0886
Fax: (850) 882-3344
nicholas.rummelt@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWTCA)
a. RWTCA is interested in investigating all aspects of Automatic Target Recognition (ATR)
/ Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) /
Autonomous Target Reacquisition (ATR) technology as it applies to seekers for
conventional guided weapons. Interests range from basic signal and image processing
foundations through tower and flight test of advanced, real-time ATR/host signal
processor implementations. Technical approaches in the areas of pattern recognition,
computer vision, deep learning, machine learning, autonomous systems, and cooperative
systems as they apply to weapon seekers are of interest.
b. The following technologies and research areas are of particular interest:
1) Artificial Intelligence (AI) /Machine Learning (ML), Deep Learning (DL) and/or
traditional algorithms for weapon seeker target acquisition or re-acquisition.
2) Investigations and analyses of AI/ML/DL and/or traditional algorithms leading to a
better fundamental understanding of their operation and limitations; especially with
respect to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML/DL and/or
traditional algorithms.
4) Approaches for training AI/ML/DL or traditional algorithms with synthetic target
data that result in good target recognition performance when using real target data
(e.g. synthetic to real domain adaptation).
11
---
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
13) Software and/or hardware approaches that more fully automate the data ground
truthing process and provide approximate pixel-level target/background labeling of
data sets. The process could be implemented as part of the data collection process or
as a post-collection process. Objective here is to automate /mechanize data labeling
to the maximum extent possible during the data collection process.
14) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
15) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
12
---
16) Algorithms or integrated software and hardware approaches that develop or
demonstrate alternative navigation capabilities. This may include approaches for
radar-aided navigation, celestial-based navigation in a form-factor relevant for
munitions, and other non-GNSS (global navigation satellite system)-based navigation
approaches.
17) Alternative low-power architectures and associated representation (neuromorphic,
quantum, etc..) for target detection, recognition, and tracking.
Technical POC: Dr. David Gray
AFRL/RWTCA
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWTSH)
RWTSH is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWTSH exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
alternate navigation concepts, and high-speed weapon environmental effects models. Emphasis
for simulation technology research is on advancement and improvement of scene projection and
injection technologies, real-time target scene modeling techniques, target phenomenology
models, simulation architectures, RF target simulators, run-time lethality assessment and high
bandwidth motion simulators. In general, innovative solutions that enhance the fidelity and
accuracy of HIL simulation and allow for more efficient performance verification for advanced
munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWTSH
(850) 883-0867
Fax: (850) 882-4128
rhoe.thompson@us.af.mil
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWTSH)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
13
---
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Department of the Air Force (DAF) threats, urban environments, chemical/biological effects,
coupling and integration of scene generation software, multiple sensor views, and advanced
computing techniques. These SG improvements must be designed to streamline the process for
evaluating guided munitions concepts from initial design to final implementation, lowering
development costs and shortening time from drawing board to battlefield. The improved testing
realism will provide confidence that the munitions will perform as expected under a much wider
variety of combat conditions than previously possible.
Technical POC: Mr. Robert Watson
AFRL/RWTSH
(850) 883-1926
Fax: (850) 882-4128
robert.watson.50@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWTSE)
RWTSE has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
signal from the background environment, condition the signal, and store the data are
14
---
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
Technical POC: Mr. James Savage
AFRL/RWTSE
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY
(RWTAN)
RWTAN is developing global positioning system (GPS)-enabled and alternative position,
navigation, and timing (alt-PNT) technologies to provide robust PNT solutions for single-
weapon and network-enabled weapon system concepts. GPS technologies of interest are anti-jam
techniques including spatial and temporal anti-jam technologies and miniature GPS antenna
technologies, including leveraging these technologies to identify and localize the
jamming/spoofing sources. Alt-PNT technologies of interest include a wide variety of sensor
aiding including passive sensing (electro-optical, infrared, passive millimeter wave, magnetic,
external radio frequency sources, etc.) and active sensing which are appropriate for one or more
combinations of altitudes, speeds, environments (over water/land, day/night, etc.), as well as
size, weight, power, and cost restrictions. Navigation and estimation developments may also
include theoretical foundations for improved data fusion or optimization methods, efficient or
new data pre-processing, or other enabling technologies, subsystems, or concepts.
Technical POC: Dr. Kevin Brink
AFRL/RWTAN
kevin.brink@us.af.mil
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWSA)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, campaign (many-on-
many, military worth), level modeling techniques, tools, and analysis methods as well as virtual
and constructive digital simulation which lend themselves to the quick and effective evaluation
of advanced weapon concepts. Concepts include, but are not limited to, intercommunicative
weapons, novel damage mechanisms, lethal and novel destruct mechanisms, multiple targeting,
and time-critical delivery. Detailed modeling includes, but is not limited to, sensors,
aerodynamics, autopilots, navigation and guidance schemes, propulsion, warheads, fuzes,
datalinks, error filters, environment (wind, fog, and dust), lethality, vulnerability, and threats.
Scenario development and visualization at each level of MS&A is also sought. Research into
new simulation toolsets and architectures designed for this purpose will also be considered.
15
---
Additionally, environmental factors that influence a weapon’s performance can be considered.
This can include but not be limited to urban environments, collaborative simulation
environments, Anti-Access/Area Denial (A2/AD) type environments, scenario generation, and
infrastructure simulation common to environments that weapons may operate in. Existing tools
of interest include, but are not limited to, ESAMS, RADGUNS, MATLAB/Simulink, AFSIM,
EADSIM, and STORM. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all of the specific areas of MS&A. Some or all of the work
performed under this BAA Research Area will be performed on-site (i.e., at the Government
facility). Personal/facility security clearances at the SECRET level may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWSAE
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWSAE
(850) 883-2333
Rusty.coleman.1@us.af.mil
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWSAL and RWTCS)
a. The Air Force Research Laboratory Munitions Directorate has the mission to assess
the performance and effectiveness of conventional inventory and conceptual weapon
systems, both kinetic energy and directed energy, lethal and non-lethal, against a
myriad of potential targets. The objective of this effort is to support AFRL/RW in
assessing inventory and concept weapons against existing and developing targets.
This work is broken out into three areas: 1) Target Vulnerability and Weapon
Effectiveness, 2) Computational Mechanics, and 3) Novel Test Instrumentation and
Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools,
target models, and processes as part of AFRL's R&D efforts. These efforts will
identify potential vulnerabilities in targets and their subcomponents for conventional
or concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual
munitions when deployed against targets and critical components. Targets of
interest can include, but are not limited to maritime (above and below water level),
mobile, fixed (above and below ground), hard and deeply buried, chem-bio, and air-
to-air. This research will allow development of new techniques or enhancement of
existing techniques to measure and compare weapon effectiveness, collateral
damage, and potential collateral hazards. Research will include improvements in our
ability to predict and measure component vulnerability and functional defeat
16
---
allowing assessment of weapon effects that degrade a target's ability to perform its
intended functions without necessarily destroying it. It could also include research
and modeling of new or conceptual damage mechanisms. Development of new
target and associated functional models as well as advanced methodologies to
capture the physics of structural response to conventional weapon effects would
improve our abilities to assess current and conceptual weapons and ways to exploit
high-interest targets or newly discovered vulnerabilities. Research to enhance or
develop methodologies to account for the target-critical equipment/components, and
their interconnections, and associated failure logic and failure modes could be
required. Mathematical methods related to statistics and stochastic modeling, as
related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to ASAP, MLAT,
AJEM, ARM, BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN,
FATEPEN, IMEA, JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE,
WEAPS, and WinBLAST. In addition to improving any existing toolset, new
methods for integrating high-fidelity computational mechanics codes into existing
lethality frameworks and toolsets are an area of emerging interest. Simulation
frameworks of interest are Endgame. We are also interested in coupling various
lethality codes into digital engineering architectures, and with other codes and
models.
2) Computational Mechanics: The performance assessment and development of
advanced conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. This includes warheads for anti-
maritime (above and below water line), weapons for ground targets, and air-to-air
warheads. The emphasis of this effort is the development and validation of first
principles continuum mechanics codes (finite- element, finite difference) yielding
high-fidelity weapon and target simulations. Areas of particular interest include
penetration mechanics, high-strain-rate fracture dynamics and constitutive
modeling, modeling the shock survivability of fuze electronic components,
predictive models for the change in material properties due to thermal cycling
(energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide
the development of more accurate continuum scale and meso-scale material models
for reactive (energetics, reactive metals) and non-reactive materials, localized shear
band formation, high-pressure/high-strain-rate modeling of geologic and
geologically derived materials, modeling of reacting droplet and particulate flows,
equation of state and constitutive models for chemical and biological agents,
numerical modeling of neutralization mechanisms for biological and chemical
agents, hydrodynamic ram, atomization and aerosolization of chemical and
biological agents, direct numerical simulation of detonations, coupled detonation
physics and multi-phase flow, turbulent flows, accurate and efficient boundary
interface treatments, the ability to span several orders of magnitude in spatial and
temporal length scales, and advanced numerical methods. In addition, statistical and
17
---
stochastic, machine learning, and deep learning methods to generate special-
purpose, fast-running models from large-scale datasets produced with computational
mechanics codes is an emerging need. In order to meet emerging needs in digital
engineering and digital twins, we are interested in approaches using Physically
Inspired Neural Networks (PINNs) or similar approaches to developing machine
learning surrogates of our weapon design and analysis codes. These codes typically
perform numerical solutions of systems of partial differential equations with
complex material models for material response. We are also interested in coupling
various high-resolution codes into digital engineering architectures, and with other
codes and models.
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or, techniques for gathering
and analyzing test data in order to: 1) gather data with respect to new damage
mechanisms and/or novel effects, and 2) reduce the cost and/or manpower needed
to collect weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWSA
(850) 883-2658
Kirk.vanden@us.af.mil
Initial contact through email is preferred during the pandemic.
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWTOD)
Technologies and concepts are sought for effective, robust and affordable warhead and ordnance
components in the areas of air and space defense to include: counter-maritime, counter-air,
networked, collaborative autonomous (NCA), airbase defense, combined effects (including non-
kinetic effectors), air dominance missiles, high speed weapon and long range strike weapons,
ordnance of modular architecture weapons and swarming weapons. More specific, near-term
challenges provide the call for research interests are in the advanced manufacturing of warhead
materials and structures, shock response and equation of state for case materials; research into
relevant target materials, fracture and fragmentation; penetration/perforation mechanics; and
improving the suite of diagnostics to best extract the high-rate and violent environments of these
ordnance systems. Innovative technologies for multi-functional materials are sought as well. There
is interest in unique, innovative and high-performance payoff technologies that integrate the
ordnance package in accordance with the larger system or engagement scenario. Also desired are
highly agile and end-game responsive adaptation of the ordnance package; tailorable or synergistic
output that ensures optimal energy use and coupling to target; selectable effects that maximize the
use of system data and capabilities. Warhead and end-game effector technologies are sought for
low-cost but effective Air Dominance missiles as well as future self-defense missile capability.
Traditional and non-traditional concepts are sought to maximize the loadout and effectiveness of
5th-6th Generation aircraft.
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
18
---
Fax: (850) 883-1380
george.jolly.1@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWTO)
a. RWTO develops, demonstrates, and transitions technologies that have application to
fuzes for air-delivered weapons, including, but not limited to, guided and unguided
bombs, missiles, and submunitions. Fuzes must reliably remain in a safe mode until the
appropriate post-deployment environments (such as freefall) are sensed; the fuze must
then arm the weapon and, upon receiving a signal from a target detection device (TDD),
initiate the explosive fill (or other damage mechanism). RWTO thus seeks proposals for
innovative technologies that can be integrated into the design or testing of air-delivered
weapon fuzes. Safe and Arm and initiation systems must comply with MIL-STD-1316F
b. RWTO is particularly interested in fuzes (including submunition fuzes) and related
component or material technologies that are capable of surviving the repetitive, multi-
axis shock environment experienced by a fuze during penetration of a hardened target
and functioning the warhead. Materials that mitigate all or some portion of the shock
spectrum are also of interest. Unique inertial detection devices or non-inertial detection
devices are of interest. However, current test technologies do not fully duplicate the
multi-axial fuze environment in terms of duration, repetitive high-acceleration loading,
and other aspects of the mechanical loading profile. This necessitates extremely
expensive sled tests for fuze research, testing, qualification, and performance evaluation.
Therefore, there is interest in laboratory and field test techniques and equipment to
duplicate these repetitive, multi-axial shocks.
c. Additional penetration fuzing-specific research tasks of interest include, but are not
limited to, the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
19
---
6) Advanced computational techniques for modeling high-rate conditions and fuze and
fuze component response to these environments.
d. RWTO is also interested in improved sensors, techniques, and/or systems for second
safety environment sensing (as defined in MIL-STD-1316) for a wide range of
demonstration projects from miniature munitions to safety-critical payloads on
hypersonic airframes. In the area of miniature and micro-munition fuzing, research tasks
of interest include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Active imaging aimpoint selecting fuze sensor technology
e. In the area of fuzing the payloads on high-speed airframes, research tasks of interest
include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
f. RWTO is interested in advance additive and subtractive methods of manufacturing for
polymers, components, and antennas. Unique materials that can be printed and then
survive extreme environments of shock, vibration, and temperature are desired.
Advanced development in equipment to print such materials is desired.
g. The final area of focused interest is in the area of in-line and out-of-line initiation
systems. The RWTE Advanced Initiation Science Group is interested in novel ignition
devices or ignition circuitry that can enhance reliability while reducing energy budgets
for initiation systems. Additionally, concepts that would enable novel warhead designs
are of interest. The Government is also interested in novel or more inherently robust
manufacturing processes that can be applied to components within initiation systems.
Finally, there is interest in modeling and simulation methods or techniques for
characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
20
---
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWTE)
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Topics related to the processing and manufacturing of explosives,
oxidizers, polymeric binders (and their modification) and fuels to modify their sensitivity,
processability, and performance such as recrystallization, coating, particle
size/polymorphism/habit modification, and surface treatments other are included. Energetic
materials characterization tools of relevance include, but are not limited to, static and dynamic
mechanical properties measuring devices as well as microscopy and tomography. Use of
computational tools to predict formulation properties and reactive flow models, including
survivability and processing, is of interest. Constitutive modeling of these materials, including
mesoscale descriptions of their dynamic mechanical response, initiation mechanisms and
reactive/unreactive equations of state are included as well. Novel approaches for formulating,
processing, enhancing the mechanical properties (i.e., strength, toughness) and characterizing the
special features of energetic materials and functionally graded materials in terms of their
performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay AFRL/RWTE
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 - FACILITIES AND EQUIPMENT ENABLING ORDNANCE
TECHNOLOGIES AND ADVANCED ENERGETICS (RWTM)
21
---
AFRL/RWT anticipates a need for new, improved, and often unique capabilities to support
expanding future in-house research in the areas of ordnance technologies and advanced
energetics. These new RWT facilities, equipment and instrumentation will enable world-class
research, development, integration, fabrication and testing of emerging ordnance technologies
from fundamental science to demonstrating prototype munition-system concepts. As most of the
needs are unique, developing the concepts and preliminary designs for the new equipment and
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of particular interest
are proposals for concept development, preliminary design, capability assessment, associated
cost estimates and delivery of prototype capability for the new research equipment that will be
required to pursue revolutionary changes in ordnance technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWT
(850) 882-2007
timothy.tobik@us.af.mil
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWTS)
RWTS is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets, and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
22
---
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWTS
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWID)
a. Modular and open systems are an important element to obtain faster and cheaper
solutions empowering programs with the use of competition throughout the lifecycle of a
system. Modular Open Systems Approach language has been incorporated into statues as
of the 2017 NDAA (10 U.S.C. §2446a). We are looking for modular and open solutions
for munition systems. Solutions are needed to handle hardware and software design that
promotes modularity and provides the necessary data rights to enable competition for
modular components. Technologies and processes to enable severability of a system with
respect to hardware and software, identification of data required to allow interoperation
of hardware and software, and strategies to verify acquisition is adequate for future
competition are highly desired. Modular Open Architecture synergizes well with model-
based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a
requirement or design change occurs.
b. Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWID
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Christopher Neal
23
---
AFRL/RWID
(850) 875-6005
christopher.neal.8@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RWHW)
a. The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM
research mission directly, which in turn addresses the nation’s impending shortfall in the
STEM workforce. Munitions Directorate members have individually performed a wide
variety of STEM outreach tasks at both local and national levels as part of their
professional commitment to the community for many years. The Munitions Directorate
K-20 STEM Outreach program seeks to sustain and expand STEM outreach throughout
the local area as well as the greater southeast region. Nationally, the AFRL Munitions
Directorate maintains a solid, robust internship program which brings students into the
laboratory environment to directly benefit Directorate research and provide maximum
exposure to students across a broad spectrum of educational backgrounds. Students
conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-20 STEM
education and encourage greater numbers of US citizen high school graduates to pursue
college degrees, certifications, and careers in STEM. The STEM Outreach program also
seeks to increase diversity in STEM by specifically addressing communities that have
traditionally been underserved by STEM as well as students who are underrepresented in
STEM degree programs, certifications, and careers.
b. The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the
community and nation to partnerships with universities, technical schools, K-20 school
systems, nonprofit foundations, professional and industry societies, and other agencies in
Northwest Florida. These partnerships provide K-20 teachers and students in Northwest
Florida with rich and wide experiences in STEM, including:
1) Training of K-20 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-20 students and teachers,
and “sustainment of interest” experiences for older K-20 students and teachers.
c. STEM outreach activities supported may include providing financial assistance to
organizations supporting STEM activities, providing funding and support for national
competitions by arranging for DoD personnel to participate as speakers, mentors,
coaches, judges, and presenters, providing support for STEM education and outreach
conferences, and supporting teacher STEM education and training initiatives. Stipends
for teachers undertaking professional training in connection with these activities may be
supported as well as funding for the acquisition of materials and resources needed to
launch, implement, assess, and improve STEM oriented programs. AFRL encourages the
24
---
projects and program results to be published in appropriate publications and academic
journals at the end of the period of performance. Participants are encouraged to develop
innovative approaches that utilize their unique assets, capabilities, locations, and
personnel. White papers should identify projects/programs and methods that will be used
to foster and develop students in STEM fields that are relevant to the DoD mission.
d. Nationally, the AFRL Munitions Directorate maintains a solid, robust internship program
for students ranging from High School to PhD which brings students into the laboratory
environment to directly benefit Directorate research and provide maximum exposure to
high school, undergraduate and graduate students across a broad spectrum of educational
backgrounds. Students conduct relevant, necessary research during an internship which
focuses on areas of critical need in Directorate technology development.
Technical POC: Mr. Brian Mitchell
AFRL/RWHW
(850) 883-2503
brian.mitchell.36@us.af.mil
17. RESEARCH AREA 17 - WEAPON AUTONOMY AND CONTROL TECHNOLOGY
RESEARCH (RWTA)
RWTA is interested in novel hardware, software, and algorithms to synthesize multi-domain data
into effective mathematical representations to enable novel munition behaviors based upon
battlespace awareness, network topology, and agile munition control techniques. Modular and
open architected technology is required to support and enable networked, collaborative, and
autonomous (NCA) weapon concepts and capabilities especially in highly contested
environments. Limited communication in contested environments might require decentralized,
high-level cognitive functions: technologies that enable context-aware reasoning, multi-agent
coordination, graceful performance degradation, and inherently flexible or reconfigurable
operation are highly desired. Unified architectures, machine learning techniques, or
mathematical languages applicable to the control and coordination of heterogeneous information
services and that enable verifiable, trusted autonomy are also sought. Network-aware
capabilities, especially technology that cognitively matches machines with human oversight,
would enable assured cooperation and increased capacity for NCA weapon deployment. Finally,
science and technology that allows for fractionated weapon performance (having capability
spread across multiple assets that coordinate to deliver a desired effect) and composable
functions (where disparate capabilities can be combined synergistically to create multiple desired
effects) are also of interest.
Technical POC: Dr. Emily Doucette
AFRL/RWTA (850) 883-0874
Fax: (850) 883-0874
emily.doucette@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWSP)
25
---
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
Technical POC: Mr. Bill Loux
AFRL/RWSP
(850) 883-3920
william.loux.2@us.af.mil
19. RESEARCH AREA 19 - CYBER SURVIVABILITY FOR PRECISION-GUIDED
MUNITIONS (RWTCC)
The AFRL's Weapon Cyber program is seeking cyber survivability (cybersecurity and cyber
resilience integrated) research concepts and approaches that will enhance mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking and communication, and solutions in the area of assured autonomy
for ground and flight systems. Zero Trust capabilities and approaches for sensors, seekers, or
guidance, navigation, and control (GNC) within weapon systems. Concepts and technologies that
enhance the trust/authenticity, confidentiality, integrity, and availability of data at rest, in transit,
or in use.
The development of tools and techniques, for physical and digital, that enhance the ability to
verify and validate security concepts and technologies, as well as assess their performance
impact within a relevant simulated mission context are also sought. Solutions of interest can be
hardware, software, or algorithms/protocols and must be robust for use in real-time, safety-of-
life-critical aviation systems. Example topics of interest include, but are not limited to, radio
frequency (RF) exploitation, multi collaborative root of trust, formal methods, privacy,
authentication/authorization, hardware/software assurance, physics-based security, wireless
communications, network security, security architectures, and secure munitions-specific
algorithms (sensor fusion, GNC, etc.). Solutions focused on detection and/or monitoring are
generally ineffective for munitions applications.
Technical POCs:
Ms. Juanita Riley
AFRL/RWTCC
(850) 882-2955
juanita.riley.2@us.af.mil
20. RESEARCH AREA 20 - STRATEGIC PLANNING, PROTOTYPING, AND
EXPERIMENTATION (RWS)
26
---
The objective of this research area is to develop innovative approaches and products to
determine military worth and quantify value propositions for weapon concepts as part of the
Munitions Directorate’s strategic planning process. Specific mission areas of interest include
Air, Space, Cyber, Maritime, Nuclear Deterrence, Special Operations. Techniques for objective
quantification of future weapon technologies, attributes, and their tradespaces critical to
achieving operational objectives are sought. There is also interest in fast-running informative
tools for analysis, study, optimization, and revelation of opportunities to address operational
gaps and shortfalls. Inclusion of should-cost estimates for technologies and cost exchange ratios
for blue-red forces is an important factor to senior leader decision making processes.
Techniques to efficiently develop strategic planning roadmapping tools which quantify time-
phased performance advancements over baseline technologies and weapon systems are highly
desired. In addition, approaches to aggregate technologies into notional weapon constructs is of
interest as well as novel approaches to evaluate their performance attributes and capability
contributions.
Technical POC: Mr. Avi Nusimow
AFRL/RWS
(850) 882-3917
avi.nusimow@us.af.mil
27
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a Federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
28
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement, but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5 inch x 11 inch
ii. Margins on every page shall be one-inch on top, bottom, left and right sides
iii. Font size shall be standard 12 point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
29
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract, but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
e. Standard Form 424 (SF 424), Requirement for Standard Form 424 (SF 424), Research and
Related Senior/Key Person Profile (Expanded) Form and Security Program Questionnaire:
Include a completed SF 424 with all white papers.
Offeror shall submit as a part of the white paper a completed Standard Form (SF 424),
Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key
Personnel proposed in support of the requirement. Additionally, the offeror shall submit
a completed Security Program Questionnaire. Offeror may be asked to provide a
30
---
mitigation plan for any identified S&T Protection risks. The Government reserves the
right to determine an offeror unawardable on the ground of unacceptable S&T Protection
risk based on its review of the SF 424 and Security Program Questionnaire.
By submitting a white paper, 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 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; and (c) the PI and other key personnel have been made aware of the
requirements under Section 223(a)(1) of this Act. 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).
f. If discussions have occurred about this submission with other than the research area
POC, include name, email and phone of the individuals.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
c. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
31
---
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
32
---
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
3. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. Such invitation does
not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or full
proposals for the specific topic areas. The Calls may also include specific terms that apply to that
Call such as further technical details and any other applicable information. Typically, proposals or
white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offeror’s are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
33
---
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
contract or any other contract, but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
34
---
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability; therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
IX. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
35
---
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Ms. Amy Fortenberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-3657
Email: amy.fortenberry.1@us.af.mil
Ms. Pam King-Hasberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 585-3209
Email: pamela.king-hasberry.1@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Mr. Mark Adams
Director of Contracting, AFRL/PK
Air Force Research Laboratory Phone: (937) 904-4407
Email: mark.adams.1@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
X. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS
1. Support Contractors: The AFRL/RW has entered into contracts with support contractors.
Support contractors may support, advise, and assist Government employees with
reviewing and evaluating white paper/formal proposals. These contractors have signed
general non-disclosure agreements and organizational conflict of interest statements. Any
objection to support contractor access must be in writing to the CO and shall include a
detailed statement of the basis for the objection.
36
---
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings (Proposals Only): When requested, a debriefing will be provided. The
debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the
debriefing content may vary to be consistent with the procedures that govern BAAs (FAR
35.016).
4. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
5. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Mar 2016), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory. The contract will also include DFARS 252.211-7007, Reporting of
Government-Furnished Property (Aug 2012).
6. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
7. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
8. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
9. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
37
---
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
10. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Sep 2021), which
requires a contractor to re-represent its size status when certain conditions apply.
11. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Nov 2021). This clause provides the requirement of contractors to enroll as
a Federal Contractor in the E-Verify program within 30 days after contract award.
12. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
13. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
14. Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (Feb
2012), is hereby incorporated by reference.
15. Any award resulting from this announcement will contain a requirement for notifying the
awardee that the Government and select support contractors may be required to evaluate
certain elements of the proposal.
16. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
17. System for Award Management (SAM) Registration: Offerors must be registered in the
SAM database to receive a contract award, and remain registered during performance and
through final payment of any contract or agreement. Offerors who are not already
registered should consider applying for registration before submitting a proposal.
Processing time for registration in SAM, which normally takes 48 hours, should be taken
into consideration when registering. The provision at FAR 52.204-7, System for Award
38
---
Management (SAM) (Oct 2018), applies. The Government shall obtain the contractor’s
annual FAR/DFARS Representations and Certifications (i.e., Reps & Certs) directly from
the SAM repository upon submission of the contractor’s proposal. It is incumbent upon
the contractor to keep their SAM Reps & Certs up to date on an annual basis. Subsequent
award will not occur unless the contractor’s Reps & Certs are current.
18. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract in excess of the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
19. Government Approved Accounting System: An offeror must have a Government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
20. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded): The Degree Type and
Degree Year fields on the Research and Related Senior/Key Person Profile
(Expanded) form will be used by DoD as the source of career information. In addition
to the required fields on the form, applicants must complete these two fields for
individuals that are identified as having the project role of PD/PI or Co-PD/PI on the
form. Additional senior/key persons can be added by selecting the “Next Person”
button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s): This form will be used by DoD as
the source of demographic information, such as gender, race, ethnicity, and disability
information for the Project Director/Principal Investigator and all other persons
identified as Co-Project Director(s)/Co-Principal Investigator(s). Each application
must include this form with the name fields of the Project Director/Principal
Investigator and any Co-Project Director(s)/Co-Principal Investigator(s) completed;
however, provision of the demographic information in the form is voluntary. If
completing the form for multiple individuals, each Co-Project Director/Co-Principal
Investigator can be added by selecting the “Next Person” button. The demographic
information, if provided, will be used for statistical purposes only and will not be
made available to merit reviewers. Applicants who do not wish to provide some or all
39
---
of the information should check or select the “Do not wish to provide” option.
c. DISTRIBUTION A. Approved for public release, distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
Attachment 1: Section K Representations and Certifications
40
---
BAA_FA8651-22-S-0001_Amendment 6_March2025
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
Updated as of 13 March 2025 (Changes – Updated POC under RA #1, incorporated Security
Review information & updated Section K)
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates
and times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case-by-case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted
as specified in the individual Calls and evaluated in accordance with the instructions further
1
---
below. Offerors should monitor the Contract Opportunities website at
https://sam.gov/content/home and https://www.grants.gov/ in the event this announcement is
amended or Calls are issued.
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
the results of full and open competition and in full compliance with the provisions of
PL 98-369, the Competition in Contracting Act of 1984. This acquisition is
unrestricted. Small businesses are encouraged to propose on all or any part of this
solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Technology Integration Division (RWI), Strategy Division (RWS), and Science and
Technology Division (RWT).
2. DELIVERABLE ITEMS:
2
---
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can
be found at dod-research-and-development-rd-general-terms-and-conditions-
september-2023 (navy.mil).
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
3
---
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
4
---
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2023). Assertions must be completed with
specificity. Each assertion must identify both the data/software, and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
k. IAW 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements
and as prescribed in 204.7304(d), offerors are required to implement the NIST SP
800-171r2 to have a current (not older than three years) NIST SP 800-171 DoD
Assessment on record and assessment score no less than 110. If the score is less
than 110, the Contracting Officer will request and review the contractor’s plan to be
considered for award. Offerors are required to post any applicable current
assessment in Supplier Performance Risk System (SPRS)
https://www.sprs.csd.disa.mil
l. IAW 252.204-7024, Notice on the Use of the Supplier Performance Risk System.
The Supplier Performance Risk System (SPRS) available at https://piee.eb.mil/ , will
be used in the evaluation of the Offeror’s performance. This includes item, price,
quality, delivery and contractor information.
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third-party
computer software. Any third-party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third-party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third-party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third-party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
5
---
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or
more than an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes but is not limited to unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
6
---
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
TECHNOLOGY INTEGRATION DIVISION (RWI)
The Technology Integration Division (RWI) leads the Munitions Directorate’s (RW) advanced
technology development (6.3) and digital transformation activities. RWI integrates advanced
components from applied research initiatives and executes high-visibility ground and flight test
demonstrations to rapidly transition next-generation technologies to programs of record and
fielded warfighter capabilities. RWI has three branches. The Air Dominance Branch (RWIA)
develops, integrates, demonstrates, and transitions air dominance weapons technologies across
the counter-air, networked, collaborative, autonomous, and electromagnetic domains. The Digital
Materiel Management Branch (RWID) develops, integrates, demonstrates, and transitions
software tools and advanced architectures to drive model-based systems engineering, automate
agile business processes, and institutionalize open standards. The Global Strike Branch (RWIG)
develops, integrates, demonstrates, and transitions global strike weapons technologies across the
counter-land and counter-maritime domains.
STRATEGY DIVISION (RWS)
The Strategy Division (RWS) is responsible for obtaining information and developing strategic
methodologies to guide RW in near, mid, and long-term activities to meet mission needs. This
includes: 1) Strategic Planning which develops capability and investment plans to meet
warfighter needs, 2) Partnerships to collaborate with customers and partners to develop sound
business practices and opportunities, & 3) Modeling, Simulation, & Analysis of weapon
concepts to build military utility for future investments.
SCIENCE AND TECHNOLOGY DIVISION (RWT)
The Science and Technology Division (RWT) directs and conducts basic, exploratory and
advanced research and development of fuzes, warheads, energetic materials,
guidance/navigation/controls (GNC), autonomy, seeker sciences, weapon cyber defense, AI &
decision making, and weapon algorithm development. In addition, RWT conducts
computational assessment for air-launched munitions for use with a full array of launch
platforms including fighter, bomber, and remotely piloted aircraft. RWT consist of the
Computation Engineering Sciences Branch (RWTC), Autonomy, Navigation & Control Branch
(RWTA), Seekers Branch (RWTS), Energetic Materials Branch (RWTE) and Ordnance Branch
(RWTO). RWTC creates, develops and optimizes computational models and simulations,
weapon algorithms, cyber defense approaches and nature inspired systems. RWTA leads the
development and integration of advanced aerodynamics modeling & simulation, artificial
intelligence and decision-making, multi-agent teaming, and navigation technology across the
Munitions Directorate. RWTS researches, develops, demonstrates, and transitions weapon
seeker science and technology for precision guided munitions. RWTE discovers, develops,
integrates, and transitions energetic materials technology that maximizes weapon lethality,
survivability, and safety for air-delivered munitions. In addition, RWTE operates the High
Explosives Research & Development (HERD) facility which is responsible for the development
of energetic materials from concept formulation through pilot plant production for transition into
existing or future inventory weapon systems. RWTO is responsible for research and
8
---
development of technologies to enable revolutionary fuzing and warhead capabilities for current
and future weapon systems. RWTO discovers, develops, demonstrates, and transitions ordnance
science and technology that maximizes air-delivered munitions effectiveness.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWTAA)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance, navigation, and control systems, networked communication
systems, and precision effect ordnance and fuzing systems. The goal of this work is to perform
research on technologies for development of agile weapon airframes that are capable of being
deployed or dispensed from unmanned and manned platforms (e.g., 5th/6th-generation) and
which can deliver precision-controlled effects against fixed and mobile ground targets and air
targets in highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling
technologies in the following research areas are of interest: agile weapon airframes for high-
speed flight regimes (e.g., air-launched unitary subsonic to supersonic guided weapons, air-
launched supersonic to low hypersonic air-intercept, and long-range hypersonic strike weapons);
high-agility airframes capable of aggressive flight maneuvers for terminal target intercept;
compressed carriage munitions and release mechanisms; robust, low-cost, compact control and
actuation systems (aero and propulsive) for weapons; flight control systems; compact power for
weapons; and weapon design, carriage, and dispensing technology. Proposed research should
have a sound basis in credible theories, principles, and methodologies of dynamical systems,
aerodynamics, structural dynamics, machine learning, material sciences, propulsion,
thermodynamics, aeroelasticity, aerothermoelasticity, and aeromechanics. Efforts should also
exploit advances in other weapon subsystem technologies (e.g., advanced sensors and seekers,
guidance and control algorithms, networked enabled weapons and information architectures,
controlled effects ordnance, divert and attitude control systems, flexible or morphing bodies), be
amenable to further development through sound principles of systems engineering, and offer the
potential for significantly improving affordable weapon aerial systems capabilities, effectiveness
and manufacturability. In the context of this research area, innovative and novel concepts based
upon emerging science and technology are encouraged; incremental evolutionary capability of
existing technologies are of low interest.
Technical POC: Dr. Tom Mason
AFRL/RWTAA
(850) 883-2567
thomas.mason.17@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SYSTEMS (SENSORS, PROCESSING,
CONTROL, AND MATERIALS) (RWTCA)
Flying insects and smart munitions often need to perform similar tasks that require sensing,
processing, and control. However, biological systems tend to be much more robust and have
significantly lower size, weight, and power (SWaP) than their engineered counterparts. In fact,
flying insects are existence proofs of goal-oriented, autonomous agents that can detect, identify,
and intercept targets while avoiding threats in uncertain and highly dynamic environments.
Researchers at the Munitions Directorate are determined to understand the principles underlying
the abilities of relevant biological organisms (not just flying insects) and apply those principles
10
---
to future engineered systems to improve performance, lower SWaP, and achieve trusted
autonomy in man-made systems. We refer to such systems as bioprincipic and we believe this
approach may lead to revolutionary concepts and capabilities for future Air Force systems. The
Government wants to use what is understood about natural sensors, processing, and materials to
inform designs of small and affordable autonomous munitions. Sensors of interest include multi-
spectral and polarimetric electro-optical / infrared (EO/IR) imaging sensors, mechanosensors of
various types and applications (including acoustic sensors), magnetosensors, and chemosensors.
Often biological systems use multiple sensing modalities and efficiently combine the sensor
outputs to achieve robust behavior in dynamic environments. Furthermore, an integrated sensor
design includes not only the hardware component, but the "software" or "algorithm" that does the
information processing. Similarly, biological systems often have unique, multi-functional
materials that could inspire new approaches to engineered materials. The Department of Defense
is interested in sparse sensing, neuromorphic/spiking architectures, and analog and hybrid
processing techniques when they show speed and accuracy advantages over pure digital
processing. Proposed concepts should support the mission of the Munitions Directorate.
Technical POC: Martin (Ric) Wehling
AFRL/RWTCA
(850) 883-1880
martin.wehling@us.af.mil
Alternate POC: Kristen (Erin) Landmann
AFRL/RWTCA
(850) 882-4603
kristen.landmann@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWTCA)
RWTCA is interested in investigating all aspects of Automatic Target Recognition (ATR) /
Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) / Autonomous
Target Reacquisition (ATR) technology as it applies to seekers for conventional guided weapons.
Interests range from basic signal and image processing foundations through tower and flight test
of advanced, real-time ATR/host signal processor implementations. Technical approaches in the
areas of pattern recognition, computer vision, deep learning, machine learning, autonomous
systems, and cooperative systems as they apply to weapon seekers are of interest.
The following technologies and research areas are of particular interest:
1) Artificial Intelligence (AI) /Machine Learning (ML), Deep Learning (DL) and/or
traditional algorithms for weapon seeker target acquisition or re-acquisition.
11
---
2) Investigations and analyses of AI/ML/DL and/or traditional algorithms leading to a
better fundamental understanding of their operation and limitations; especially with
respect to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML/DL and/or
traditional algorithms.
4) Approaches for training AI/ML/DL or traditional algorithms with synthetic target
data that result in good target recognition performance when using real target data
(e.g. synthetic to real domain adaptation).
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR or vice versa).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
13) Software and/or hardware approaches that more fully automate the data ground
truthing process and provide approximate pixel-level target/background labeling of
data sets. The process could be implemented as part of the data collection process or
as a post-collection process. Objective here is to automate /mechanize data labeling
to the maximum extent possible during the data collection process.
12
---
14) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
15) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
16) Alternative low-power architectures and associated representations (neuromorphic,
quantum, etc..) for target detection, recognition, and tracking.
Technical POC: Dr. David Gray
AFRL/RWTCA
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWTSH)
RWTSH is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWTSH exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
alternate navigation concepts, and high-speed weapon environmental effects models. Emphasis
for simulation technology research is on advancement and improvement of scene projection and
injection technologies, real-time target scene modeling techniques, target phenomenology
models, simulation architectures, RF target simulators, run-time lethality assessment and high
bandwidth motion simulators. In general, innovative solutions that enhance the fidelity and
accuracy of HIL simulation and allow for more efficient performance verification for advanced
munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWTSH
(850) 883-0867
Fax: (850) 882-4128
13
---
rhoe.thompson@us.af.mil
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWTSH)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Department of the Air Force (DAF) threats, urban environments, chemical/biological effects,
coupling and integration of scene generation software, multiple sensor views, and advanced
computing techniques. These SG improvements must be designed to streamline the process for
evaluating guided munitions concepts from initial design to final implementation, lowering
development costs and shortening time from drawing board to battlefield. The improved testing
realism will provide confidence that the munitions will perform as expected under a much wider
variety of combat conditions than previously possible.
Technical POC: Mr. Robert Watson
AFRL/RWTSH
(850) 883-1926
Fax: (850) 882-4128
robert.watson.50@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWTSE)
RWTSE has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
14
---
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
signal from the background environment, condition the signal, and store the data are
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
Technical POC: Mr. James Savage
AFRL/RWTSE
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY
(RWTAN)
RWTAN seeks innovative solutions to ensure resilient Position, Navigation, and Timing (PNT)
capabilities for single and networked weapon systems, particularly in GPS-denied or degraded
environments. We are interested in GPS-resilient technologies such as anti-jamming techniques,
miniaturized GPS and RF antenna technologies, and methods for identifying and localizing
jamming/spoofing sources. Additionally, we seek advancements in alternative PNT (alt-PNT)
using passive and active sensing suitable for various operational conditions while balancing
performance, size, weight, power, and cost. Solutions should align with a modular, open
architecture framework, allowing the Air Force to tailor PNT systems by leveraging technologies
from multiple providers. We also encourage submissions addressing advanced navigation and
estimation techniques, including more fundamental work in data fusion, optimization, data pre-
processing, guidance/control algorithms for improved accuracy, and the use of AI/ML to aid
navigation systems.
Technical POC: Dr. Kevin Brink
AFRL/RWTAN
(850) 882-4600
kevin.brink@us.af.mil
15
---
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWSAE)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, wargaming, and campaign
(many-on-many, military worth), level modeling techniques, tools, and analysis methods as well
as virtual and constructive digital simulation which lend themselves to the quick and effective
evaluation of advanced weapon concepts. Concepts include, but are not limited to,
intercommunicative weapons, multiple targeting, LRKC enabled weapons, and time-critical
delivery. Detailed modeling includes, but is not limited to, sensors, aerodynamics, autopilots,
navigation and guidance schemes, propulsion, datalinks, error filters, target state estimators,
environments (wind, fog, and dust), vulnerability, and threats. The application of optimization
and surrogate modeling techniques, to include machine learning, to these modeling areas is of
interest. Scenario development and visualization at each level of MS&A is also sought. Research
into new simulation toolsets and architectures designed for this purpose will also be considered.
Additionally, MS&A of environmental factors that influence a weapon’s performance can be
considered. This can include, but not be limited to, urban environments, Anti-Access/Area
Denial (A2/AD) environments, and supporting infrastructure environments. Existing tools of
interest include, but are not limited to, AFSIM, STORM, Command PE and other software which
integrates with these tools. Capability in other toolsets, e.g. ESAMS, RADGUNS, EADSIM,
etc., may also be of interest. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all the specific areas of MS&A. Some or all the work performed
under this BAA Research Area will be performed on-site (i.e., at the Government facility).
Personal/facility security clearances at the Secret level or higher may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWSAE
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWSAE
(850) 883-2333
Rusty.coleman.1@us.af.mil
16
---
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWSAL and RWTCS)
The Air Force Research Laboratory Munitions Directorate has the mission to assess the
performance and effectiveness of conventional inventory and conceptual weapon systems,
both kinetic energy and directed energy, lethal and non-lethal, against a myriad of potential
targets. The objective of this effort is to support AFRL/RW in assessing inventory and concept
weapons against existing and developing targets. This work is broken out into three areas: 1)
Target Vulnerability and Weapon Effectiveness, 2) Computational Mechanics, and 3) Novel
Test Instrumentation and Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools,
target models, and processes as part of AFRL's R&D efforts. These efforts will
identify potential vulnerabilities in targets and their subcomponents for conventional
or concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual
munitions when deployed against targets and critical components. Targets of
interest can include but are not limited to maritime (above and below water level),
mobile, fixed (above and below ground), hard and deeply buried, chem-bio, and air-
to-air. This research will allow development of new techniques or enhancement of
existing techniques to measure and compare weapon effectiveness, collateral
damage, and potential collateral hazards. Research will include improvements in our
ability to predict and measure component vulnerability and functional defeat
allowing assessment of weapon effects that degrade a target's ability to perform its
intended functions without necessarily destroying it. It could also include research
and modeling of new or conceptual damage mechanisms. Development of new
target and associated functional models as well as advanced methodologies to
capture the physics of structural response to conventional weapon effects would
improve our abilities to assess current and conceptual weapons and ways to exploit
high-interest targets or newly discovered vulnerabilities. Research to enhance or
develop methodologies to account for the target-critical equipment/components, and
their interconnections, and associated failure logic and failure modes could be
required. Mathematical methods related to statistics and stochastic modeling, as
related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to ASAP, MLAT,
AJEM, ARM, BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN,
FATEPEN, IMEA, JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE,
WEAPS, and WinBLAST. In addition to improving any existing toolset, new
methods for integrating high-fidelity computational mechanics codes into existing
lethality frameworks and toolsets are an area of emerging interest. Simulation
frameworks of interest are Endgame. We are also interested in coupling various
lethality codes into digital engineering architectures, and with other codes and
models.
17
---
2) Computational Mechanics: The performance assessment and development of
advanced conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. This includes warheads for anti-
maritime (above and below water line), weapons for ground targets, and air-to-air
warheads. The emphasis of this effort is the development and validation of first
principles continuum mechanics codes (finite- element, finite difference) yielding
high-fidelity weapon and target simulations. Areas of particular interest include
penetration mechanics, high-strain-rate fracture dynamics and constitutive
modeling, modeling the shock survivability of fuze electronic components,
predictive models for the change in material properties due to thermal cycling
(energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide
the development of more accurate continuum scale and meso-scale material models
for reactive (energetics, reactive metals) and non-reactive materials, localized shear
band formation, high-pressure/high-strain-rate modeling of geologic and
geologically derived materials, modeling of reacting droplet and particulate flows,
equation of state and constitutive models for chemical and biological agents,
numerical modeling of neutralization mechanisms for biological and chemical
agents, hydrodynamic ram, atomization and aerosolization of chemical and
biological agents, direct numerical simulation of detonations, coupled detonation
physics and multi-phase flow, turbulent flows, accurate and efficient boundary
interface treatments, the ability to span several orders of magnitude in spatial and
temporal length scales, and advanced numerical methods. In addition, statistical and
stochastic, machine learning, and deep learning methods to generate special-
purpose, fast-running models from large-scale datasets produced with computational
mechanics codes is an emerging need. To meet emerging needs in digital
engineering and digital twins, we are interested in approaches using Physically
Inspired Neural Networks (PINNs) or similar approaches to developing machine
learning surrogates of our weapon design and analysis codes. These codes typically
perform numerical solutions of systems of partial differential equations with
complex material models for material response. We are also interested in coupling
various high-resolution codes into digital engineering architectures, and with other
codes and models.
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or techniques for gathering and
analyzing test data in order to: 1) gather data with respect to new damage
mechanisms and/or novel effects, and 2) reduce the cost and/or manpower needed
to collect weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWTC
(850) 883-2658
Kirk.vanden@us.af.mil
18
---
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWTOD)
Technologies and concepts are sought for effective, robust and affordable warhead and ordnance
components in the areas of air and space defense to include counter-maritime, counter-air,
networked, collaborative autonomous (NCA), airbase defense, combined effects (including non-
kinetic effectors), air dominance missiles, high speed weapon and long-range strike weapons,
ordnance of modular architecture weapons and swarming weapons. More specific, near-term
challenges provide the call for research interests are in the advanced manufacturing of warhead
materials and structures, shock response and equation of state for case materials; research into
relevant target materials, fracture and fragmentation; penetration/perforation mechanics; and
improving the suite of diagnostics to best extract the high-rate and violent environments of these
ordnance systems. Innovative technologies for multi-functional materials are sought as well. There
is interest in unique, innovative and high-performance payoff technologies that integrate the
ordnance package in accordance with the larger system or engagement scenario. Also desired are
highly agile and end-game responsive adaptation of the ordnance package; tailorable or synergistic
output that ensures optimal energy use and coupling to target; selectable effects that maximize the
use of system data and capabilities. Warhead and end-game effector technologies are sought for
low-cost but effective Air Dominance missiles as well as future self-defense missile capability.
Traditional and non-traditional concepts are sought to maximize the loadout and effectiveness of
5th-6th Generation aircraft.
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 883-1380
george.jolly.1@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWTO)
RWTO develops, demonstrates, and transitions technologies that have application to fuzes for
air-delivered weapons, including, but not limited to, guided and unguided bombs, missiles, and
submunitions. Fuzes must reliably remain in a safe mode until the appropriate post-deployment
environments (such as freefall) are sensed; the fuze must then arm the weapon and, upon
receiving a signal from a target detection device (TDD), initiate the explosive fill (or other
damage mechanism). RWTO thus seeks proposals for innovative technologies that can be
integrated into the design or testing of air-delivered weapon fuzes. Safe and Arm and initiation
systems must comply with MIL-STD-1316F
RWTO is particularly interested in fuzes (including submunition fuzes) and related component or
material technologies that are capable of surviving the repetitive, multi-axis shock environment
experienced by a fuze during penetration of a hardened target and functioning the warhead.
Materials that mitigate all or some portions of the shock spectrum are also of interest. Unique
inertial detection devices or non-inertial detection devices are of interest. However, current test
technologies do not fully duplicate the multi-axial fuze environment in terms of duration,
repetitive high-acceleration loading, and other aspects of the mechanical loading profile. This
necessitates extremely expensive sled tests for fuze research, testing, qualification, and
19
---
performance evaluation. Therefore, there is interest in laboratory and field test techniques and
equipment to duplicate these repetitive, multi-axial shocks.
Additional penetration fuzing-specific research tasks of interest include, but are not limited to,
the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
6) Advanced computational techniques for modeling high-rate conditions and fuze and
fuze component response to these environments.
RWTO is also interested in improved sensors, techniques, and/or systems for second safety
environment sensing (as defined in MIL-STD-1316) for a wide range of demonstration projects
from miniature munitions to safety-critical payloads on hypersonic airframes. In the area of
miniature and micro-munition fuzing, research tasks of interest include, but are not limited to,
the following:
1) Ground profiling fuze sensor technology
2) Active imaging aimpoint selecting fuze sensor technology
In the area of fuzing the payloads on high-speed airframes, research tasks of interest include, but
are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
RWTO is interested in advance additive and subtractive methods of manufacturing for polymers,
components, and antennas. Unique materials that can be printed and then survive extreme
20
---
environments of shock, vibration, and temperature are desired. Advanced development in
equipment to print such materials is desired.
The final area of focused interest is in the area of in-line and out-of-line initiation systems. The
RWTE Advanced Initiation Science Group is interested in novel ignition devices or ignition
circuitry that can enhance reliability while reducing energy budgets for initiation systems.
Additionally, concepts that would enable novel warhead designs are of interest. The Government
is also interested in novel or more inherently robust manufacturing processes that can be applied
to components within initiation systems. Finally, there is interest in modeling and simulation
methods or techniques for characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWTE)
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
21
---
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Topics related to the processing and manufacturing of explosives,
oxidizers, polymeric binders (and their modification) and fuels to modify their sensitivity,
processability, and performance such as recrystallization, coating, particle
size/polymorphism/habit modification, and surface treatments other are included. Energetic
materials characterization tools of relevance include, but are not limited to, static and dynamic
mechanical properties measuring devices as well as microscopy and tomography. Use of
computational tools to predict formulation properties and reactive flow models, including
survivability and processing, is of interest. Constitutive modeling of these materials, including
mesoscale descriptions of their dynamic mechanical response, initiation mechanisms and
reactive/unreactive equations of state are included as well. Novel approaches for formulating,
processing, enhancing the mechanical properties (i.e., strength, toughness) and characterizing the
special features of energetic materials and functionally graded materials in terms of their
performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay
AFRL/RWTE
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 – FACILITIES, SYSTEMS, AND EQUIPMENT ENABLING
MUNITION SCIENCE AND TECHNOLOGIES RESEARCH (RWT)
AFRL/RWT anticipates a need for new, improved, and often unique research capabilities to
support expanding future in-house research in the areas of munition technologies. These new
RWT facilities, systems, and equipment will enable world-class research, development,
integration, fabrication, instrumentation, and testing of emerging munition technologies from
fundamental science to demonstrating prototype munition-system concepts. As most of the needs
are unique, developing the concepts and preliminary designs for the new equipment with
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of interest are
proposals for concept development, preliminary design, capability assessment, associated cost
estimates and delivery of prototype capability for the new research equipment that will
compliment current in-house capability and be required to pursue revolutionary changes in
munition technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWT
(850) 882-2007
timothy.tobik@us.af.mil
22
---
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWTS)
RWTS is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWTS
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWID)
Modular and open systems are an important element to obtain faster and cheaper solutions
empowering programs with the use of competition throughout the lifecycle of a system. Modular
Open Systems Approach language has been incorporated into statues as of the 2017 NDAA (10
U.S.C. §2446a). We are looking for modular and open solutions for munition systems. Solutions
are needed to handle hardware and software design that promotes modularity and provides the
necessary data rights to enable competition for modular components. Technologies and processes
to enable severability of a system with respect to hardware and software, identification of data
required to allow interoperation of hardware and software, and strategies to verify acquisition is
23
---
adequate for future competition are highly desired. Modular Open Architecture synergizes well
with model-based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a requirement
or design change occurs.
Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWID
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Samuel Courtney
AFRL/RWID
(850) 875-6005
samuel.courtney@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RWHW)
The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM research
mission directly, which in turn addresses the nation’s impending shortfall in the STEM
workforce. Munitions Directorate members have individually performed a wide variety of STEM
outreach tasks at both local and national levels as part of their professional commitment to the
community for many years. The Munitions Directorate K-20 STEM Outreach program seeks to
sustain and expand STEM outreach throughout the local area as well as the greater southeast
region. Nationally, the AFRL Munitions Directorate maintains a solid, robust internship program
which brings students into the laboratory environment to directly benefit Directorate research
and provide maximum exposure to students across a broad spectrum of educational backgrounds.
Students conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-20 STEM
24
---
education and encourage greater numbers of US citizen high school graduates to pursue college
degrees, certifications, and careers in STEM. The STEM Outreach program specifically
addresses communities that have traditionally been underserved by STEM as well as students
who are underrepresented in STEM degree programs, certifications, and careers.
The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the community and
nation to partnerships with universities, technical schools, K-20 school systems, nonprofit
foundations, professional and industry societies, and other agencies in Northwest Florida. These
partnerships provide K-20 teachers and students in Northwest Florida with rich and wide
experiences in STEM, including:
1) Training of K-20 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-20 students and teachers,
and “sustainment of interest” experiences for older K-20 students and teachers.
STEM outreach activities supported may include providing financial assistance to organizations
supporting STEM activities, providing funding and support for national competitions by
arranging for DoD personnel to participate as speakers, mentors, coaches, judges, and presenters,
providing support for STEM education and outreach conferences, and supporting teacher STEM
education and training initiatives. Stipends for teachers undertaking professional training in
connection with these activities may be supported as well as funding for the acquisition of
materials and resources needed to launch, implement, assess, and improve STEM oriented
programs. AFRL encourages the projects and program results to be published in appropriate
publications and academic journals at the end of the period of performance. Participants are
encouraged to develop innovative approaches that utilize their unique assets, capabilities,
locations, and personnel. White papers should identify projects/programs and methods that will
be used to foster and develop students in STEM fields that are relevant to the DoD mission.
Nationally, the AFRL Munitions Directorate maintains a solid, robust internship program for
students ranging from High School to PhD which brings students into the laboratory
environment to directly benefit Directorate research and provide maximum exposure to high
school, undergraduate and graduate students across a broad spectrum of educational
backgrounds. Students conduct relevant, necessary research during an internship which focuses
on areas of critical need in Directorate technology development.
Technical POC: Mr. Brian Mitchell
AFRL/RWHW
(850) 883-2503
brian.mitchell.36@us.af.mil
25
---
17. RESEARCH AREA 17 - WEAPON AUTONOMY AND CONTROL TECHNOLOGY
RESEARCH (RWTA)
RWTA is interested in novel hardware, software, and algorithms to synthesize multi-domain data
into effective mathematical representations to enable novel munition behaviors based upon
battlespace awareness, network topology, and agile munition control techniques. Modular and
open architected technology is required to support and enable networked, collaborative, and
autonomous (NCA) weapon concepts and capabilities especially in highly contested
environments. Limited communication in contested environments might require decentralized,
high-level cognitive functions: technologies that enable context-aware reasoning, multi-agent
coordination, graceful performance degradation, and inherently flexible or reconfigurable
operation are highly desired. Unified architectures, machine learning techniques, or
mathematical languages applicable to the control and coordination of heterogeneous information
services and that enable verifiable, trusted autonomy are also sought. Network-aware
capabilities, especially technology that cognitively matches machines with human oversight,
would enable assured cooperation and increased capacity for NCA weapon deployment. Finally,
science and technology that allows for fractionated weapon performance (having capability
spread across multiple assets that coordinate to deliver a desired effect) and composable
functions (where disparate capabilities can be combined synergistically to create multiple desired
effects) are also of interest.
Technical POC: Dr. Scott Nivison
AFRL/RWTA
(850) 882-3162
scott.nivison.1@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWSP)
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
Technical POC: Mr. Bill Loux
AFRL/RWSP
(850) 883-3920
william.loux.2@us.af.mil
26
---
19. RESEARCH AREA 19 - CYBER SURVIVABILITY FOR PRECISION-GUIDED
MUNITIONS (RWTCC)
The AFRL's Weapon Cyber program is seeking cyber survivability (cybersecurity and cyber
resilience integrated) research concepts and approaches that will enhance mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking and communication, and solutions in the area of assured autonomy
for ground and flight systems. Zero Trust capabilities and approaches for sensors, seekers, or
guidance, navigation, and control (GNC) within weapon systems. Concepts and technologies that
enhance the trust/authenticity, confidentiality, integrity, and availability of data at rest, in transit,
or in use.
The development of tools and techniques, for physical and digital, that enhance the ability to
verify and validate security concepts and technologies, as well as assess their performance
impact within a relevant simulated mission context are also sought. Solutions of interest can be
hardware, software, or algorithms/protocols and must be robust for use in real-time, safety-of-
life-critical aviation systems. Example topics of interest include, but are not limited to, radio
frequency (RF) exploitation, multi collaborative root of trust, formal methods, privacy,
authentication/authorization, hardware/software assurance, physics-based security, wireless
communications, network security, security architectures, and secure munitions-specific
algorithms (sensor fusion, GNC, etc.). Solutions focused on detection and/or monitoring are
generally ineffective for munitions applications.
Technical POC: Dr. Kirk Vanden
AFRL/RWTC
(850) 883-2658
Kirk.vanden@us.af.mil
21. RESEARCH AREA 21: DIGITAL MATERIEL MANAGEMENT
The 2023 Air Force Materiel Command (AFMC) Strategic Plan calls for the deployment of
Digital Materiel Management (DMM) to create a fully empowered digital workforce, trained,
and equipped to deliver integrated, innovative, and trusted capability, throughout the acquisition
lifecycle. AFRL/RW is utilizing DMM to transform IT infrastructure, models, tools, standards,
data, architecture, lifecycle strategies, processes, policy, guidance, workforce training, culture
and more, into a digital enterprise that aids Research and Development (R&D). Two research
focuses dedicated to DMM are Integrated Digital Design and Automated Data Analysis and
Digital Tools.
Technical POC: Cody Carter
AFRL/RWID
(850) 882-4813
cody.carter.1@us.af.mil
Automated Data Analysis and Digital Tools
27
---
AFRL/RW seeks integrated data solutions to discover new insights from technical data as well as
business planning and execution data. Specifically, state of the art data analytics, business
intelligence, machine learning, and statistical methods for storing, indexing, data tagging, and
retrieving data while discovering new insights from complex data structures and disparate data
sources. The goal is to reduce manual toil by autonomously tagging, storing, and securing data.
Solutions should consider storage of large data from both static and streaming sources;
structured, semi-structured, and unstructured data; and multiple security considerations (e.g., PII,
STINFO). Additionally, novel user interfaces that allow non-expert end-users to discover new
insights and design reporting and analysis packages to support their respective missions is
required.
Technical POC: Michael Corey
AFRL/RWID
(850) 882-3992
michael.corey@us.af.mil
Technical POC: Adam Rush
AFRL/RWID
(850) 883-1922
adam.rush.1@us.af.mil
28
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
29
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5-inch x 11 inch
ii. Margins on every page shall be one inch on top, bottom, left and right sides
iii. Font size shall be standard 12-point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
30
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
e. If discussions have occurred about this submission with other than the research area
POC, include name, email and phone of the individuals.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
31
---
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
a. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
32
---
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
4. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. Such invitation does
not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
33
---
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or
full proposals for the specific topic areas. The Calls may also include specific terms that apply to
that Call such as further technical details and any other applicable information. Typically,
proposals or white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offerors are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended, or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
34
---
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
contract or any other contract but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII SECURITY RISK REVIEW IAW AFRLI 61-113
1. NOTICE OF INTENT
a. Security Risk Review. Each proposal submission will be subject to a Security Risk
Review prior to selection for award. The Security Risk Review is applied to federally funded
research designed to help protect Department of the Air Force Science and Technology (S&T) by
identifying possible vectors of undue foreign influence. AFRL will follow all policy and
procedures outlined in Air Force Research Laboratory (AFRL) Instruction AFRLI 61-113,
Science and Technology Protection for the Air Force Research Laboratory and Department of
the Air Force Instruction DAFI 63-101/20-101, Integrated Lifecycle Management.
b. Security risk review for these subject proposals will be developed for all proposed
Senior/Key personnel and “Covered Individuals”. These risk reviews will be based on
35
---
information disclosed in a Research and Related Senior and Key Person Profile and Security
Questionnaire. In addition, any accompanying or referenced documents, publicly available
information, and information contained in internal U.S. Government databases will be utilized in
risk reviews. Nationality or citizenship is not a factor in the security risk reviews.
c. When considering all external engagements, AFRL incorporates a holistic decision-making
process that encompasses technical and security factors. The security review method
implemented by AFRL measures risk factors to identify the appropriate Risk Acceptance Level
(RAL) within the organization. The objective analysis of the security risk factors is conducted to
empower AFRL’s S&T leaders to make risk-informed decisions. The review process generally
looks at five factors, or risk areas, but with authority for expanded review as noted in OSD R&E
Memorandum dated 6 Jun 2023. The potential security risk factors are set forth below:
Potential security risk factors:
2. ACTIONS REQUIRED BY APPLICANTS/RECIPIENTS AT PROPOSAL
SUBMISSION
a. In accordance with AFRLI 61-113, S&T Protection, Applicants/Recipients are required
to submit the following documentation with their proposal to the AFRL/RW Security office
and Program Manager; email addresses will be annotated on the request for proposal
(RFP) letter(s):
1) Grant or Cooperative Agreement (CA) proposals:
i. Standard Form 424, “Research and Related Senior and Key Person Profile
(Expanded) (See Attachment 1) AND;
ii. Security Program Questionnaire (See Attachment 2) AND;
iii. “Privacy Act Statement” consent form for each Covered Individual that is also
signed by the Applicants/Recipients as that Individual’s Sponsor. (See “Covered Individual”
section below, and Attachment 4)
2) Contract or Other Transaction Agreement (OTA) proposals:
i. Research and Related Senior and Key Person Profile Worksheet (See Attachment 3)
AND;
ii. Security Program Questionnaire (See Attachment 2) AND;
36
---
iii. “Privacy Act Statement” consent form for each Covered Individual that is also
signed by the Applicant/Recipient as that Individual’s Sponsor. (See “Covered Individual”
section below, and Attachment 4)
3) In the event a security risk is identified, and the Government has determined the
security risk exceeds the acceptable threshold, the Applicant/Recipient will be notified and
informed of the decline of award. The Government will only provide a general statement of
the reasoning due to Government OPSEC measures.
4) By submission of the Research and Related Senior Key Person Profile and Security
Program Questionnaire, the Applicant/Recipient agrees to comply with the following:
i. To certify that each covered individual who is listed on the application has been made
aware: 1) of all relevant disclosure requirements, including the requirements of 42 U.S.C. §
6605; and 2) that false representations may be subject to prosecution and liability pursuant to, but
not limited to, 18 U.S.C. §§287, 1001, 1031 and 31 U.S.C. §§ 3729-3733 and 3802. See National
Science and Technology Council Guidance for Implementing National Security Presidential
Memorandum 33 (NSPM-33) on National Security Strategy for United States Government-
Supported Research and Development (January 2022).
ii. To establish and maintain an internal process or procedure to address foreign talent
programs, conflicts of commitment, conflicts of interest, and research integrity.
iii. To exercise due diligence to identify Foreign Components or participation by
Senior/Key Personnel in Foreign Government Talent Recruitment Programs and agree to share
such information with the Government upon request.
3. ACTIONS REQUIRED BY COVERED INDIVIDUALS
a. Covered Individual. An individual who contributes to a substantive, meaningful way to the
scientific development or execution of a research and development project proposed to be carried
out with a research and development award from a federal research agency; and is designated as
a covered individual by the federal research agency concerned. See 42 U.S.C. § 6605,
Definitions. (Note: For purposes of a Broad Agency Announcement (BAA) solicitation,
“covered individuals” are all Senior/Key Personnel.)
b. Federal law requires that all current and pending research support, as defined by 42 U.S.C.
§6605, must be disclosed at the time of proposal submission, for all covered individuals. The
Government may require an updated disclosure during the performance of any research project
selected for funding. The Government will require an updated disclosure whenever covered
individuals are added or identified as performing under the funded project.
c. Covered Individuals are also required to sign the “Privacy Act Statement” and provide such
signed statement to the Applicant/Recipient for submission with the proposal. (See Attachment
4).
d. Any decision to accept a proposal for funding under this announcement will include full
reliance on the individual’s statements. Failure to report fully and completely all sources of
37
---
project support and outside positions and affiliations may be considered a material statement
within the meaning of the False Claims Act, 31 U.S.C. 3729, and constitute a violation of
Federal law.
4. ACTIONS REQUIRED BY APPLICANTS/RECIPIENTS DURING PERIOD OF
PERFORMANCE:
a. Applicant/Recipient will be required to re-submit the Research and Related Senior and
Key Person Profile as an annual requirement. In addition, whenever a new covered individual(s)
is to be added or identified as performing under the funded project, a new Research and Related
Senior and Key Person Profile will be required prior to continued performance.
b. If, at any time, during performance of this award, the Applicant/Recipient learns that its
Senior/Key Research Personnel (including any sub awardee personnel who receive this
designation) are or are believed to be participants in a Foreign Government Talent Program or
have Foreign Components with a strategic competitor or country with a history of targeting U.S.
technology for unauthorized transfer, the Applicant/Recipient will notify the
Contracting/Grants/Agreements Officer within 5 business days of awareness.
c. This disclosure must include specific information as to the personnel involved and the
nature of the situation and relationship. The Government will review this information and
conduct any necessary fact-finding or discussion with the Applicant/Recipient. The
Government’s determination on disclosure may include acceptance, mitigation, or termination of
the award.
d. Failure of the Applicant/Recipient to reasonably exercise due diligence to discover or
ensure that neither it nor any of its Senior/Key Research Personnel involved in the subject award
are participating in a Foreign Government Talent Program or have a Foreign Component with a
strategic competitor or country with a history of targeting U.S. technology for unauthorized
transfer may result in the Government exercising remedies in accordance with federal law and
regulation.
e. The Applicant/Recipient will be required to flow down this provision to all sub awardees
who have personnel designated as Senior/Key Research Personnel as a result of their
involvement in the performance of the research.
5. OMBUDSMAN
a. For FAR-based contracts and Other Transactions, an ombudsman has been appointed to
hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this
acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source
of the concern. The existence of the ombudsman does not affect the authority of the program
manager, contracting officer, or source selection official. Further, the ombudsman does not
participate in the evaluation of proposals, the source selection process, or the adjudication of
protests or formal contract disputes. The ombudsman may refer the interested party to another
official who can resolve the concern.
38
---
b. Before consulting with an ombudsman, interested parties must first address their concerns,
issues, disagreements, and/or recommendations to the contracting officer for resolution.
Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g.,
agency level bid protests, GAO bid protests, requests for debriefings, employee-employer
actions, contests of OMB Circular A-76 competition performance decisions).
c. If resolution cannot be made by the contracting officer, the interested party may contact
the ombudsman, AFRL/PK 1864 Fourth Street, Wright-Patterson AFB OH, 45433-7130, COM
(937) 904-9700, FAX (937) 656-7321, email: afrl.pk.workflow@us.af.mil. Concerns, issues,
disagreements, and recommendations that cannot be resolved at the
Center/MAJCOM/DRU/SMC ombudsman level, may be brought by the interested party for
further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary
(ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060,
phone number (571) 256-2395, facsimile number (571) 256-2431.
d. The ombudsman has no authority to render a decision that binds the agency.
e. Do not contact the ombudsman to request copies of the solicitation, verify offer due
date, or clarify technical requirements. Such inquiries shall be directed to the contracting
officer.
IX. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability: therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
39
---
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
X. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Ms. Amy Fortenberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-3657
Email: amy.fortenberry.1@us.af.mil
Ms. Pam King-Hasberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 585-3209
Email: pamela.king-hasberry.1@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Ms. Tessy P. Smith
Director of Contracting, AFRL/PK
Air Force Research Laboratory Phone: (937) 904-4407
Email: tessy.smith@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
40
---
XI. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS & SELECT PROVISIONS BY REFERENCE/CLAUSES
THAT MAY APPLY TO CONTRACTS
1. Support Contractors: The AFRL/RW has entered contracts with support contractors.
Support contractors may support, advise, and assist Government employees with reviewing
and evaluating white paper/formal proposals. These contractors have signed general non-
disclosure agreements and organizational conflict of interest statements. Any objection to
support contractor access must be in writing to the CO and shall include a detailed
statement of the basis for the objection. Any award resulting from this announcement will
contain a requirement for notifying the awardee that the Government and select support
contractors may be required to evaluate certain elements of the proposal.
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings: When requested, a debriefing will be provided. The debriefing process will
follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content may
vary to be consistent with the procedures that govern BAAs (FAR 35.016).
4. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
5. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
6. System for Award Management (SAM) Registration: IAW FAR 52.204-8 (Jan 2025),
Offerors must be registered in the SAM database to receive a contract award and remain
registered during performance and through final payment of any contract or agreement.
Offerors who are not already registered should consider applying for registration before
submitting a proposal. Processing time for registration in SAM, which normally takes 48
hours, should be taken into consideration when registering. The provision at FAR 52.204-
7, System for Award Management (SAM) (Nov 2024), applies. The Government shall
obtain the contractor’s annual FAR/DFARS Representations and Certifications
(i.e., Reps & Certs) directly from the SAM repository upon submission of the
contractor’s proposal. It is incumbent upon the contractor to keep their SAM Reps &
41
---
Certs up to date on an annual basis. Subsequent award will not occur unless the
contractor’s Reps & Certs are current.
7. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
8. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Jan 2023), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory.
9. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
10. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
11. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
12. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Jan 2025), which
requires a contractor to re-represent its size status when certain conditions apply.
13. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Jan 2025). This clause provides the requirement of contractors to enroll as a
Federal Contractor in the E-Verify program within 30 days after contract award.
42
---
14. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
15. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
16. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract more than the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
17. Government Approved Accounting System: An offeror must have a government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
18. IAW FAR 52.204-24, Representation Regarding Certain Telecommunications and Video
Surveillance Services or Equipment, offerors shall complete paragraph (d)(1) of the
provision unless offeror has represented that it “does not provide covered
telecommunications equipment or services…” in paragraph ( c )(1) in the provision at
FAR 52.204-26, Covered Telecommunications Equipment or Services-Representation.
19. FAR 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) applies
unless an exception is granted IAW OMB Memorandum M-23-23.
20. DFARS 252.204-7008, Compliance with Safeguarding Covered Defense Information
Controls (Oct 2016). Provision will apply if contract involves handling Controlled
Unclassified Information (CUI).
21. DFARS 252.204-7016, Covered Defense Telecommunications Equipment or Services-
Representation (Dec 2019). Offeror shall represent that it does or does not provide
covered defense telecommunications equipment or services as a part of its offered
products or services to the Government.
22. DFARS 252.204-7017, Prohibition on the Acquisition of Covered Defense
Telecommunications Equipment or Services-Representation (May 2021). Offeror is not
43
---
required to complete representation if the offeror has represented in the provision
252.204-7016.
23. DFARS 252.204-7019, Notice of NIST SP 800-171 DoD Assessment Requirements (Nov
2023) provision applies. As prescribed in 204.7304(d), offerors are required to
implement the NIST SP 800-171r2 to have a current (not older than three years) NIST SP
800-171 DoD Assessment on record and assessment score no less than 110. If the score
is less than 110, the Contracting Officer will request and review the contractor’s plan to
be considered for award. Offerors are required to post any applicable current assessment
in Supplier Performance Risk System (SPRS) https://www.sprs.csd.disa.mil. Provision
will apply if contract involves handling Controlled Unclassified Information (CUI).
24. DFARS 252.204-7024, Notice on the Use of the Supplier Performance Risk System (Mar
2023) provision applies. The Supplier Performance Risk System (SPRS) is available at
https://piee.eb.mil/ and will be used in the evaluation of the Offeror’s performance. This
includes item, price, quality, delivery and contractor information.
25. DFARS 252.227-7017, Identification and Assertion of Use, Release, or Disclosure
Restrictions, identify in the proposal submission any technical data for which restrictions
on use, release or disclosure are asserted. Any assertions must be completed and
submitted with your proposal.
26. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded): The Degree Type and
Degree Year fields on the Research and Related Senior/Key Person Profile
(Expanded) form will be used by DoD as the source of career information. In addition
to the required fields on the form, applicants must complete these two fields for
individuals that are identified as having the project role of PD/PI or Co-PD/PI on the
form. Additional senior/key persons can be added by selecting the “Next Person”
button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s): This form will be used by DoD as
the source of demographic information, such as gender, race, ethnicity, and disability
information for the Project Director/Principal Investigator and all other persons
identified as Co-Project Director(s)/Co-Principal Investigator(s). Each application
must include this form with the name fields of the Project Director/Principal
Investigator and any Co-Project Director(s)/Co-Principal Investigator(s) completed;
however, provision of the demographic information in the form is voluntary. If
44
---
completing the form for multiple individuals, each Co-Project Director/Co-Principal
Investigator can be added by selecting the “Next Person” button. The demographic
information, if provided, will be used for statistical purposes only and will not be
made available to merit reviewers. Applicants who do not wish to provide some or all
the information should check or select the “Do not wish to provide” option.
c. DISTRIBUTION A. Approved for public release; distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
List of Attachments:
Attachment 1: Standard Form 424
Attachment 2: Security Program Questionnaire
Attachment 3: Research and Related Senior and Key Person Profile Worksheet
Attachment 4: Privacy Act Statement
45
---
BAA_FA8651-22-S-0001_Amendment5_July2024
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
Updated as of 18 July 2024
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates and
times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case by case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted as
specified in the individual Calls and evaluated in accordance with the instructions further below.
Offerors should monitor the Contract Opportunities website at https://sam.gov/content/home and
https://www.grants.gov/ in the event this announcement is amended or Calls are issued.
1
---
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
considered to be the results of full and open competition and in full compliance with
the provisions of PL 98-369, the Competition in Contracting Act of 1984. This
acquisition is unrestricted. Small businesses are encouraged to propose on all or any
part of this solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Technology Integration Division (RWI), Strategy Division (RWS), and Science and
Technology Division (RWT).
2. DELIVERABLE ITEMS:
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
2
---
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can
be found at dod-research-and-development-rd-general-terms-and-conditions-
september-2023 (navy.mil).
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:.
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
3
---
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
4
---
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2011). Assertions must be completed with
specificity. Each assertion must identify both the data/software and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third party
computer software. Any third party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or in
excess of an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes, but is not limited to: unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5
---
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
6
---
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
TECHNOLOGY INTEGRATION DIVISION (RWI)
The Technology Integration Division (RWI) leads the Munitions Directorate’s (RW) advanced
technology development (6.3) and digital transformation activities. RWI integrates advanced
components from applied research initiatives and executes high-visibility ground and flight test
demonstrations to rapidly transition next-generation technologies to programs of record and
fielded warfighter capabilities. RWI has three branches. The Air Dominance Branch (RWIA)
develops, integrates, demonstrates, and transitions air dominance weapons technologies across
the counter-air, networked, collaborative, autonomous, and electromagnetic domains. The Digital
Materiel Management Branch (RWID) develops, integrates, demonstrates, and transitions
software tools and advanced architectures to drive model-based systems engineering, automate
agile business processes, and institutionalize open standards. The Global Strike Branch (RWIG)
develops, integrates, demonstrates, and transitions global strike weapons technologies across the
counter-land and counter-maritime domains.
STRATEGY DIVISION (RWS)
The Strategy Division (RWS) is responsible for obtaining information and developing strategic
methodologies to guide RW in near, mid, and long-term activities to meet mission needs. This
includes: 1) Strategic Planning which develops capability and investment plans to meet
warfighter needs, 2) Partnerships to collaborate with customers and partners to develop sound
business practices and opportunities, & 3) Modeling, Simulation, & Analysis of weapon
concepts to build military utility for future investments.
SCIENCE AND TECHNOLOGY DIVISION (RWT)
The Science and Technology Division (RWT) directs and conducts basic, exploratory and
advanced research and development of fuzes, warheads, energetic materials,
guidance/navigation/controls (GNC), autonomy, seeker sciences, weapon cyber defense, AI &
decision making, and weapon algorithm development. In addition, RWT conducts
Computational assessment for air-launched munitions for use with a full array of launch
platforms including fighter, bomber, and remotely-piloted aircraft. RWT consist of the
Computation Engineering Sciences Branch (RWTC), Autonomy, Navigation & Control Branch
(RWTA), Seekers Branch (RWTS), Energetic Materials Branch (RWTE) and Ordnance Branch
(RWTO). RWTC creates, develops and optimizes computational models and simulations,
weapon algorithms, cyber defense approaches and nature inspired systems. RWTA Leads the
development and integration of advanced aerodynamics modeling & simulation, artificial
intelligence and decision-making, multi-agent teaming, and navigation technology across the
Munitions Directorate. RWTS researches, develops, demonstrates, and transitions weapon
seeker science and technology for precision guided munitions. RWTE discovers, develops,
integrates, and transitions energetic materials technology that maximizes weapon lethality,
survivability, and safety for air-delivered munitions. In addition, RWTE operates the High
Explosives Research & Development (HERD) facility which is responsible for the development
of energetic materials from concept formulation through pilot plant production for transition into
existing or future inventory weapon systems. RWTO is responsible for research and
8
---
development of technologies to enable revolutionary fuzing and warhead capabilities for current
and future weapon systems. RWTO discovers, develops, demonstrates, and transitions ordnance
science and technology that maximizes air-delivered munitions effectiveness.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWTAA)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance and navigation systems, networked communication systems,
and precision effect ordnance and fuzing systems. The goal of this work is to perform research
on technologies for development of agile weapon airframes that are capable of being deployed or
dispensed from unmanned and manned platforms (e.g., 5th/6th-generation) and which can
deliver precision-controlled effects against fixed and mobile ground targets and air targets in
highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling technologies in
the following research areas are of interest: agile weapon airframes for high-speed flight regimes
(e.g., air-launched unitary subsonic to supersonic guided weapons, air-launched supersonic to
low hypersonic air-intercept, and long-range hypersonic strike weapons); high-agility airframes
capable of aggressive flight maneuvers for terminal target intercept; compressed carriage
munitions and release mechanisms; robust, low-cost, compact control and actuation systems
(aero and propulsive) for small weapons; compact power for small weapons; and small weapon
design, carriage, and dispensing technology. Proposed research should have a sound basis in
credible theories, principles, and methodologies of dynamical systems, aerodynamics, structural
dynamics, machine learning, material sciences, propulsion, thermodynamics, aeroelasticity,
aerothermoelasticity, and aeromechanics. Efforts should also exploit advances in other weapon
subsystem technologies (e.g., advanced sensors and seekers, guidance and control algorithms,
networked enabled weapons and information architectures, controlled effects ordnance, divert
and attitude control systems, flexible or morphing bodies), be amenable to further development
through sound principles of systems engineering, and offer the potential for significantly
improving affordable weapon aerial systems capabilities, effectiveness and manufacturability. In
the context of this research area, innovative and novel concepts based upon emerging science
and technology are encouraged; incremental evolutionary capability of existing technologies are
of low interest.
Technical POC: Dr. Daniel Reasor
AFRL/RWTAA
(850) 882-8221
daniel.reasor@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SENSORS, INFORMATION PROCESSING,
AND CONTROL (RWTCA)
Flying insects and smart munitions often need to perform similar tasks that require sensing, processing,
and control. However, biological systems tend to be much more robust and have significantly lower size,
weight, and power (SWaP) than their engineered counterparts. In fact, flying insects are existence proofs
of goal-oriented, autonomous agents that can detect, identify, and intercept targets while avoiding threats
in uncertain and highly dynamic environments. Researchers at the Munitions Directorate are determined
to understand the principles underlying the abilities of relevant biological organisms (not just flying
insects) and apply those principles to future engineered systems to improve performance, lower SWaP,
and achieve trusted autonomy in man-made systems. We refer to such systems as bioprincipic and we
10
---
believe this approach may lead to revolutionary concepts and capabilities for future Air Force
systems. The Government wants to use what is understood about the natural sensors to build
small and affordable autonomous munitions sensors. Sensors of interest include multi-spectral
and polarimetric electro-optical / infrared (EO/IR) imaging sensors, mechanosensors of various
types and applications (including acoustic sensors), magnetosensors, and chemosensors. Often
biological systems use multiple sensing modalities and efficiently combine the sensor outputs to
achieve robust behavior in dynamic environments. Furthermore, an integrated sensor design
includes not only the hardware component, but the "software" or "algorithm" that does the
information processing. The Department of Defense is interested in sparse/compressive sensing,
neuromorphic/spiking architectures, and analog and hybrid processing techniques when they
show speed and accuracy advantages over pure digital processing. Proposed concepts should
support the mission of the Munitions Directorate.
Technical POC: Dr. Nick Rummelt
AFRL/RWTCA
(850) 883-0886
Fax: (850) 882-3344
nicholas.rummelt@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWTCA)
a. RWTCA is interested in investigating all aspects of Automatic Target Recognition (ATR)
/ Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) /
Autonomous Target Reacquisition (ATR) technology as it applies to seekers for
conventional guided weapons. Interests range from basic signal and image processing
foundations through tower and flight test of advanced, real-time ATR/host signal
processor implementations. Technical approaches in the areas of pattern recognition,
computer vision, deep learning, machine learning, autonomous systems, and cooperative
systems as they apply to weapon seekers are of interest.
b. The following technologies and research areas are of particular interest:
1) Artificial Intelligence (AI) /Machine Learning (ML), Deep Learning (DL) and/or
traditional algorithms for weapon seeker target acquisition or re-acquisition.
2) Investigations and analyses of AI/ML/DL and/or traditional algorithms leading to a
better fundamental understanding of their operation and limitations; especially with
respect to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML/DL and/or
traditional algorithms.
4) Approaches for training AI/ML/DL or traditional algorithms with synthetic target
data that result in good target recognition performance when using real target data
(e.g. synthetic to real domain adaptation).
11
---
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
13) Software and/or hardware approaches that more fully automate the data ground
truthing process and provide approximate pixel-level target/background labeling of
data sets. The process could be implemented as part of the data collection process or
as a post-collection process. Objective here is to automate /mechanize data labeling
to the maximum extent possible during the data collection process.
14) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
15) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
12
---
16) Algorithms or integrated software and hardware approaches that develop or
demonstrate alternative navigation capabilities. This may include approaches for
radar-aided navigation, celestial-based navigation in a form-factor relevant for
munitions, and other non-GNSS (global navigation satellite system)-based navigation
approaches.
17) Alternative low-power architectures and associated representation (neuromorphic,
quantum, etc..) for target detection, recognition, and tracking.
Technical POC: Dr. David Gray
AFRL/RWTCA
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWTSH)
RWTSH is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWTSH exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
alternate navigation concepts, and high-speed weapon environmental effects models. Emphasis
for simulation technology research is on advancement and improvement of scene projection and
injection technologies, real-time target scene modeling techniques, target phenomenology
models, simulation architectures, RF target simulators, run-time lethality assessment and high
bandwidth motion simulators. In general, innovative solutions that enhance the fidelity and
accuracy of HIL simulation and allow for more efficient performance verification for advanced
munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWTSH
(850) 883-0867
Fax: (850) 882-4128
rhoe.thompson@us.af.mil
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWTSH)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
13
---
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Department of the Air Force (DAF) threats, urban environments, chemical/biological effects,
coupling and integration of scene generation software, multiple sensor views, and advanced
computing techniques. These SG improvements must be designed to streamline the process for
evaluating guided munitions concepts from initial design to final implementation, lowering
development costs and shortening time from drawing board to battlefield. The improved testing
realism will provide confidence that the munitions will perform as expected under a much wider
variety of combat conditions than previously possible.
Technical POC: Mr. Robert Watson
AFRL/RWTSH
(850) 883-1926
Fax: (850) 882-4128
robert.watson.50@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWTSE)
RWTSE has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
signal from the background environment, condition the signal, and store the data are
14
---
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
Technical POC: Mr. James Savage
AFRL/RWTSE
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY
(RWTAN)
RWTAN is developing global positioning system (GPS)-enabled and alternative position,
navigation, and timing (alt-PNT) technologies to provide robust PNT solutions for single-
weapon and network-enabled weapon system concepts. GPS technologies of interest are anti-jam
techniques including spatial and temporal anti-jam technologies and miniature GPS antenna
technologies, including leveraging these technologies to identify and localize the
jamming/spoofing sources. Alt-PNT technologies of interest include a wide variety of sensor
aiding including passive sensing (electro-optical, infrared, passive millimeter wave, magnetic,
external radio frequency sources, etc.) and active sensing which are appropriate for one or more
combinations of altitudes, speeds, environments (over water/land, day/night, etc.), as well as
size, weight, power, and cost restrictions. Navigation and estimation developments may also
include theoretical foundations for improved data fusion or optimization methods, efficient or
new data pre-processing, or other enabling technologies, subsystems, or concepts.
Technical POC: Dr. Kevin Brink
AFRL/RWTAN
kevin.brink@us.af.mil
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWSA)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, campaign (many-on-
many, military worth), level modeling techniques, tools, and analysis methods as well as virtual
and constructive digital simulation which lend themselves to the quick and effective evaluation
of advanced weapon concepts. Concepts include, but are not limited to, intercommunicative
weapons, novel damage mechanisms, lethal and novel destruct mechanisms, multiple targeting,
and time-critical delivery. Detailed modeling includes, but is not limited to, sensors,
aerodynamics, autopilots, navigation and guidance schemes, propulsion, warheads, fuzes,
datalinks, error filters, environment (wind, fog, and dust), lethality, vulnerability, and threats.
Scenario development and visualization at each level of MS&A is also sought. Research into
new simulation toolsets and architectures designed for this purpose will also be considered.
15
---
Additionally, environmental factors that influence a weapon’s performance can be considered.
This can include but not be limited to urban environments, collaborative simulation
environments, Anti-Access/Area Denial (A2/AD) type environments, scenario generation, and
infrastructure simulation common to environments that weapons may operate in. Existing tools
of interest include, but are not limited to, ESAMS, RADGUNS, MATLAB/Simulink, AFSIM,
EADSIM, and STORM. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all of the specific areas of MS&A. Some or all of the work
performed under this BAA Research Area will be performed on-site (i.e., at the Government
facility). Personal/facility security clearances at the SECRET level may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWSAE
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWSAE
(850) 883-2333
Rusty.coleman.1@us.af.mil
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWSAL and RWTCS)
a. The Air Force Research Laboratory Munitions Directorate has the mission to assess
the performance and effectiveness of conventional inventory and conceptual weapon
systems, both kinetic energy and directed energy, lethal and non-lethal, against a
myriad of potential targets. The objective of this effort is to support AFRL/RW in
assessing inventory and concept weapons against existing and developing targets.
This work is broken out into three areas: 1) Target Vulnerability and Weapon
Effectiveness, 2) Computational Mechanics, and 3) Novel Test Instrumentation and
Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools,
target models, and processes as part of AFRL's R&D efforts. These efforts will
identify potential vulnerabilities in targets and their subcomponents for conventional
or concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual
munitions when deployed against targets and critical components. Targets of
interest can include, but are not limited to maritime (above and below water level),
mobile, fixed (above and below ground), hard and deeply buried, chem-bio, and air-
to-air. This research will allow development of new techniques or enhancement of
existing techniques to measure and compare weapon effectiveness, collateral
damage, and potential collateral hazards. Research will include improvements in our
ability to predict and measure component vulnerability and functional defeat
16
---
allowing assessment of weapon effects that degrade a target's ability to perform its
intended functions without necessarily destroying it. It could also include research
and modeling of new or conceptual damage mechanisms. Development of new
target and associated functional models as well as advanced methodologies to
capture the physics of structural response to conventional weapon effects would
improve our abilities to assess current and conceptual weapons and ways to exploit
high-interest targets or newly discovered vulnerabilities. Research to enhance or
develop methodologies to account for the target-critical equipment/components, and
their interconnections, and associated failure logic and failure modes could be
required. Mathematical methods related to statistics and stochastic modeling, as
related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to ASAP, MLAT,
AJEM, ARM, BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN,
FATEPEN, IMEA, JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE,
WEAPS, and WinBLAST. In addition to improving any existing toolset, new
methods for integrating high-fidelity computational mechanics codes into existing
lethality frameworks and toolsets are an area of emerging interest. Simulation
frameworks of interest are Endgame. We are also interested in coupling various
lethality codes into digital engineering architectures, and with other codes and
models.
2) Computational Mechanics: The performance assessment and development of
advanced conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. This includes warheads for anti-
maritime (above and below water line), weapons for ground targets, and air-to-air
warheads. The emphasis of this effort is the development and validation of first
principles continuum mechanics codes (finite- element, finite difference) yielding
high-fidelity weapon and target simulations. Areas of particular interest include
penetration mechanics, high-strain-rate fracture dynamics and constitutive
modeling, modeling the shock survivability of fuze electronic components,
predictive models for the change in material properties due to thermal cycling
(energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide
the development of more accurate continuum scale and meso-scale material models
for reactive (energetics, reactive metals) and non-reactive materials, localized shear
band formation, high-pressure/high-strain-rate modeling of geologic and
geologically derived materials, modeling of reacting droplet and particulate flows,
equation of state and constitutive models for chemical and biological agents,
numerical modeling of neutralization mechanisms for biological and chemical
agents, hydrodynamic ram, atomization and aerosolization of chemical and
biological agents, direct numerical simulation of detonations, coupled detonation
physics and multi-phase flow, turbulent flows, accurate and efficient boundary
interface treatments, the ability to span several orders of magnitude in spatial and
temporal length scales, and advanced numerical methods. In addition, statistical and
17
---
stochastic, machine learning, and deep learning methods to generate special-
purpose, fast-running models from large-scale datasets produced with computational
mechanics codes is an emerging need. In order to meet emerging needs in digital
engineering and digital twins, we are interested in approaches using Physically
Inspired Neural Networks (PINNs) or similar approaches to developing machine
learning surrogates of our weapon design and analysis codes. These codes typically
perform numerical solutions of systems of partial differential equations with
complex material models for material response. We are also interested in coupling
various high-resolution codes into digital engineering architectures, and with other
codes and models.
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or, techniques for gathering
and analyzing test data in order to: 1) gather data with respect to new damage
mechanisms and/or novel effects, and 2) reduce the cost and/or manpower needed
to collect weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWSA
(850) 883-2658
Kirk.vanden@us.af.mil
Initial contact through email is preferred during the pandemic.
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWTOD)
Technologies and concepts are sought for effective, robust and affordable warhead and ordnance
components in the areas of air and space defense to include: counter-maritime, counter-air,
networked, collaborative autonomous (NCA), airbase defense, combined effects (including non-
kinetic effectors), air dominance missiles, high speed weapon and long range strike weapons,
ordnance of modular architecture weapons and swarming weapons. More specific, near-term
challenges provide the call for research interests are in the advanced manufacturing of warhead
materials and structures, shock response and equation of state for case materials; research into
relevant target materials, fracture and fragmentation; penetration/perforation mechanics; and
improving the suite of diagnostics to best extract the high-rate and violent environments of these
ordnance systems. Innovative technologies for multi-functional materials are sought as well. There
is interest in unique, innovative and high-performance payoff technologies that integrate the
ordnance package in accordance with the larger system or engagement scenario. Also desired are
highly agile and end-game responsive adaptation of the ordnance package; tailorable or synergistic
output that ensures optimal energy use and coupling to target; selectable effects that maximize the
use of system data and capabilities. Warhead and end-game effector technologies are sought for
low-cost but effective Air Dominance missiles as well as future self-defense missile capability.
Traditional and non-traditional concepts are sought to maximize the loadout and effectiveness of
5th-6th Generation aircraft.
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
18
---
Fax: (850) 883-1380
george.jolly.1@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWTO)
a. RWTO develops, demonstrates, and transitions technologies that have application to
fuzes for air-delivered weapons, including, but not limited to, guided and unguided
bombs, missiles, and submunitions. Fuzes must reliably remain in a safe mode until the
appropriate post-deployment environments (such as freefall) are sensed; the fuze must
then arm the weapon and, upon receiving a signal from a target detection device (TDD),
initiate the explosive fill (or other damage mechanism). RWTO thus seeks proposals for
innovative technologies that can be integrated into the design or testing of air-delivered
weapon fuzes. Safe and Arm and initiation systems must comply with MIL-STD-1316F
b. RWTO is particularly interested in fuzes (including submunition fuzes) and related
component or material technologies that are capable of surviving the repetitive, multi-
axis shock environment experienced by a fuze during penetration of a hardened target
and functioning the warhead. Materials that mitigate all or some portion of the shock
spectrum are also of interest. Unique inertial detection devices or non-inertial detection
devices are of interest. However, current test technologies do not fully duplicate the
multi-axial fuze environment in terms of duration, repetitive high-acceleration loading,
and other aspects of the mechanical loading profile. This necessitates extremely
expensive sled tests for fuze research, testing, qualification, and performance evaluation.
Therefore, there is interest in laboratory and field test techniques and equipment to
duplicate these repetitive, multi-axial shocks.
c. Additional penetration fuzing-specific research tasks of interest include, but are not
limited to, the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
19
---
6) Advanced computational techniques for modeling high-rate conditions and fuze and
fuze component response to these environments.
d. RWTO is also interested in improved sensors, techniques, and/or systems for second
safety environment sensing (as defined in MIL-STD-1316) for a wide range of
demonstration projects from miniature munitions to safety-critical payloads on
hypersonic airframes. In the area of miniature and micro-munition fuzing, research tasks
of interest include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Active imaging aimpoint selecting fuze sensor technology
e. In the area of fuzing the payloads on high-speed airframes, research tasks of interest
include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
f. RWTO is interested in advance additive and subtractive methods of manufacturing for
polymers, components, and antennas. Unique materials that can be printed and then
survive extreme environments of shock, vibration, and temperature are desired.
Advanced development in equipment to print such materials is desired.
g. The final area of focused interest is in the area of in-line and out-of-line initiation
systems. The RWTE Advanced Initiation Science Group is interested in novel ignition
devices or ignition circuitry that can enhance reliability while reducing energy budgets
for initiation systems. Additionally, concepts that would enable novel warhead designs
are of interest. The Government is also interested in novel or more inherently robust
manufacturing processes that can be applied to components within initiation systems.
Finally, there is interest in modeling and simulation methods or techniques for
characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
20
---
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWTE)
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Topics related to the processing and manufacturing of explosives,
oxidizers, polymeric binders (and their modification) and fuels to modify their sensitivity,
processability, and performance such as recrystallization, coating, particle
size/polymorphism/habit modification, and surface treatments other are included. Energetic
materials characterization tools of relevance include, but are not limited to, static and dynamic
mechanical properties measuring devices as well as microscopy and tomography. Use of
computational tools to predict formulation properties and reactive flow models, including
survivability and processing, is of interest. Constitutive modeling of these materials, including
mesoscale descriptions of their dynamic mechanical response, initiation mechanisms and
reactive/unreactive equations of state are included as well. Novel approaches for formulating,
processing, enhancing the mechanical properties (i.e., strength, toughness) and characterizing the
special features of energetic materials and functionally graded materials in terms of their
performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay AFRL/RWTE
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 - FACILITIES AND EQUIPMENT ENABLING ORDNANCE
TECHNOLOGIES AND ADVANCED ENERGETICS (RWTM)
21
---
AFRL/RWT anticipates a need for new, improved, and often unique capabilities to support
expanding future in-house research in the areas of ordnance technologies and advanced
energetics. These new RWT facilities, equipment and instrumentation will enable world-class
research, development, integration, fabrication and testing of emerging ordnance technologies
from fundamental science to demonstrating prototype munition-system concepts. As most of the
needs are unique, developing the concepts and preliminary designs for the new equipment and
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of particular interest
are proposals for concept development, preliminary design, capability assessment, associated
cost estimates and delivery of prototype capability for the new research equipment that will be
required to pursue revolutionary changes in ordnance technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWT
(850) 882-2007
timothy.tobik@us.af.mil
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWTS)
RWTS is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets, and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
22
---
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWTS
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWID)
a. Modular and open systems are an important element to obtain faster and cheaper
solutions empowering programs with the use of competition throughout the lifecycle of a
system. Modular Open Systems Approach language has been incorporated into statues as
of the 2017 NDAA (10 U.S.C. §2446a). We are looking for modular and open solutions
for munition systems. Solutions are needed to handle hardware and software design that
promotes modularity and provides the necessary data rights to enable competition for
modular components. Technologies and processes to enable severability of a system with
respect to hardware and software, identification of data required to allow interoperation
of hardware and software, and strategies to verify acquisition is adequate for future
competition are highly desired. Modular Open Architecture synergizes well with model-
based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a
requirement or design change occurs.
b. Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWID
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Christopher Neal
23
---
AFRL/RWID
(850) 875-6005
christopher.neal.8@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RWHW)
a. The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM
research mission directly, which in turn addresses the nation’s impending shortfall in the
STEM workforce. Munitions Directorate members have individually performed a wide
variety of STEM outreach tasks at both local and national levels as part of their
professional commitment to the community for many years. The Munitions Directorate
K-20 STEM Outreach program seeks to sustain and expand STEM outreach throughout
the local area as well as the greater southeast region. Nationally, the AFRL Munitions
Directorate maintains a solid, robust internship program which brings students into the
laboratory environment to directly benefit Directorate research and provide maximum
exposure to students across a broad spectrum of educational backgrounds. Students
conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-20 STEM
education and encourage greater numbers of US citizen high school graduates to pursue
college degrees, certifications, and careers in STEM. The STEM Outreach program also
seeks to increase diversity in STEM by specifically addressing communities that have
traditionally been underserved by STEM as well as students who are underrepresented in
STEM degree programs, certifications, and careers.
b. The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the
community and nation to partnerships with universities, technical schools, K-20 school
systems, nonprofit foundations, professional and industry societies, and other agencies in
Northwest Florida. These partnerships provide K-20 teachers and students in Northwest
Florida with rich and wide experiences in STEM, including:
1) Training of K-20 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-20 students and teachers,
and “sustainment of interest” experiences for older K-20 students and teachers.
c. STEM outreach activities supported may include providing financial assistance to
organizations supporting STEM activities, providing funding and support for national
competitions by arranging for DoD personnel to participate as speakers, mentors,
coaches, judges, and presenters, providing support for STEM education and outreach
conferences, and supporting teacher STEM education and training initiatives. Stipends
for teachers undertaking professional training in connection with these activities may be
supported as well as funding for the acquisition of materials and resources needed to
launch, implement, assess, and improve STEM oriented programs. AFRL encourages the
24
---
projects and program results to be published in appropriate publications and academic
journals at the end of the period of performance. Participants are encouraged to develop
innovative approaches that utilize their unique assets, capabilities, locations, and
personnel. White papers should identify projects/programs and methods that will be used
to foster and develop students in STEM fields that are relevant to the DoD mission.
d. Nationally, the AFRL Munitions Directorate maintains a solid, robust internship program
for students ranging from High School to PhD which brings students into the laboratory
environment to directly benefit Directorate research and provide maximum exposure to
high school, undergraduate and graduate students across a broad spectrum of educational
backgrounds. Students conduct relevant, necessary research during an internship which
focuses on areas of critical need in Directorate technology development.
Technical POC: Mr. Brian Mitchell
AFRL/RWHW
(850) 883-2503
brian.mitchell.36@us.af.mil
17. RESEARCH AREA 17 - WEAPON AUTONOMY AND CONTROL TECHNOLOGY
RESEARCH (RWTA)
RWTA is interested in novel hardware, software, and algorithms to synthesize multi-domain data
into effective mathematical representations to enable novel munition behaviors based upon
battlespace awareness, network topology, and agile munition control techniques. Modular and
open architected technology is required to support and enable networked, collaborative, and
autonomous (NCA) weapon concepts and capabilities especially in highly contested
environments. Limited communication in contested environments might require decentralized,
high-level cognitive functions: technologies that enable context-aware reasoning, multi-agent
coordination, graceful performance degradation, and inherently flexible or reconfigurable
operation are highly desired. Unified architectures, machine learning techniques, or
mathematical languages applicable to the control and coordination of heterogeneous information
services and that enable verifiable, trusted autonomy are also sought. Network-aware
capabilities, especially technology that cognitively matches machines with human oversight,
would enable assured cooperation and increased capacity for NCA weapon deployment. Finally,
science and technology that allows for fractionated weapon performance (having capability
spread across multiple assets that coordinate to deliver a desired effect) and composable
functions (where disparate capabilities can be combined synergistically to create multiple desired
effects) are also of interest.
Technical POC: Dr. Scott Nivison
AFRL/RWTA
(850) 882-3162
scott.nivison.1@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWSP)
25
---
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
Technical POC: Mr. Bill Loux
AFRL/RWSP
(850) 883-3920
william.loux.2@us.af.mil
19. RESEARCH AREA 19 - CYBER SURVIVABILITY FOR PRECISION-GUIDED
MUNITIONS (RWTCC)
The AFRL's Weapon Cyber program is seeking cyber survivability (cybersecurity and cyber
resilience integrated) research concepts and approaches that will enhance mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking and communication, and solutions in the area of assured autonomy
for ground and flight systems. Zero Trust capabilities and approaches for sensors, seekers, or
guidance, navigation, and control (GNC) within weapon systems. Concepts and technologies that
enhance the trust/authenticity, confidentiality, integrity, and availability of data at rest, in transit,
or in use.
The development of tools and techniques, for physical and digital, that enhance the ability to
verify and validate security concepts and technologies, as well as assess their performance
impact within a relevant simulated mission context are also sought. Solutions of interest can be
hardware, software, or algorithms/protocols and must be robust for use in real-time, safety-of-
life-critical aviation systems. Example topics of interest include, but are not limited to, radio
frequency (RF) exploitation, multi collaborative root of trust, formal methods, privacy,
authentication/authorization, hardware/software assurance, physics-based security, wireless
communications, network security, security architectures, and secure munitions-specific
algorithms (sensor fusion, GNC, etc.). Solutions focused on detection and/or monitoring are
generally ineffective for munitions applications.
Technical POCs:
Ms. Juanita Riley
AFRL/RWTCC
(850) 882-2955
juanita.riley.2@us.af.mil
20. RESEARCH AREA 20 - STRATEGIC PLANNING, PROTOTYPING, AND
EXPERIMENTATION (RWS)
26
---
The objective of this research area is to develop innovative approaches and products to
determine military worth and quantify value propositions for weapon concepts as part of the
Munitions Directorate’s strategic planning process. Specific mission areas of interest include
Air, Space, Cyber, Maritime, Nuclear Deterrence, Special Operations. Techniques for objective
quantification of future weapon technologies, attributes, and their tradespaces critical to
achieving operational objectives are sought. There is also interest in fast-running informative
tools for analysis, study, optimization, and revelation of opportunities to address operational
gaps and shortfalls. Inclusion of should-cost estimates for technologies and cost exchange ratios
for blue-red forces is an important factor to senior leader decision making processes.
Techniques to efficiently develop strategic planning roadmapping tools which quantify time-
phased performance advancements over baseline technologies and weapon systems are highly
desired. In addition, approaches to aggregate technologies into notional weapon constructs is of
interest as well as novel approaches to evaluate their performance attributes and capability
contributions.
Technical POC: Mr. Avi Nusimow
AFRL/RWS
(850) 882-3917
avi.nusimow@us.af.mil
21. RESEARCH AREA 21: DIGITAL MATERIEL MANAGEMENT
The 2023 Air Force Materiel Command (AFMC) Strategic Plan calls for the deployment of
Digital Materiel Management (DMM) to create a fully empowered digital workforce, trained,
and equipped to deliver integrated, innovative, and trusted capability, throughout the acquisition
lifecycle. AFRL/RW is utilizing DMM to transform IT infrastructure, models, tools, standards,
data, architecture, lifecycle strategies, processes, policy, guidance, workforce training, culture
and more, into a digital enterprise that aids Research and Development (R&D). Two research
focuses dedicated to DMM are Integrated Digital Design and Automated Data Analysis and
Digital Tools.
Integrated Digital Design
AFRL/RW seeks to develop and integrate a collection of high-fidelity models to
understand weapon technology performance in the following areas: ordnance sciences,
seeker sciences, airframe, guidance, navigation, and control. The integrated high-fidelity
physics and engineering models will be used to generate mission-level data to inform
investment decisions. The linking of existing tools, and the potential development of new
tools to fill current gaps in high-fidelity model analysis is necessary. Leading-edge
solutions to document, verify and validate the integration of the high-fidelity models is
key. The models will be united in a generic simulation framework to execute and enable
reuse.
Technical POC: Cody Carter
AFRL/RWID
(850) 882-4813
27
---
cody.carter.1@us.af.mil
Automated Data Analysis and Digital Tools
AFRL/RW seeks integrated data solutions to discover new insights from technical data as
well as business planning and execution data. Specifically, state of the art data analytics,
business intelligence, machine learning, and statistical methods for storing, indexing, data
tagging, and retrieving data while discovering new insights from complex data structures
and disparate data sources. The goal is to reduce manual toil by autonomously tagging,
storing, and securing data. Solutions should consider storage of large data from both
static and streaming sources; structured, semi-structured, and unstructured data; and
multiple security considerations (e.g., PII, STINFO). Additionally, novel user interfaces
that allow non-expert end-users to discover new insights and design reporting and
analysis packages to support their respective missions is required.
Technical POC: Michael Corey
AFRL/RWID
(850) 882-3992
michael.corey@us.af.mil
Technical POC: Adam Rush
AFRL/RWID
(850) 883-1922
adam.rush.1@us.af.mil
28
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a Federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
29
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement, but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5 inch x 11 inch
ii. Margins on every page shall be one-inch on top, bottom, left and right sides
iii. Font size shall be standard 12 point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
30
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract, but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
e. Standard Form 424 (SF 424), Requirement for Standard Form 424 (SF 424), Research and
Related Senior/Key Person Profile (Expanded) Form and Security Program Questionnaire:
Include a completed SF 424 with all white papers.
Offeror shall submit as a part of the white paper a completed Standard Form (SF 424),
Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key
Personnel proposed in support of the requirement. Additionally, the offeror shall submit
a completed Security Program Questionnaire. Offeror may be asked to provide a
31
---
mitigation plan for any identified S&T Protection risks. The Government reserves the
right to determine an offeror unawardable on the ground of unacceptable S&T Protection
risk based on its review of the SF 424 and Security Program Questionnaire.
By submitting a white paper, 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 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; and (c) the PI and other key personnel have been made aware of the
requirements under Section 223(a)(1) of this Act. 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).
f. If discussions have occurred about this submission with other than the research area
POC, include name, email and phone of the individuals.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
h. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
32
---
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
33
---
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
3. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. Such invitation does
not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or full
proposals for the specific topic areas. The Calls may also include specific terms that apply to that
Call such as further technical details and any other applicable information. Typically, proposals or
white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offeror’s are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
34
---
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
contract or any other contract, but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
35
---
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability; therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
IX. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
36
---
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Ms. Amy Fortenberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-3657
Email: amy.fortenberry.1@us.af.mil
Ms. Pam King-Hasberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 585-3209
Email: pamela.king-hasberry.1@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Ms. Tessy P. Smith
Director of Contracting, AFRL/PK
Air Force Research Laboratory Phone: (937) 904-4407
Email: tessy.smith@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
X. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS
1. Support Contractors: The AFRL/RW has entered into contracts with support contractors.
Support contractors may support, advise, and assist Government employees with
reviewing and evaluating white paper/formal proposals. These contractors have signed
general non-disclosure agreements and organizational conflict of interest statements. Any
objection to support contractor access must be in writing to the CO and shall include a
detailed statement of the basis for the objection.
37
---
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings (Proposals Only): When requested, a debriefing will be provided. The
debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the
debriefing content may vary to be consistent with the procedures that govern BAAs (FAR
35.016).
4. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
5. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Mar 2016), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory. The contract will also include DFARS 252.211-7007, Reporting of
Government-Furnished Property (Aug 2012).
6. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
7. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
8. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
9. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
38
---
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
10. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Sep 2021), which
requires a contractor to re-represent its size status when certain conditions apply.
11. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Nov 2021). This clause provides the requirement of contractors to enroll as
a Federal Contractor in the E-Verify program within 30 days after contract award.
12. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
13. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
14. Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (Feb
2012), is hereby incorporated by reference.
15. Any award resulting from this announcement will contain a requirement for notifying the
awardee that the Government and select support contractors may be required to evaluate
certain elements of the proposal.
16. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
17. System for Award Management (SAM) Registration: Offerors must be registered in the
SAM database to receive a contract award, and remain registered during performance and
through final payment of any contract or agreement. Offerors who are not already
registered should consider applying for registration before submitting a proposal.
Processing time for registration in SAM, which normally takes 48 hours, should be taken
into consideration when registering. The provision at FAR 52.204-7, System for Award
39
---
Management (SAM) (Oct 2018), applies. The Government shall obtain the contractor’s
annual FAR/DFARS Representations and Certifications (i.e., Reps & Certs) directly from
the SAM repository upon submission of the contractor’s proposal. It is incumbent upon
the contractor to keep their SAM Reps & Certs up to date on an annual basis. Subsequent
award will not occur unless the contractor’s Reps & Certs are current.
18. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract in excess of the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
19. Government Approved Accounting System: An offeror must have a Government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
20. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded): The Degree Type and
Degree Year fields on the Research and Related Senior/Key Person Profile
(Expanded) form will be used by DoD as the source of career information. In addition
to the required fields on the form, applicants must complete these two fields for
individuals that are identified as having the project role of PD/PI or Co-PD/PI on the
form. Additional senior/key persons can be added by selecting the “Next Person”
button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s): This form will be used by DoD as
the source of demographic information, such as gender, race, ethnicity, and disability
information for the Project Director/Principal Investigator and all other persons
identified as Co-Project Director(s)/Co-Principal Investigator(s). Each application
must include this form with the name fields of the Project Director/Principal
Investigator and any Co-Project Director(s)/Co-Principal Investigator(s) completed;
however, provision of the demographic information in the form is voluntary. If
completing the form for multiple individuals, each Co-Project Director/Co-Principal
Investigator can be added by selecting the “Next Person” button. The demographic
information, if provided, will be used for statistical purposes only and will not be
made available to merit reviewers. Applicants who do not wish to provide some or all
40
---
of the information should check or select the “Do not wish to provide” option.
c. DISTRIBUTION A. Approved for public release, distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
Attachment 1: Section K Representations and Certifications
41
---
FA8651-22-S-0001 Air Delivered Effects BAA
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates and
times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case by case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted as
specified in the individual Calls and evaluated in accordance with the instructions further below.
Offerors should monitor the Contract Opportunities website at https://sam.gov/content/home and
https://www.grants.gov/ in the event this announcement is amended or Calls are issued.
1
---
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
considered to be the results of full and open competition and in full compliance with
the provisions of PL 98-369, the Competition in Contracting Act of 1984. This
acquisition is unrestricted. Small businesses are encouraged to propose on all or any
part of this solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Ordnance Division (RWM), Weapon Engagement Sciences Division (RWW), and
Strategic Planning and Integration Division (RWP).
2. DELIVERABLE ITEMS:
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
2
---
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can be
found at https://www.onr.navy.mil/work-with-us/manage-your-award/manage-grant-
award/grants-terms-conditions.
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:.
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
3
---
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
4
---
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2011). Assertions must be completed with
specificity. Each assertion must identify both the data/software and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third party
computer software. Any third party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or in
excess of an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes, but is not limited to: unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5
---
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
6
---
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
ORDNANCE DIVISION (RWM)
The Ordnance Division (RWM) directs and conducts basic, exploratory and advanced research
and development of fuzes, warheads and energetic materials, and conducts computational
assessment for air-launched munitions for use with a full array of launch platforms including
fighter, bomber, and remotely-piloted aircraft. RWM consists of the Planning and Ordnance
Integration Branch (RWMI), Energetic Materials Branch (RWME), Fuzes and Warheads
Research Branch (RWMR), Computational Lethality Assessment Branch (RWMA), and
Ordnance Operations Branch (RWMO). The division is home to the Ordnance Sciences Core
Technical Competency that encompasses four sub Core Technical Competencies: Energetic
Materials, Fuzing, Warheads, and Computational Weapons Design & Effects. RWME operates
the High Explosives Research & Development (HERD) facility which is responsible for the
development of energetic materials from concept formulation through pilot plant production for
transition into existing or future inventory weapon systems. RWMR is responsible for research
and development of technologies to enable revolutionary fuzing and warhead capabilities for
current and future weapon systems. RWMA conducts research to assess the performance and
effectiveness of conventional inventory and conceptual weapon systems, both kinetic energy and
directed energy, lethal and non-lethal, against a myriad of potential targets. The objective of this
branch is to support the warfighter in assessing inventory and concept weapons against existing
and developing targets. RWMA uses and develops tools that range from supercomputer-class
computational mechanics codes to specialized engineering models.
WEAPON ENGAGEMENT SCIENCES DIVISION (RWW)
The Weapon Engagement Sciences Division (RWW) is organized into three Core Technical
Competencies (CTCs). The first CTC, Seeker Sciences, directs and conducts basic, exploratory,
and advanced development research in weapon seeker technology. Next, the Munitions
Aerodynamics Sciences, Guidance Navigation and Control CTC explores algorithms, processors,
control loops, and airframes for affordable air-to-air and air-to-surface conventional munitions.
Finally, the Modeling, Simulation, and Evaluation Sciences CTC conducts research that allows
the evaluation of system-level performance and effectiveness of advanced munitions concepts
through high-fidelity, ground testing. Furthermore, much of the technology focus is on
autonomous precision-guided air-to-air and air-to-ground munitions, with decreased
susceptibility to counter measures, improved weather performance, enhanced utility, and
decreased cost. The RWW Division is composed of the following organizational branches to
conduct this mission: Weapon Simulation & Analysis (RWWG), Integrated Seekers and
Processing (RWWI), Weapon Dynamics, Guidance, Navigation, and Control (RWWN), Weapon
Seeker Sciences (RWWS), and Munitions Aerodynamics Sciences (RWWV).
STRATEGIC PLANNING AND INTEGRATION DIVISION (RWP)
The Strategic Planning and Integration Division (RWP) is responsible for facilitating the
Munitions Directorate’s (RW) strategic planning process as well as executing advanced
technology demonstration programs. RWP has two branches: the Strategic Planning Branch
8
---
(RWPB) and the Capability Concept Integration Branch (RWPI). RWPB translates capability
gaps and demand signals from Combatant Commands, OSD, Joint Staff, DAF Staff, USAF and
USSF Major Commands, AFLCMC, and AFNWC into RW’s investment priorities, roadmaps,
and ultimately science and technology development efforts. RWPI integrates advanced
subsystems from applied research efforts and executes high-visibility ground and flight test
demonstrations of next-generation weapon systems in support of rapidly transitioning
technologies to programs of record and fielded warfighter capabilities.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWWN)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance and navigation systems, networked communication systems,
and precision effect ordnance and fuzing systems. The goal of this work is to perform research
on technologies for development of agile weapon airframes that are capable of being deployed or
dispensed from unmanned and manned platforms (e.g., 5th/6th-generation fighters) and which
can deliver precision-controlled effects against fixed and mobile ground targets and air targets in
highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling technologies in
the following research areas are of interest: agile weapon airframes for high-speed flight regimes
(e.g., air-launched unitary subsonic to supersonic guided weapons, air-launched supersonic to
low hypersonic air-intercept, and long-range hypersonic strike weapons); high-agility airframes
capable of aggressive flight maneuvers for terminal target intercept; networked collaboration;
compressed carriage munitions and release mechanisms; robust, low-cost, compact control and
actuation systems (aero and propulsive) for small weapons; compact power for small weapons;
and small weapon design, carriage, and dispensing technology. Proposed research should have a
sound basis in credible theories, principles, and methodologies of dynamical systems,
aerodynamics, structural dynamics, machine learning, material sciences, propulsion,
thermodynamics, aeroelasticity, aerothermoelasticity, and aeromechanics. Efforts should also
exploit advances in other weapon subsystem technologies (e.g., advanced sensors and seekers,
guidance and control algorithms, networked enabled weapons and information architectures,
controlled effects ordnance, divert and attitude control systems, flexible or morphing bodies), be
amenable to further development through sound principles of systems engineering, and offer the
potential for significantly improving affordable weapon aerial systems capabilities, effectiveness
and manufacturability. In the context of this research area, innovative and novel concepts based
upon emerging science and technology are encouraged; incremental evolutionary capability of
existing technologies are of low interest.
Technical POC: Dr. Daniel Reasor
AFRL/RWWN
(850) 882-8221
daniel.reasor@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SENSORS, INFORMATION PROCESSING,
AND CONTROL (RWWI)
Both biological systems and smart munitions collect information on their own state and from the
environment, process that information, and make a decision. In the case of a seeker (eye), the
sensor may collect spatial, spectral, temporal, and/or polarization information. The resulting
decision may be that of detecting, recognizing, tracking, or intercepting an object. The decision
may also be that of changing position or direction of motion for vehicle guidance or navigation
or for better viewing of a target. A clear understanding of how the natural systems collect and
process information to make these kinds of decisions may lead to revolutionary sensor concepts
10
---
for Fautonomous weapons, as well as other machine vision applications. Thus, RWWI is
interested in sensors, information processing, and control methods which leverage understanding
of design principles found in biological systems. Our focus in bioprincipics (the discipline of
understanding and applying the principles on which biological systems work) is on leveraging
efforts previously aimed at understanding how life forms collect and process environmental
information. The Government wants to use what is understood about the natural sensors to build
small and affordable autonomous munitions sensors. Sensors of interest include electro-optical /
infrared (EO/IR), mechanosensors of various types and applications (including acoustic sensors),
magnetosensors, and chemosensors. An integrated sensor design includes not only the hardware
component, but the "software" or "algorithm" that does the information processing. The
Department of Defense is interested in sparse sensing (compressive sensing) concepts, and
analog and hybrid processing techniques when they show speed and accuracy advantages over
pure digital processing. Proposed concepts should support the mission of the Munitions
Directorate and Weapon Engagement Sciences Division.
Technical POC: Dr. Nicholas Rummelt
AFRL/RWWI
(850) 883-0886
Fax: (850) 882-3344
nicholas.rummelt@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWWI)
a. RWWI is interested in investigating all aspects of Automatic Target Recognition (ATR) /
Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) /
Autonomous Target Reacquisition (ATR) technology as it applies to seekers for
conventional guided weapons. Interests range from basic signal and image processing
foundations through tower and flight test of advanced, real-time ATR/host signal
processor implementations. Technical approaches in the areas of pattern recognition,
computer vision, deep learning, machine learning, autonomous systems, and cooperative
systems as they apply to weapon seekers are of interest.
b. The following technologies and research areas are of particular interest:
1) AI/ML and/or traditional algorithms for weapon seeker target acquisition or re-
acquisition.
2) Investigations and analyses of AI/ML and/or traditional algorithms leading to a better
fundamental understanding of their operation and limitations; especially with respect
to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML and/or traditional
algorithms.
11
---
4) Approaches for training AI/ML or traditional algorithms with synthetic target data
that result in good target recognition performance when using real target data (e.g.
synthetic to real domain adaptation).
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Approaches to perform image processing, computer vision, or ATR functions directly
using compressively sensed image data before (or instead of) image reconstruction.
13) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
14) Software and/or hardware approaches that fully automate the image ground truthing
process and provide approximate pixel-level target/background labeling of data sets.
The process could be implemented as part of the data collection process or as a post-
collection process.
15) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
12
---
16) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
17) Algorithms or integrated software and hardware approaches that develop or
demonstrate alternative navigation capabilities. This may include approaches for
radar-aided navigation, celestial-based navigation in a form-factor relevant for
munitions, and other non-GNSS (global navigation satellite system)-based navigation
approaches.
Technical POC: Dr. David Gray
AFRL/RWWI
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWWG)
RWWG is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWWG exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
Weapon Open System Architecture (WOSA), and hypersonic weapons. Emphasis for simulation
technology research is on advancement and improvement of scene projection and injection
technologies, real-time target scene modeling techniques, target phenomenology models,
simulation architectures, RF target simulators, cryogenic space simulation technology, run-time
lethality assessment and high bandwidth motion simulators. In general, innovative solutions that
enhance the fidelity and accuracy of HIL simulation and allow for more efficient performance
verification for advanced munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWWG
(850) 883-0867
Fax: (850) 882-4128
rhoe.thompson@us.af.mil
13
---
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWWG)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Missile Defense Agency (MDA) and Department of the Air Force (DAF) threats, urban
environments, chemical/biological effects, coupling and integration of scene generation software,
multiple sensor views, and advanced computing techniques. These SG improvements must be
designed to streamline the process for evaluating guided munitions concepts from initial design
to final implementation, lowering development costs and shortening time from drawing board to
battlefield. The improved testing realism will provide confidence that the munitions will perform
as expected under a much wider variety of combat conditions than previously possible.
Technical POC: Mr. Darryl Huddleston
AFRL/RWWG
(850) 883-7060
Fax: (850) 882-4128
darryl.huddleston@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWWI)
RWWI has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
14
---
signal from the background environment, condition the signal, and store the data are
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
Technical POC: Mr. James Savage
AFRL/RWWI
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY (RWWN)
RWWN is developing global positioning system (GPS)-enabled and alternative position,
navigation, and timing (alt-PNT) technologies to provide robust PNT solutions for single-
weapon and network-enabled weapon system concepts. GPS technologies of interest are anti-jam
techniques including spatial and temporal anti-jam technologies and miniature GPS antenna
technologies, including leveraging these technologies to identify and localize the
jamming/spoofing sources. Alt-PNT technologies of interest include a wide variety of sensor
aiding including passive sensing (electro-optical, infrared, passive millimeter wave, magnetic,
external radio frequency sources, etc.) and active sensing which are appropriate for one or more
combinations of altitudes, speeds, environments (over water/land, day/night, etc.), as well as
size, weight, power, and cost restrictions. Navigation and estimation developments may also
include theoretical foundations for improved data fusion or optimization methods, efficient or
new data pre-processing, or other enabling technologies, subsystems, or concepts.
Technical POC: Dr. Kevin Brink
AFRL/RWWN
kevin.brink@us.af.mil
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWWG)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, campaign (many-on-
many, military worth), level modeling techniques, tools, and analysis methods as well as virtual
and constructive digital simulation which lend themselves to the quick and effective evaluation
of advanced weapon concepts. Concepts include, but are not limited to, intercommunicative
weapons, novel damage mechanisms, lethal and novel destruct mechanisms, multiple targeting,
and time-critical delivery. Detailed modeling includes, but is not limited to, sensors,
aerodynamics, autopilots, navigation and guidance schemes, propulsion, warheads, fuzes,
datalinks, error filters, environment (wind, fog, and dust), lethality, vulnerability, and threats.
Scenario development and visualization at each level of MS&A is also sought. Research into
new simulation toolsets and architectures designed for this purpose will also be considered.
15
---
Additionally, environmental factors that influence a weapon’s performance can be considered.
This can include but not be limited to urban environments, collaborative simulation
environments, Anti-Access/Area Denial (A2/AD) type environments, scenario generation, and
infrastructure simulation common to environments that weapons may operate in. Existing tools
of interest include, but are not limited to, ESAMS, RADGUNS, MATLAB/Simulink, AFSIM,
EADSIM, and STORM. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all of the specific areas of MS&A. Some or all of the work
performed under this BAA Research Area will be performed on-site (i.e., at the Government
facility). Personal/facility security clearances at the SECRET level may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWWG
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWWG
(850) 883-2333
Rusty.coleman.1@us.af.mil
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWMA)
a. The Air Force Research Laboratory Munitions Directorate has the mission to assess the
performance and effectiveness of conventional inventory and conceptual weapon
systems, both kinetic energy and directed energy, lethal and non-lethal, against a myriad
of potential targets. The objective of this effort is to support AFRL/RW in assessing
inventory and concept weapons against existing and developing targets. This work is
broken out into three areas: 1) Target Vulnerability and Weapon Effectiveness, 2)
Computational Mechanics, and 3) Novel Test Instrumentation and Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools, target
models, and processes as part of AFRL's R&D efforts. These efforts will identify
potential vulnerabilities in targets and their subcomponents for conventional or
concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual munitions
when deployed against targets and critical components. Targets of interest can include,
but are not limited to, mobile, fixed (above and below ground), hard and deeply
buried, chem-bio, and air-to-air. This research will allow development of new
techniques or enhancement of existing techniques to measure and compare weapon
effectiveness, collateral damage, and potential collateral hazards. Research will
include improvements in our ability to predict and measure component vulnerability
and functional defeat allowing assessment of weapon effects that degrade a target's
ability to perform its intended functions without necessarily destroying it. It could also
16
---
include research and modeling of new or conceptual damage mechanisms.
Development of new target and associated functional models as well as advanced
methodologies to capture the physics of structural response to conventional weapon
effects would improve our abilities to assess current and conceptual weapons and ways
to exploit high-interest targets or newly discovered vulnerabilities. Research to
enhance or develop methodologies to account for the target-critical
equipment/components, and their interconnections, and associated failure logic and
failure modes could be required. Mathematical methods related to statistics and
stochastic modeling, as related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to, AJEM, ARM,
BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN, FATEPEN, IMEA,
JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE, WEAPS, and
WinBLAST. In addition to improving any existing toolset, new methods for
integrating high-fidelity computational mechanics codes into existing lethality
frameworks and toolsets are an area of emerging interest. Simulation frameworks of
interest are Endgame.
2) Computational Mechanics: The performance assessment and development of advanced
conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. The emphasis of this effort is the
development and validation of first principles continuum mechanics codes (finite-
element, finite difference) yielding high-fidelity weapon and target simulations. Areas
of particular interest include penetration mechanics, high-strain-rate fracture dynamics
and constitutive modeling, modeling the shock survivability of fuze electronic
components, predictive models for the change in material properties due to thermal
cycling (energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide the
development of more accurate continuum scale and meso-scale material models for
reactive (energetics, reactive metals) and non-reactive materials, localized shear band
formation, high-pressure/high-strain-rate modeling of geologic and geologically
derived materials, modeling of reacting droplet and particulate flows, equation of state
and constitutive models for chemical and biological agents, numerical modeling of
neutralization mechanisms for biological and chemical agents, hydrodynamic ram,
atomization and aerosolization of chemical and biological agents, direct numerical
simulation of detonations, coupled detonation physics and multi-phase flow, turbulent
flows, accurate and efficient boundary interface treatments, the ability to span several
orders of magnitude in spatial and temporal length scales, and advanced numerical
methods. In addition, statistical and stochastic, machine learning, and deep learning
methods to generate special-purpose, fast-running models from large-scale datasets
produced with computational mechanics codes is an emerging need. In order to meet
emerging needs in digital engineering and digital twins, we are interested in
approaches using Physically Inspired Neural Networks (PINNs) or similar approaches
to developing machine learning surrogates of our weapon design and analysis codes.
These codes typically perform numerical solutions of systems of partial differential
equations with complex material models for material response.
17
---
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or, techniques for gathering and
analyzing test data in order to: 1) gather data with respect to new damage mechanisms
and/or novel effects, and 2) reduce the cost and/or manpower needed to collect
weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWMA
(850) 883-2658
Kirk.vanden@us.af.mil
Initial contact through email is preferred during the pandemic.
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWMRW)
Technologies and concepts are sought for effective, robust, and affordable warhead and ordnance
components in the areas of: air-dominance missiles, high-speed and long-range strike weapons,
ordnance of modular architecture weapons, swarming weapons, close air support, area attack for
tactical interdiction, and miniature weapon platforms. More specific, near-term challenges
provide the call for research interests in: advanced manufacturing of warhead materials and
structures; shock response and equation of state for case materials (inert and reactive); research
into relevant target materials, specifically high-strength concrete and ultra-high performance
concrete, and improved constitutive strength descriptions; fracture and fragmentation;
penetration/perforation mechanics; and improving the suite of diagnostics to best extract data
from ordnance systems in high-rate and violent environments. Innovative technologies for multi-
functional materials are sought to provide structural benefits as well as contribute to combustion
or detonation energy. There is interest in unique, innovative, and high-performance payoff of
technologies that integrate the ordnance package in accordance with the larger system or
engagement scenario. Also desired are highly agile and end-game responsive adaptations of the
ordnance package; tailorable or synergistic output that ensures optimal energy use and coupling
to target; and versatile lethal effects that maximize the use of system data and capabilities.
Warhead and end-game effector technologies are sought for low-cost, but effective, air-
dominance missiles as well as future self-defense missile capabilities. Traditional and non-
traditional Hardened and Deeply Buried Target (HDBT) concepts are sought to maximize the
load out and effectiveness of 5th and 6th-generation aircraft.
Technical POC: Dr. Nydeia Bolden-Frazier
AFRL/RWMRW
(850) 882-6867
Fax: (850) 883-1380
nydeia.bolden-frazier@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWMRF)
a. RWMRF develops, demonstrates, and transitions technologies that have application to
fuzes for air-delivered weapons, including, but not limited to, guided and unguided
18
---
bombs, missiles, and submunitions. Fuzes must reliably remain in a safe mode until the
appropriate post-deployment environments (such as freefall) are sensed; the fuze must
then arm the weapon and, upon receiving a signal from a target detection device (TDD),
initiate the explosive fill (or other damage mechanism). RWMRF thus seeks proposals
for innovative technologies that can be integrated into the design or testing of air-
delivered weapon fuzes.
b. RWMRF is particularly interested in fuzes (including submunition fuzes) and related
component or material technologies that are capable of surviving the repetitive, multi-
axis shock environment experienced by a fuze during penetration of a hardened target
and functioning the warhead. Materials that mitigate all or some portion of the shock
spectrum are also of interest. Unique inertial detection devices or non-inertial detection
devices are of interest. However, current test technologies do not fully duplicate the
multi-axial fuze environment in terms of duration, repetitive high-acceleration loading,
and other aspects of the mechanical loading profile. This necessitates extremely
expensive sled tests for fuze research, testing, qualification, and performance evaluation.
Therefore, there is interest in laboratory and field test techniques and equipment to
duplicate these repetitive, multi-axial shocks.
c. Additional penetration fuzing-specific research tasks of interest include, but are not
limited to, the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
d. RWMRF is also interested in improved sensors, techniques, and/or systems for second
safety environment sensing (as defined in MIL-STD-1316) for a wide range of
demonstration projects from miniature munitions to safety-critical payloads on
hypersonic airframes. In the area of miniature and micro-munition fuzing, research tasks
of interest include, but are not limited to, the following:
19
---
1) Reliable miniature three port air valve with temperature operating range of -55 to +75
degrees C
2) Ground profiling fuze sensor technology
3) Active imaging aimpoint selecting fuze sensor technology
e. In the area of fuzing the payloads on high-speed airframes, research tasks of interest
include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
f. The final area of focused interest is in the area of in-line and out-of-line initiation
systems. The RWMRF Advanced Initiation Science Group is interested in novel ignition
devices or ignition circuitry that can enhance reliability while reducing energy budgets
for initiation systems. Additionally, concepts that would enable novel warhead designs
are of interest. The Government is also interested in novel or more inherently robust
manufacturing processes that can be applied to components within initiation systems.
Finally, there is interest in modeling and simulation methods or techniques for
characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
Technical POC: Mr. George Jolly
AFRL/RWMRF
20
---
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWME)
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Energetic materials characterization tools of relevance include, but
are not limited to, static and dynamic mechanical properties measuring devices as well as
microscopy and tomography. Use of computational tools to predict formulation properties and
reactive flow models, including survivability and processing, is of interest. Constitutive
modeling of these materials, including mesoscale descriptions of their dynamic mechanical
response, initiation mechanisms and reactive equations of state are included as well. Novel
approaches for formulating, processing, enhancing the mechanical properties (i.e., strength,
toughness) and characterizing the special features of energetic materials and functionally graded
materials in terms of their performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay
AFRL/RWME
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 - FACILITIES AND EQUIPMENT ENABLING ORDNANCE
TECHNOLOGIES AND ADVANCED ENERGETICS (RWM)
AFRL/RWM anticipates a need for new, improved, and often unique capabilities to support
expanding future in-house research in the areas of ordnance technologies and advanced
energetics. These new RWM facilities, equipment and instrumentation will enable world-class
research, development, integration, fabrication and testing of emerging ordnance technologies
from fundamental science to demonstrating prototype munition-system concepts. As most of the
needs are unique, developing the concepts and preliminary designs for the new equipment and
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of particular interest
are proposals for concept development, preliminary design, capability assessment, associated
cost estimates and delivery of prototype capability for the new research equipment that will be
required to pursue revolutionary changes in ordnance technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWM
(850) 882-2007
21
---
timothy.tobik@us.af.mil
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWWI)
RWWI is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets, and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWWI
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWWG)
a. Modular and open systems are an important element to obtain faster and cheaper
solutions empowering programs with the use of competition throughout the lifecycle of a
system. Modular Open Systems Approach language has been incorporated into statues as
of the 2017 NDAA (10 U.S.C. §2446a). We are looking for modular and open solutions
for munition systems. Solutions are needed to handle hardware and software design that
promotes modularity and provides the necessary data rights to enable competition for
22
---
modular components. Technologies and processes to enable severability of a system with
respect to hardware and software, identification of data required to allow interoperation
of hardware and software, and strategies to verify acquisition is adequate for future
competition are highly desired. Modular Open Architecture synergizes well with model-
based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a
requirement or design change occurs.
b. Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWWG
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Christopher Neal
AFRL/RWWG
(850) 875-6005
christopher.neal.8@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RW)
a. The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM
research mission directly, which in turn addresses the nation’s impending shortfall in the
STEM workforce. Munitions Directorate members have individually performed a wide
variety of STEM outreach tasks at both local and national levels as part of their
professional commitment to the community for many years. The Munitions Directorate
K-12 STEM Outreach program seeks to sustain and expand STEM outreach throughout
the local area as well as the greater southeast region. Nationally, the AFRL Munitions
Directorate maintains a solid, robust internship program which brings students into the
laboratory environment to directly benefit Directorate research and provide maximum
23
---
exposure to students across a broad spectrum of educational backgrounds. Students
conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-12 STEM
education and encourage greater numbers of US citizen high school graduates to pursue
college degrees, certifications, and careers in STEM. The STEM Outreach program also
seeks to increase diversity in STEM by specifically addressing communities that have
traditionally been underserved by STEM as well as students who are underrepresented in
STEM degree programs, certifications, and careers.
b. The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the
community and nation to partnerships with universities, technical schools, K-12 school
systems, nonprofit foundations, professional and industry societies, and other agencies in
Northwest Florida. These partnerships provide K-12 teachers and students in Northwest
Florida with rich and wide experiences in STEM, including:
1) Training of K-12 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-12 students and teachers,
and “sustainment of interest” experiences for older K-12 students and teachers.
c. STEM outreach activities supported may include providing financial assistance to
organizations supporting STEM activities, providing funding and support for national
competitions by arranging for DoD personnel to participate as speakers, mentors,
coaches, judges, and presenters, providing support for STEM education and outreach
conferences, and supporting teacher STEM education and training initiatives. Stipends
for teachers undertaking professional training in connection with these activities may be
supported as well as funding for the acquisition of materials and resources needed to
launch, implement, assess, and improve STEM oriented programs. AFRL encourages the
projects and program results to be published in appropriate publications and academic
journals at the end of the period of performance. Participants are encouraged to develop
innovative approaches that utilize their unique assets, capabilities, locations, and
personnel. White papers should identify projects/programs and methods that will be used
to foster and develop students in STEM fields that are relevant to the DoD mission.
Technical POC: Mr. Brian Mitchell
AFRL/RWOW
(850) 883-2503
brian.mitchell.36@us.af.mil
17. RESEARCH AREA 17 - WEAPONS AUTONOMY TECHNOLOGY RESEARCH
(RWWN)
RWWN is interested in novel hardware, software, and algorithms to support and enable
autonomous weapon concepts and capabilities especially in highly contested environments.
24
---
Novel bio-inspired sensing and wide-field-of-view seeker hardware are desired to create
improved situational awareness as well as improved integrated sensing-control algorithms. Test
and evaluation hardware and scene generation technology are also desired for distributed
aperture and wide-field sensing. Limited communication in contested environments might
require decentralized, high-level cognitive functions: technologies that enable context-aware
reasoning, multi-agent coordination, graceful performance degradation, and inherently flexible or
reconfigurable operation are highly desired. Unified architectures or mathematical languages
applicable to the control and coordination of heterogeneous information services and that enable
verifiable, trusted autonomy are also sought. Network-aware capabilities, especially technology
that cognitively matches machines with human oversight, would enable trusted cooperation and
increased capacity for autonomous weapon deployment. Finally, science and technology that
allows for fractionated weapon performance (having capability spread across multiple assets that
coordinate to deliver a desired effect) and composable functions (where disparate capabilities can
be combined synergistically to create multiple desired effects) are also of interest.
Technical POC: Dr. Emily Doucette
AFRL/RWWN
(850) 883-0874
Fax: (850) 882-3344
emily.doucette@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWPB)
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
Technical POC: Mr. Bill Loux
AFRL/RWPB
(850) 883-3920
william.loux.2@us.af.mil
19. RESEARCH AREA 19 - CYBER RESILIENCY SECURITY RESEARCH FOR
PRECISION-GUIDED MUNITIONS (RWWI)
The AFRL’s Cyber Assured Munitions program is seeking cybersecurity research concepts and
approaches that will enhance the cyber-robustness, anti-fragility, and mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking, and host connectivity aspects. Concepts and technologies that enhance the
trust/authenticity, confidentiality, integrity, and availability of the information lifecycle processes
25
---
(generation, processing, storage, transmission, consumption, destruction) that take place within
munition subsystems, between subsystems, as well as between the munition and its ecosystem
across the lifecycle are of interest. The development of tools and techniques that enhance the
ability to verify and validate security concepts and technologies, as well as assess their
performance impact within a relevant simulated mission context are also sought. Solutions of
interest can be hardware, software, or algorithms/protocols and must be robust for use in real-
time, safety-of-life-critical aviation systems. Example topics of interest include, but are not
limited to, formal methods, privacy, authentication/authorization, hardware/software assurance,
physics-based security, wireless communications, network security, security architectures, and
secure munitions-specific algorithms (sensor fusion, GNC, etc.). Solutions focused on detection
and/or monitoring are generally ineffective for munitions applications.
Technical POCs:
Mr. Calvin Roman
AFRL/RWWI
(850) 883-3091
calvin.roman.1@us.af.mil
Ms. Juanita Riley
AFRL/RWWI
(850) 882-2955
juanita.riley.2@us.af.mil
20. RESEARCH AREA 20 - STRATEGIC PLANNING, PROTOTYPING, AND
EXPERIMENTATION (RWP)
The objective of this research area is to develop innovative approaches and products to determine
military worth and quantify value propositions for weapon concepts as part of the Munitions
Directorate’s strategic planning process. Specific mission areas of interest include Air, Space,
and Nuclear Deterrence. Techniques for objective quantification of future weapon technologies,
attributes, and their tradespaces critical to achieving operational objectives are sought. There is
also interest in fast-running informative tools for analysis, study, optimization, and revelation of
opportunities to address operational gaps and shortfalls. Inclusion of should-cost estimates for
technologies and cost exchange ratios for blue-red forces is an important factor to senior leader
decision making processes. Techniques to efficiently develop strategic planning roadmapping
tools which quantify time-phased performance advancements over baseline technologies and
weapon systems are highly desired. In addition, collections of technologies into notional weapon
constructs is of interest, along with approaches to quickly develop both software and/or hardware
prototypes for demonstration purposes. Unique approaches for experimentation will be given
consideration when they provide timely data to inform decisions.
Technical POC: Mr. Avi Nusimow
AFRL/RWP
(850) 882-3917
avi.nusimow@us.af.mil
26
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a Federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
27
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement, but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5 inch x 11 inch
ii. Margins on every page shall be one-inch on top, bottom, left and right sides
iii. Font size shall be standard 12 point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
28
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract, but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
29
---
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
c. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
30
---
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
3. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. . Such invitation
does not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
31
---
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or full
proposals for the specific topic areas. The Calls may also include specific terms that apply to that
Call such as further technical details and any other applicable information. Typically, proposals or
white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offeror’s are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
32
---
contract or any other contract, but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability; therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
33
---
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
IX. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Mr. Sylas Younger
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-7973
Email: sylas.younger@us.af.mil
Mr. Adam Noffke
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 883-2151
Email: adam.noffke@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Col Eric D. Obergfell
Director of Contracting, AFRL/PK
34
---
Air Force Research Laboratory Phone: (937) 904-4407
Email: eric.obergfell@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
X. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS
1. Support Contractors: The AFRL/RW has entered into contracts with support contractors.
Support contractors may support, advise, and assist Government employees with
reviewing and evaluating white paper/formal proposals. These contractors have signed
general non-disclosure agreements and organizational conflict of interest statements. Any
objection to support contractor access must be in writing to the CO and shall include a
detailed statement of the basis for the objection.
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings (Proposals Only): When requested, a debriefing will be provided. The
debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the
debriefing content may vary to be consistent with the procedures that govern BAAs (FAR
35.016).
4. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
5. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Mar 2016), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory. The contract will also include DFARS 252.211-7007, Reporting of
Government-Furnished Property (Aug 2012).
6. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
35
---
7. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
8. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
9. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
10. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Sep 2021), which
requires a contractor to re-represent its size status when certain conditions apply.
11. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Nov 2021). This clause provides the requirement of contractors to enroll as
a Federal Contractor in the E-Verify program within 30 days after contract award.
12. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
13. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
36
---
14. Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (Feb
2012), is hereby incorporated by reference.
15. Any award resulting from this announcement will contain a requirement for notifying the
awardee that the Government and select support contractors may be required to evaluate
certain elements of the proposal.
16. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
17. System for Award Management (SAM) Registration: Offerors must be registered in the
SAM database to receive a contract award, and remain registered during performance and
through final payment of any contract or agreement. Offerors who are not already
registered should consider applying for registration before submitting a proposal.
Processing time for registration in SAM, which normally takes 48 hours, should be taken
into consideration when registering. The provision at FAR 52.204-7, System for Award
Management (SAM) (Oct 2018), applies. The Government shall obtain the contractor’s
annual FAR/DFARS Representations and Certifications (i.e., Reps & Certs) directly from
the SAM repository upon submission of the contractor’s proposal. It is incumbent upon
the contractor to keep their SAM Reps & Certs up to date on an annual basis. Subsequent
award will not occur unless the contractor’s Reps & Certs are current.
18. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract in excess of the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
19. Government Approved Accounting System: An offeror must have a Government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
20. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded) (Ref. Attachment 1):
The Degree Type and Degree Year fields on the Research and Related Senior/Key
Person Profile (Expanded) form will be used by DoD as the source of career
37
---
information. In addition to the required fields on the form, applicants must complete
these two fields for individuals that are identified as having the project role of PD/PI
or Co-PD/PI on the form. Additional senior/key persons can be added by selecting the
“Next Person” button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s) (Ref. Attachment 2): This form will
be used by DoD as the source of demographic information, such as gender, race,
ethnicity, and disability information for the Project Director/Principal Investigator
and all other persons identified as Co-Project Director(s)/Co-Principal Investigator(s).
Each application must include this form with the name fields of the Project
Director/Principal Investigator and any Co-Project Director(s)/Co-Principal
Investigator(s) completed; however, provision of the demographic information in the
form is voluntary. If completing the form for multiple individuals, each Co-Project
Director/Co-Principal Investigator can be added by selecting the “Next Person”
button. The demographic information, if provided, will be used for statistical
purposes only and will not be made available to merit reviewers. Applicants who do
not wish to provide some or all of the information should check or select the “Do not
wish to provide” option.
c. DISTRIBUTION A. Approved for public release, distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
Attachment 1: Section K Representations and Certifications
38
---
FA8651-22-S-0001 Air Delivered Effects BAA - Amendment 1
BROAD AGENCY ANNOUNCEMENT (BAA)
FA8651-22-S-0001
FEDERAL AGENCY NAME:
Air Force Research Laboratory, Munitions Directorate
101 W. Eglin Blvd
Eglin AFB, FL 32542-6810
BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Air Delivered Effects
BAA NUMBER: FA8651-22-S-0001
Updated as of 15 Mar 2023
BAA TYPE: Initial Announcement
CATALOG OF FEDERAL DOMESTIC ASSISTANCE (CFDA) NUMBER(S): 12.800 Air
Force Defense Research Sciences Program
WHITE PAPER DUE DATE AND TIME: This BAA will remain open 5 years from the BAA
posting date or until amended or superseded. It may be reissued and/or amended periodically, as
needed. This BAA is set up in two parts: (1) Basic Open BAA, in which white papers may be
submitted at any time during the open period, and (2) Call BAA, in which white paper/proposal
Call announcements may be issued by the Government in beta.sam.gov and grants.gov under
FA8651-22-S-0001. This BAA is intended to cover Basic Research (6.1), Applied Research
(6.2), and Advanced Technology Development (6.3). For these white papers, it is recommended
prior to submission, each submitter consult with the technical Point of Contract (POC) to discuss
the topic of interest. The two parts of this BAA are explained in greater detail in separate
sections below. White papers may be submitted at any time during the open period to
afrl.rwk.baaworkflow@us.af.mil in accordance with the instructions described further below.
TWO-STEP OPEN BAA: OTHER THAN WHITE PAPERS, NO PROPOSALS SHALL BE
SUBMITTED AGAINST THIS OPEN BAA. A request for proposal (RFP) will be issued by the
Contracting Officer (CO) if white paper is favorably evaluated against the criteria. Due dates and
times will be specified in each RFP issued by the CO in accordance with the instructions for
proposals in response to white papers provided in this document. There will be no other
announcement issued for this requirement. Offerors should monitor the Contract Opportunities
websites https://sam.gov/content/home and https://www.grants.gov/ in the event this
announcement is amended. Oral proposals may be requested on a case by case basis. It is
anticipated that the cumulative amount for awards issued under this BAA will not exceed
$750,000,000.
TWO-STEP BAA WITH CALLS: Periodically over the period of this BAA, proposal Call
announcements (Calls) may be issued in sam.gov under FA8651-22-S-0001 to request white
paper/proposals for specific research areas. Proposals in response to the Calls will be accepted as
specified in the individual Calls and evaluated in accordance with the instructions further below.
Offerors should monitor the Contract Opportunities website at https://sam.gov/content/home and
https://www.grants.gov/ in the event this announcement is amended or Calls are issued.
1
---
I. PROGRAM DESCRIPTION
1. STATEMENT OF OBJECTIVES
a. This is a BAA of the Air Force Research Laboratory, Munitions Directorate
(AFRL/RW) under the provisions of Federal Acquisition Regulation (FAR)
paragraph 6.102(d)(2), which provides for competitive selection of research
proposals. Proposals submitted in response to the BAA that are selected for award are
considered to be the results of full and open competition and in full compliance with
the provisions of PL 98-369, the Competition in Contracting Act of 1984. This
acquisition is unrestricted. Small businesses are encouraged to propose on all or any
part of this solicitation. The NAICS Code for this acquisition is 541715, Research and
Development in the Physical, Engineering, and Life Sciences (except
Nanotechnology and Biotechnology), and the small business size standard is 1,000
employees. For purposes of this announcement, research is defined to be scientific
study and experimentation directed at increasing knowledge and understanding in
relation to long term national security needs. It is an enhancement to related
exploratory and advanced development programs. A program should be designed to
demonstrate well-defined and substantive research results, should not be overly
ambitious or open-ended, and should not be a paper study that inherently requires a
substantial testing effort. Any significant testing is unlikely; however, there is a
possibility of experimental testing to support battle lab experiments proposed under
this BAA. Programs to support Team Eglin Technology Demonstration Programs
may also be considered under this BAA.
b. AFRL/RW awards to educational institutions, non-profit organizations, and private
industry for research in Air Delivered Effects. This BAA is intended to cover, in
general nature, all research areas of interest under this Directorate. Offerors
contemplating a submission to AFRL/RW are strongly encouraged to contact the
AFRL/RW technical POC for the research area to ascertain the extent of interest
AFRL/RW may have in a specific research project.
c. AFRL/RW is the primary Department of the Air Force (DAF) organization concerned
with conventional munitions technology development. AFRL/RW plans and executes
research, development, and test of conventional munitions, and supports conventional
munitions Weapons Program Offices. There are three product divisions within the
Munitions Directorate that conduct research and development (R&D). They are the
Technology Integration Division (RWI), Strategy Division (RWS), and Science and
Technology Division (RWT).
2. DELIVERABLE ITEMS:
a. Data Items are to be determined for each individual award. However, at a minimum
the following reports are anticipated to be required:
2
---
1) Final Report
2) Funds and Man-hour Reports (Cost contracts only)
3) Status Reports: Reports are anticipated to be required monthly for Contracts and
quarterly for Assistance Instruments
4) Hardware: Deliverables to be determined based on each award
5) Other: Interim Reports and Presentation Materials
3. OTHER REQUIREMENTS:
a. The announcement incorporates FAR and supplemental provisions and clauses by
references. For Contracts, the full text of provisional and clauses can be found at
https://www.acquisition.gov/. For Grants and Agreements, the full text articles can be
found at https://www.onr.navy.mil/work-with-us/manage-your-award/manage-grant-
award/grants-terms-conditions.
b. This effort may require a SECRET facility clearance and SECRET safeguarding
capability. Offerors must verify their Cognizant Security Office information is current
with Defense Security Service (DSS) at https://www.dcsa.mil/.
c. Export Control: Information involved in this research effort may be subject to Export
Control (International Traffic in Arms Regulation (ITAR) 22 CFR 120-131, or Export
Administration Regulations (EAR) 15 CFR 710-774). If an effort is subject to export
control, then certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with the proposal.
d. Export Controlled Items: As prescribed by DFARS 225-7901-4, DFARS 252.225-
7048, Export-Controlled Item (JUNE 2013) shall be contained in all resulting
contracts.
4. OTHER INFORMATION:.
a. Base Support/Network Access: If a contractor determines use of available base
support to be in their best interest, it must be included as such in the proposal. Use of
available base support will not be assumed during technical evaluation unless
proposed.
b. In accordance with AFRL/CC Policy on Employment of Non-US Citizen Contractors
dated 4 October 2016, Contractor employees requiring access to USAF bases, AFRL
facilities, and/or access to U.S. Government Information Technology networks in
connection with the work on this BAA must be U.S. Citizens. Possession of a
permanent resident card (“Green Card”) does not equate to U.S. Citizenship. This
requirement does not apply to foreign nationals approved by the U.S. Department of
3
---
Defense or U.S. State Department under international personnel exchange agreements
with foreign governments. Any waivers to this requirement will be granted in writing
by the CO prior to providing access. The above requirements are in addition to any
other contract requirements related to obtaining a Common Access Card (CAC).
c. Multiple awards subject to Fair Opportunity are not anticipated.
d. Human subjects may be used in the research studies under this effort. DFARS
252.235-7004, Protection of Human Subjects (Jul 2009), will be included in all
contracts awarded under this BAA.
e. Data Rights Desired:
1) Technical Data: Unlimited Rights
2) Non-Commercial Software (NCS): Unlimited Rights
3) NCS Documentation: Unlimited Rights
4) Commercial Computer Software Rights: Customary License
f. The Air Force Research Laboratory is engaged in the discovery, development, and
integration of warfighting technologies for our air, space, and cyberspace forces. As
such, rights in technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will therefore carefully
consider any restrictions on the use of technical data, NCS, and NCS documentation
which could result in transition difficulty or less-than full and open competition for
subsequent development of this technology. In exchange for paying for development
of the data, the Government expects technical data, NCS, and NCS documentation
developed entirely at Government expense to be delivered with Unlimited Rights.
g. Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain how the data were developed at
private expense. Specifically, offers must explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated, how the incorporation will
benefit the program, and whether those portions or processes are segregable.
h. Offers that propose delivery of technical data, NCS, or NCS documentation subject
to Limited Rights, Restricted Rights, or Specifically Negotiated License Rights will
be considered. Proposals should fully explain what technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools and/or costs not
allocated to a Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are segregable.
4
---
i. Offerors SHALL provide data rights/software assertions, as part of their proposal
submittal, as required by DFARS 252.227-7017, Identification and Assertion of Use,
Release, or Disclosure Restrictions (Jan 2011). Assertions must be completed with
specificity. Each assertion must identify both the data/software and each such item,
component, or process listed. Nonconforming assertions will be rejected and will
require resubmittal.
j. Terms used in this section are defined in the clauses at DFARS 252.227-7013,
Rights in Technical Data–Noncommercial Items (Feb 2014) and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial Computer
Software Documentation (Feb 2014).
5. THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERICAL):
a. DFARS 252.227-7014(d) describes requirements for incorporation of third party
computer software. Any third party software (commercial or noncommercial) to be
incorporated into a deliverable must be clearly identified in the proposal. Prior to
delivery of any third party software, the contractor will obtain an appropriate license
for the Government, and the written approval of the CO.
b. Any third party software to be delivered to the Government that is not reasonably
identifiable at proposal submission, must still be approved by the CO prior to
incorporation into a system deliverable. This obligation to obtain pre-approval by
the CO, as described above, continues throughout contract administration.
c. The Government will neither accept nor execute a DD Form 250 for the software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses that comply with the following terms and
conditions for the Government (Licensee):
1) The license shall not subject the Government to liability that is indefinite, such as
an indemnification clause, as it would constitute an obligation in advance or in
excess of an appropriation and violate the Anti-Deficiency Act.
2) The license shall not create a contingent liability for the Government. This
includes, but is not limited to: unilateral price increases, automatic assessment of
charges, and automatic renewal of the license.
3) The license shall be governed by Federal Statutes, Case Law, and Federal
Regulations, and shall not be subject to the laws or jurisdiction of any
municipality, state, or foreign country.
4) The license shall not include non-substitution language that would preclude or
limit the Government from using another vendor/reseller and/or product to fulfill
Government requirements.
5
---
5) The license shall not comment an entitlement to attorney fees.
6) The Licensor shall not have the authority to unilaterally terminate the license. All
remedies available shall be consistent with the Disputes Clause in the contract.
7) The Licensor shall not have the right to enter the premise or monitor the
networks of Licensee for the purpose of auditing the use of the license.
8) The Licensor shall not use any injunctive relief clauses as the Licensor cannot
prevent the Licensee from performing mission operations.
9) The Licensor shall not have the authority to control any litigation between a
third party and Licensee.
10) The Licensor shall not use the fact that the Licensee is using the Licensor's
products in any notification to the public (e.g., no publicity rights permitted).
d. The Contractor may be required to obtain licenses that comply with the following
terms and conditions, based on the Government’s needs:
1) The license shall not disclaim all warranties through use of an “as is”
provision.
2) The license shall neither restrict the Government from using the product at
various sites nor limit use of the product by various Government agencies or
third parties performing work on behalf of the Department of the Air Force
under this Air Delivered Effects BAA. In performance of contracts resulting
from this Air Delivered Effects BAA, Government personnel as well as
Government contractors may use the software.
3) The license shall not limit the Government’s use of the software at other
Government and Government contractor sites.
4) The license shall not require automatic updates or give Licensor the authority
to unilaterally replace the software.
5) The Licensee shall not be restricted from copying or embedding elements of
accessible code into other applications (e.g., nesting code, derivative works).
6) The Contractor may obtain agreement from the Licensor to insert the clause
below to its respective software licenses intended to be transferred to the
Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law and/or do not otherwise
6
---
satisfy the Government's needs, the parties to the [Software License] hereby
agree that such provisions shall be null and void as they pertain to the
Government. Specifically, the following sections are hereby deleted from the
[Software License] [and/or amended as indicated below]:
If the Licensor will not agree to the terms and conditions cited herein and/or
as contained in DFARS 227.72, the Contractor shall retain the current license
on behalf of and for the benefit of the US Government if permissible under its
license and such use will not subject the Government to the terms of the
license.”
7) The Contractor shall provide documentation to clearly correlate or map
software license(s) to:
i. Contract Line Item Numbers (CLINs);
ii. Contract Deliverables per the Contract Data Requirements List (CDRL);
iii. Paragraphs in the Statement of Work (SOW) and Statement of Objectives
(SOO)
iv. Portions of any functional block diagrams and/or system architecture
diagrams, so that it can be readily determined where certain commercial
software corresponding to certain software license agreement(s) are
physically located on the system to be delivered under the contract.
7
---
II. MUNITIONS DIRECTORATE DIVISIONS
TECHNOLOGY INTEGRATION DIVISION (RWI)
The Technology Integration Division (RWI) leads the Munitions Directorate’s (RW) advanced
technology development (6.3) and digital transformation activities. RWI integrates advanced
components from applied research initiatives and executes high-visibility ground and flight test
demonstrations to rapidly transition next-generation technologies to programs of record and
fielded warfighter capabilities. RWI has three branches. The Air Dominance Branch (RWIA)
develops, integrates, demonstrates, and transitions air dominance weapons technologies across
the counter-air, networked, collaborative, autonomous, and electromagnetic domains. The Digital
Materiel Management Branch (RWID) develops, integrates, demonstrates, and transitions
software tools and advanced architectures to drive model-based systems engineering, automate
agile business processes, and institutionalize open standards. The Global Strike Branch (RWIG)
develops, integrates, demonstrates, and transitions global strike weapons technologies across the
counter-land and counter-maritime domains.
STRATEGY DIVISION (RWS)
The Strategy Division (RWS) is responsible for obtaining information and developing strategic
methodologies to guide RW in near, mid, and long-term activities to meet mission needs. This
includes: 1) Strategic Planning which develops capability and investment plans to meet
warfighter needs, 2) Partnerships to collaborate with customers and partners to develop sound
business practices and opportunities, & 3) Modeling, Simulation, & Analysis of weapon
concepts to build military utility for future investments.
SCIENCE AND TECHNOLOGY DIVISION (RWT)
The Science and Technology Division (RWT) directs and conducts basic, exploratory and
advanced research and development of fuzes, warheads, energetic materials,
guidance/navigation/controls (GNC), autonomy, seeker sciences, weapon cyber defense, AI &
decision making, and weapon algorithm development. In addition, RWT conducts
Computational assessment for air-launched munitions for use with a full array of launch
platforms including fighter, bomber, and remotely-piloted aircraft. RWT consist of the
Computation Engineering Sciences Branch (RWTC), Autonomy, Navigation & Control Branch
(RWTA), Seekers Branch (RWTS), Energetic Materials Branch (RWTE) and Ordnance Branch
(RWTO). RWTC creates, develops and optimizes computational models and simulations,
weapon algorithms, cyber defense approaches and nature inspired systems. RWTA Leads the
development and integration of advanced aerodynamics modeling & simulation, artificial
intelligence and decision-making, multi-agent teaming, and navigation technology across the
Munitions Directorate. RWTS researches, develops, demonstrates, and transitions weapon
seeker science and technology for precision guided munitions. RWTE discovers, develops,
integrates, and transitions energetic materials technology that maximizes weapon lethality,
survivability, and safety for air-delivered munitions. In addition, RWTE operates the High
Explosives Research & Development (HERD) facility which is responsible for the development
of energetic materials from concept formulation through pilot plant production for transition into
existing or future inventory weapon systems. RWTO is responsible for research and
8
---
development of technologies to enable revolutionary fuzing and warhead capabilities for current
and future weapon systems. RWTO discovers, develops, demonstrates, and transitions ordnance
science and technology that maximizes air-delivered munitions effectiveness.
9
---
III. RESEARCH AREAS
1. RESEARCH AREA 1 - WEAPON AIRFRAME SYSTEMS TECHNOLOGY
RESEARCH (RWTTA)
Advances in weapon airframe system technologies are required to take advantage of emerging
developments in weapon guidance and navigation systems, networked communication systems,
and precision effect ordnance and fuzing systems. The goal of this work is to perform research
on technologies for development of agile weapon airframes that are capable of being deployed or
dispensed from unmanned and manned platforms (e.g., 5th/6th-generation fighters) and which
can deliver precision-controlled effects against fixed and mobile ground targets and air targets in
highly contested engagement scenarios (i.e., Anti-Access/Area Denial). Enabling technologies in
the following research areas are of interest: agile weapon airframes for high-speed flight regimes
(e.g., air-launched unitary subsonic to supersonic guided weapons, air-launched supersonic to
low hypersonic air-intercept, and long-range hypersonic strike weapons); high-agility airframes
capable of aggressive flight maneuvers for terminal target intercept; networked collaboration;
compressed carriage munitions and release mechanisms; robust, low-cost, compact control and
actuation systems (aero and propulsive) for small weapons; compact power for small weapons;
and small weapon design, carriage, and dispensing technology. Proposed research should have a
sound basis in credible theories, principles, and methodologies of dynamical systems,
aerodynamics, structural dynamics, machine learning, material sciences, propulsion,
thermodynamics, aeroelasticity, aerothermoelasticity, and aeromechanics. Efforts should also
exploit advances in other weapon subsystem technologies (e.g., advanced sensors and seekers,
guidance and control algorithms, networked enabled weapons and information architectures,
controlled effects ordnance, divert and attitude control systems, flexible or morphing bodies), be
amenable to further development through sound principles of systems engineering, and offer the
potential for significantly improving affordable weapon aerial systems capabilities, effectiveness
and manufacturability. In the context of this research area, innovative and novel concepts based
upon emerging science and technology are encouraged; incremental evolutionary capability of
existing technologies are of low interest.
Technical POC: Dr. Daniel Reasor
AFRL/RWTAA850937
(850) 882-8221
daniel.reasor@us.af.mil
2. RESEARCH AREA 2 - BIOPRINCIPIC SENSORS, INFORMATION PROCESSING,
AND CONTROL (RWTCA)
Flying insects and smart munitions often need to perform similar tasks that require sensing, processing,
and control. However, biological systems tend to be much more robust and have significantly lower size,
weight, and power (SWaP) than their engineered counterparts. In fact, flying insects are existence proofs
of goal-oriented, autonomous agents that can detect, identify, and intercept targets while avoiding threats
in uncertain and highly dynamic environments. Researchers at the Munitions Directorate are determined
to understand the principles underlying the abilities of relevant biological organisms (not just flying
insects) and apply those principles to future engineered systems to improve performance, lower SWaP,
and achieve trusted autonomy in man-made systems. We refer to such systems as bioprincipic and we
10
---
believe this approach may lead to revolutionary concepts and capabilities for future Air Force
systems. The Government wants to use what is understood about the natural sensors to build
small and affordable autonomous munitions sensors. Sensors of interest include multi-spectral
and polarimetric electro-optical / infrared (EO/IR) imaging sensors, mechanosensors of various
types and applications (including acoustic sensors), magnetosensors, and chemosensors. Often
biological systems use multiple sensing modalities and efficiently combine the sensor outputs to
achieve robust behavior in dynamic environments. Furthermore, an integrated sensor design
includes not only the hardware component, but the "software" or "algorithm" that does the
information processing. The Department of Defense is interested in sparse/compressive sensing,
neuromorphic/spiking architectures, and analog and hybrid processing techniques when they
show speed and accuracy advantages over pure digital processing. Proposed concepts should
support the mission of the Munitions Directorate.
Technical POC: Dr. Nick Rummelt
AFRL/RWTCA
(850) 883-0886
Fax: (850) 882-3344
nicholas.rummelt@us.af.mil
3. RESEARCH AREA 3 - AUTONOMOUS TARGET RECOGNITION (RWTCA)
a. RWTCA is interested in investigating all aspects of Automatic Target Recognition (ATR)
/ Autonomous Target Acquisition (ATA) / Aided Target Recognition (AiTR) /
Autonomous Target Reacquisition (ATR) technology as it applies to seekers for
conventional guided weapons. Interests range from basic signal and image processing
foundations through tower and flight test of advanced, real-time ATR/host signal
processor implementations. Technical approaches in the areas of pattern recognition,
computer vision, deep learning, machine learning, autonomous systems, and cooperative
systems as they apply to weapon seekers are of interest.
b. The following technologies and research areas are of particular interest:
1) AI/ML and/or traditional algorithms for weapon seeker target acquisition or re-
acquisition.
2) Investigations and analyses of AI/ML and/or traditional algorithms leading to a better
fundamental understanding of their operation and limitations; especially with respect
to ATR/ATA/AiTR/ATR applications.
3) Approaches for real-time / on-line training or adaptation of AI/ML and/or traditional
algorithms.
4) Approaches for training AI/ML or traditional algorithms with synthetic target data
that result in good target recognition performance when using real target data (e.g.
synthetic to real domain adaptation).
11
---
5) Approaches for cooperative/collaborative ATR using multiple lower-cost networked
weapon seekers.
6) Approaches for the compact representation of target appearance information.
7) Approaches for automatic/autonomous handoff of target cue information from
intelligence, surveillance, and reconnaissance (ISR) or fire control sensors to weapon
seekers to improve the ability of the weapon seeker to acquire or re-acquire the target
selected by the ISR or fire control system.
8) Methods or tools for the assessment, evaluation, or prediction of ATR performance.
9) Methods or tools for the assessment, evaluation, and analysis of data representations
across sensor modalities.
10) Methods or tools for predicting the signature of a target in one sensor domain given
its signature in a different sensor domain (e.g., view with synthetic aperture radar
[SAR] sensor and predict signature in IR).
11) Approaches to use/incorporate scene context (provided by an ISR or fire control
system) for target re-acquisition by a weapon seeker.
12) Approaches to perform image processing, computer vision, or ATR functions directly
using compressively sensed image data before (or instead of) image reconstruction.
13) Technologies, research, or approaches that integrate weapon, ISR, and/or fire control
subsystems to provide greater overall kill effectiveness, shorter overall kill timelines,
lower overall costs, reduced operator burden, and/or greater system autonomy. Topics
in this area may be pursued in partnership with other AFRL Technology Directorates
(e.g., Sensors Directorate).
14) Software and/or hardware approaches that fully automate the image ground truthing
process and provide approximate pixel-level target/background labeling of data sets.
The process could be implemented as part of the data collection process or as a post-
collection process.
15) Algorithms, or integrated software and hardware approaches that develop or
demonstrate improved performance of target detection, classification, or identification
algorithms provided by cooperative, collaborative, networked, and/or swarming
weapons.
16) Measurements of material properties relevant for use by signature prediction codes in
the infrared spectrum (e.g., using DIRSIG) or Ku/Ka frequency bands (e.g., using
Xpatch) for more accurate prediction of target signatures in this spectrum / at these
frequencies. Additionally, target models (for ingestion by signature prediction codes)
12
---
that contain model components with accurately typed material properties for more
accurate prediction of target signatures.
17) Algorithms or integrated software and hardware approaches that develop or
demonstrate alternative navigation capabilities. This may include approaches for
radar-aided navigation, celestial-based navigation in a form-factor relevant for
munitions, and other non-GNSS (global navigation satellite system)-based navigation
approaches.
Technical POC: Dr. David Gray
AFRL/RWTCA
(850) 883-0849
Fax: (850) 882-3344
david.gray.20@us.af.mil
4. RESEARCH AREA 4 - HARDWARE-IN-THE-LOOP SIMULATION
TECHNOLOGIES (RWTSH)
RWTSH is interested in developing advanced capabilities related to hardware-in-the-loop (HIL)
and digital simulation of guided weapon designs. RWTSH exercises closed-loop HIL simulations
to verify weapon performance, with particular emphasis on guidance, navigation, and control
during terminal homing. As weapon sensors and other subsystems advance, test technologies
required to replicate sensor and communication feedback as if in a real mission can be
challenging. The ability to provide the weapon seeker with targeting or navigation information,
including countermeasures, is an area of ongoing research. Weapon seekers tested typically
include visible, imaging infrared, RF, and/or LADAR seeker subsystems. Recent areas of interest
include HIL simulation of collaborative weapons, multi-mode and multi-function sensors,
Weapon Open System Architecture (WOSA), and hypersonic weapons. Emphasis for simulation
technology research is on advancement and improvement of scene projection and injection
technologies, real-time target scene modeling techniques, target phenomenology models,
simulation architectures, RF target simulators, cryogenic space simulation technology, run-time
lethality assessment and high bandwidth motion simulators. In general, innovative solutions that
enhance the fidelity and accuracy of HIL simulation and allow for more efficient performance
verification for advanced munitions are of interest.
Technical POC: Dr. Tony Thompson
AFRL/RWTSH
(850) 883-0867
Fax: (850) 882-4128
rhoe.thompson@us.af.mil
5. RESEARCH AREA 5 - ADVANCED SCENE GENERATION (RWWGH)
Integral to the development of advanced munitions programs is the capability at AFRL/RW to
perform high-fidelity, simulation-based testing of munitions, components, and systems. The
current capability to generate synthetic imagery for high-fidelity hardware-in-the-loop (HWIL)
13
---
and Autonomous Target Recognition (ATR) algorithm testing is based on a toolbox of
independent Government and industry tools for predicting threat characteristics, environmental
effects, and munitions hardware and software performance. The evolution in complexity and
capability of modern weapons systems, however, is leading to demands for higher fidelity and
performance from test simulations. In addition, the integrated nature of the modern battlefield
requires test simulations to encompass not only the weapon itself, but also a variety of other
systems. New scene generation (SG) techniques are needed in the areas of characterization of
Missile Defense Agency (MDA) and Department of the Air Force (DAF) threats, urban
environments, chemical/biological effects, coupling and integration of scene generation software,
multiple sensor views, and advanced computing techniques. These SG improvements must be
designed to streamline the process for evaluating guided munitions concepts from initial design
to final implementation, lowering development costs and shortening time from drawing board to
battlefield. The improved testing realism will provide confidence that the munitions will perform
as expected under a much wider variety of combat conditions than previously possible.
Technical POC: Mr. Darryl Huddleston
AFRL/RWWGH
(850) 883-7060
Fax: (850) 882-4128
darryl.huddleston@us.af.mil
6. RESEARCH AREA 6 - EO/IR/LADAR/SAL SYSTEM RESEARCH (RWTSE)
RWTSE has an interest in developing the components and systems necessary for imaging and
non-imaging electro-optic, infrared, LADAR, and semi-active laser systems. These include, but
are not limited to, optical sources, detectors and their readout integrated circuits, beam
pointing/scanning and wide-field-of-view/multi-aperture techniques, detection schemes, and
discrimination, ranging, and acquisition systems. Interests range from complete systems and
devices to basic materials and components operating in subsonic through hypersonic regimes.
These include the following:
• Optical sources: Optical sources of various wavelengths from the visible to the long
wavelength infrared (< 12 microns) are desired.
• Detector systems: Single element and array detectors sensitive in the visible to the long
wavelength infrared range are desired. Rapid rise times (approaching a nanosecond) are
desired, as is operability without cryogenic cooling.
• Beam pointing and beam scanning systems: Systems that can rapidly steer a laser beam
as well as the field of view of the detector are desired. Systems capable of search/track
modes and variable fields of view are also desired.
• Detection schemes: Various incoherent and coherent detection schemes are of interest.
• Discrimination, ranging, and acquisition systems: Systems that can discriminate the
signal from the background environment, condition the signal, and store the data are
required. These systems should be able to resolve time differences as small as or smaller
than a nanosecond, dynamically adjust the gain of any amplification stages, allow
variable timing/ranging techniques, and/or minimize range uncertainty.
14
---
Technical POC: Mr. James Savage
AFRL/RWTSE
(850) 882-4250
Fax: (850) 882-4260
james.savage.2@us.af.mil
7. RESEARCH AREA 7 - NAVIGATION AND ESTIMATION TECHNOLOGY
(RWTAN)
RWTAN is developing global positioning system (GPS)-enabled and alternative position,
navigation, and timing (alt-PNT) technologies to provide robust PNT solutions for single-
weapon and network-enabled weapon system concepts. GPS technologies of interest are anti-jam
techniques including spatial and temporal anti-jam technologies and miniature GPS antenna
technologies, including leveraging these technologies to identify and localize the
jamming/spoofing sources. Alt-PNT technologies of interest include a wide variety of sensor
aiding including passive sensing (electro-optical, infrared, passive millimeter wave, magnetic,
external radio frequency sources, etc.) and active sensing which are appropriate for one or more
combinations of altitudes, speeds, environments (over water/land, day/night, etc.), as well as
size, weight, power, and cost restrictions. Navigation and estimation developments may also
include theoretical foundations for improved data fusion or optimization methods, efficient or
new data pre-processing, or other enabling technologies, subsystems, or concepts.
Technical POC: Dr. Kevin Brink
AFRL/RWTAN
kevin.brink@us.af.mil
8. RESEARCH AREA 8 - MODELING, SIMULATION, & ANALYSIS (MS&A) OF
ADVANCED WEAPON CONCEPTS (RWSAE)
The goal of this work is to develop/modify and employ models used to analyze advanced
weapon concepts and their related concepts of employment to highlight technologies worthy of
consideration for investment. The objective is to apply, modify and/or combine engineering,
engagement (one-on-one), mission (few-on-few), systems-of-systems, campaign (many-on-
many, military worth), level modeling techniques, tools, and analysis methods as well as virtual
and constructive digital simulation which lend themselves to the quick and effective evaluation
of advanced weapon concepts. Concepts include, but are not limited to, intercommunicative
weapons, novel damage mechanisms, lethal and novel destruct mechanisms, multiple targeting,
and time-critical delivery. Detailed modeling includes, but is not limited to, sensors,
aerodynamics, autopilots, navigation and guidance schemes, propulsion, warheads, fuzes,
datalinks, error filters, environment (wind, fog, and dust), lethality, vulnerability, and threats.
Scenario development and visualization at each level of MS&A is also sought. Research into
new simulation toolsets and architectures designed for this purpose will also be considered.
Additionally, environmental factors that influence a weapon’s performance can be considered.
This can include but not be limited to urban environments, collaborative simulation
environments, Anti-Access/Area Denial (A2/AD) type environments, scenario generation, and
infrastructure simulation common to environments that weapons may operate in. Existing tools
15
---
of interest include, but are not limited to, ESAMS, RADGUNS, MATLAB/Simulink, AFSIM,
EADSIM, and STORM. White papers and proposals should be designed to demonstrate
substantive knowledge in any or all of the specific areas of MS&A. Some or all of the work
performed under this BAA Research Area will be performed on-site (i.e., at the Government
facility). Personal/facility security clearances at the SECRET level may also be required.
Technical POCs:
Dr. Christopher Jarvis
AFRL/RWSAE
(850) 883-2323
christopher.jarvis.3@us.af.mil
Mr. Rusty Coleman
AFRL/RWSAE
(850) 883-2333
Rusty.coleman.1@us.af.mil
9. RESEARCH AREA 9 - LETHALITY, VULNERABILITY, AND SURVIVABILITY
(RWSA)
a. The Air Force Research Laboratory Munitions Directorate has the mission to assess the
performance and effectiveness of conventional inventory and conceptual weapon
systems, both kinetic energy and directed energy, lethal and non-lethal, against a myriad
of potential targets. The objective of this effort is to support AFRL/RW in assessing
inventory and concept weapons against existing and developing targets. This work is
broken out into three areas: 1) Target Vulnerability and Weapon Effectiveness, 2)
Computational Mechanics, and 3) Novel Test Instrumentation and Techniques.
1) Target Vulnerability and Weapon Effectiveness: The goal of this work is to collect
data, conduct research, develop/modify and employ responsive modeling tools, target
models, and processes as part of AFRL's R&D efforts. These efforts will identify
potential vulnerabilities in targets and their subcomponents for conventional or
concept weapons to exploit. They will also enable understanding and predictive
capability for the effectiveness of inventory, developmental, and conceptual munitions
when deployed against targets and critical components. Targets of interest can include,
but are not limited to, mobile, fixed (above and below ground), hard and deeply
buried, chem-bio, and air-to-air. This research will allow development of new
techniques or enhancement of existing techniques to measure and compare weapon
effectiveness, collateral damage, and potential collateral hazards. Research will
include improvements in our ability to predict and measure component vulnerability
and functional defeat allowing assessment of weapon effects that degrade a target's
ability to perform its intended functions without necessarily destroying it. It could also
include research and modeling of new or conceptual damage mechanisms.
Development of new target and associated functional models as well as advanced
methodologies to capture the physics of structural response to conventional weapon
effects would improve our abilities to assess current and conceptual weapons and ways
16
---
to exploit high-interest targets or newly discovered vulnerabilities. Research to
enhance or develop methodologies to account for the target-critical
equipment/components, and their interconnections, and associated failure logic and
failure modes could be required. Mathematical methods related to statistics and
stochastic modeling, as related to lethality and vulnerability modeling are of interest.
Tools of interest for this section include, but are not limited to, AJEM, ARM,
BLASTX, BRL-CAD, Endgame Framework, FastCD, FASTGEN, FATEPEN, IMEA,
JWS, CUSP, ORCA, PENCURV, PDAM, STMG, VALUE, WEAPS, and
WinBLAST. In addition to improving any existing toolset, new methods for
integrating high-fidelity computational mechanics codes into existing lethality
frameworks and toolsets are an area of emerging interest. Simulation frameworks of
interest are Endgame.
2) Computational Mechanics: The performance assessment and development of advanced
conventional weapon systems requires the capabilities to model complex
weapon/target interaction phenomena and to predict environments produced by
impacting, penetrating, and detonating warheads. The emphasis of this effort is the
development and validation of first principles continuum mechanics codes (finite-
element, finite difference) yielding high-fidelity weapon and target simulations. Areas
of particular interest include penetration mechanics, high-strain-rate fracture dynamics
and constitutive modeling, modeling the shock survivability of fuze electronic
components, predictive models for the change in material properties due to thermal
cycling (energetics and electronics), fragmentation, mesoscale modeling (metals and
energetics), the use of molecular dynamics and computational chemistry to guide the
development of more accurate continuum scale and meso-scale material models for
reactive (energetics, reactive metals) and non-reactive materials, localized shear band
formation, high-pressure/high-strain-rate modeling of geologic and geologically
derived materials, modeling of reacting droplet and particulate flows, equation of state
and constitutive models for chemical and biological agents, numerical modeling of
neutralization mechanisms for biological and chemical agents, hydrodynamic ram,
atomization and aerosolization of chemical and biological agents, direct numerical
simulation of detonations, coupled detonation physics and multi-phase flow, turbulent
flows, accurate and efficient boundary interface treatments, the ability to span several
orders of magnitude in spatial and temporal length scales, and advanced numerical
methods. In addition, statistical and stochastic, machine learning, and deep learning
methods to generate special-purpose, fast-running models from large-scale datasets
produced with computational mechanics codes is an emerging need. In order to meet
emerging needs in digital engineering and digital twins, we are interested in
approaches using Physically Inspired Neural Networks (PINNs) or similar approaches
to developing machine learning surrogates of our weapon design and analysis codes.
These codes typically perform numerical solutions of systems of partial differential
equations with complex material models for material response.
3) Novel Test Instrumentation and Techniques: The goal of this area is to research and
develop new test instrumentation or equipment, and/or, techniques for gathering and
analyzing test data in order to: 1) gather data with respect to new damage mechanisms
17
---
and/or novel effects, and 2) reduce the cost and/or manpower needed to collect
weapon effects data using existing methods.
Technical POC: Dr. Kirk Vanden
AFRL/RWSA
(850) 883-2658
Kirk.vanden@us.af.mil
Initial contact through email is preferred during the pandemic.
10. RESEARCH AREA 10 - WARHEAD RESEARCH (RWTOD)
Technologies and concepts are sought for effective, robust and affordable warhead and ordnance
components in the areas of air and space defense to include: counter-maritime, counter-air,
networked, collaborative autonomous (NCA), airbase defense, combined effects (including non-
kinetic effectors), air dominance missiles, high speed weapon and long range strike weapons,
ordnance of modular architecture weapons and swarming weapons. More specific, near-term
challenges provide the call for research interests are in the advanced manufacturing of warhead
materials and structures, shock response and equation of state for case materials; research into
relevant target materials, fracture and fragmentation; penetration/perforation mechanics; and
improving the suite of diagnostics to best extract the high-rate and violent environments of these
ordnance systems. Innovative technologies for multi-functional materials are sought as well. There
is interest in unique, innovative and high-performance payoff technologies that integrate the
ordnance package in accordance with the larger system or engagement scenario. Also desired are
highly agile and end-game responsive adaptation of the ordnance package; tailorable or synergistic
output that ensures optimal energy use and coupling to target; selectable effects that maximize the
use of system data and capabilities. Warhead and end-game effector technologies are sought for
low-cost but effective Air Dominance missiles as well as future self-defense missile capability.
Traditional and non-traditional concepts are sought to maximize the loadout and effectiveness of
5th-6th Generation aircraft.
Technical POC: Dr. Nydeia Bolden-Frazier
AFRL/RWTOD
(850) 882-6867
Fax: (850) 883-1380
nydeia.bolden-frazier@us.af.mil
11. RESEARCH AREA 11 - FUZE RESEARCH (RWTO)
a. RWTO develops, demonstrates, and transitions technologies that have application to
fuzes for air-delivered weapons, including, but not limited to, guided and unguided
bombs, missiles, and submunitions. Fuzes must reliably remain in a safe mode until the
appropriate post-deployment environments (such as freefall) are sensed; the fuze must
then arm the weapon and, upon receiving a signal from a target detection device (TDD),
initiate the explosive fill (or other damage mechanism). RWTO thus seeks proposals for
innovative technologies that can be integrated into the design or testing of air-delivered
weapon fuzes.
18
---
b. RWTO is particularly interested in fuzes (including submunition fuzes) and related
component or material technologies that are capable of surviving the repetitive, multi-
axis shock environment experienced by a fuze during penetration of a hardened target
and functioning the warhead. Materials that mitigate all or some portion of the shock
spectrum are also of interest. Unique inertial detection devices or non-inertial detection
devices are of interest. However, current test technologies do not fully duplicate the
multi-axial fuze environment in terms of duration, repetitive high-acceleration loading,
and other aspects of the mechanical loading profile. This necessitates extremely
expensive sled tests for fuze research, testing, qualification, and performance evaluation.
Therefore, there is interest in laboratory and field test techniques and equipment to
duplicate these repetitive, multi-axial shocks.
c. Additional penetration fuzing-specific research tasks of interest include, but are not
limited to, the following:
1) Develop a jam-resistant, greater than 250 kilobits/second shock-hardened, wireless
data link for two-way communication with a fuze during a weapon's deep
underground penetration event;
2) Develop a hardened, passive, unpowered, tri-axial device that irreversibly and
measurably changes some physical configuration or property without
relaxation/hysteresis to record the peak acceleration as a back-up data point for tests
when a hardened fuze data recorder fails;
3) Develop a low-cost (<$100), shock-hardened accelerometer;
4) Develop non-inertial techniques and appropriate devices for detecting voids and
layers during hard target penetration; and
5) Develop miniature, shock hardened transmitter and antenna to burst stored digital
data upon command to retrieve post event recorded data from a buried warhead. It
would also be useful for the purpose of locating a test item.
d. RWTO is also interested in improved sensors, techniques, and/or systems for second
safety environment sensing (as defined in MIL-STD-1316) for a wide range of
demonstration projects from miniature munitions to safety-critical payloads on
hypersonic airframes. In the area of miniature and micro-munition fuzing, research tasks
of interest include, but are not limited to, the following:
1) Reliable miniature three port air valve with temperature operating range of -55 to +75
degrees C
2) Ground profiling fuze sensor technology
3) Active imaging aimpoint selecting fuze sensor technology
19
---
e. In the area of fuzing the payloads on high-speed airframes, research tasks of interest
include, but are not limited to, the following:
1) Ground profiling fuze sensor technology
2) Survivable conformal antenna and radome technology
f. The final area of focused interest is in the area of in-line and out-of-line initiation
systems. The RWTO Advanced Initiation Science Group is interested in novel ignition
devices or ignition circuitry that can enhance reliability while reducing energy budgets
for initiation systems. Additionally, concepts that would enable novel warhead designs
are of interest. The Government is also interested in novel or more inherently robust
manufacturing processes that can be applied to components within initiation systems.
Finally, there is interest in modeling and simulation methods or techniques for
characterizing performance of those systems.
1) Pressing of various energetic materials of interest to the United States
2) Air Force Development, build and test of various detonator designs research,
development, build, and test of various energetic initiation experimental equipment
(state of the art explosive chambers, optically and electrically based techniques, etc.).
3) Research, development and build of energetic initiation devices utilizing
microelectronics fabrication techniques
4) Execution of experiments supporting energetic initiation research
5) Process development for thin film ignition devices
6) Produce hardware and evolve manufacturing processes for thin film ignition devices
that can be used for discovery or component production purposes
7) Support the production and process development for hardware that will facilitate
scientific discovery for initiation systems of interest to the United States Air Force
8) Other activities associated with energetic initiation research and development
Technical POC: Mr. George Jolly
AFRL/RWTO
(850) 883-0587
Fax: (850) 882-2707
george.jolly.1@us.af.mil
12. RESEARCH AREA 12 - MUNITIONS ENERGETIC MATERIALS (RWTE)
20
---
Munitions Energetic Materials is concerned with (1) formulation, manufacturing, and
producibility; (2) characterization and phenomenology; and (3) theoretical energetics and digital
design for explosives and energetic materials for munition applications. This topic includes
development of explosive formulations to address impact, friction, electrostatic/electromagnetic,
thermal, and vibration sensitivity and survivability; energetic materials, including nanometric
explosives with higher energy density than traditional explosives. Reactive materials comprising
metastable interstitial composites (MICs) and/or metal fuels in combination with oxidizers and
explosives are also included. Topics related to the processing and manufacturing of explosives,
oxidizers, and fuels to modify their sensitivity, processability, and performance such as
recrystallization, coating, particle size/polymorphism/habit modification, and surface treatments
other are included. Energetic materials characterization tools of relevance include, but are not
limited to, static and dynamic mechanical properties measuring devices as well as microscopy
and tomography. Use of computational tools to predict formulation properties and reactive flow
models, including survivability and processing, is of interest. Constitutive modeling of these
materials, including mesoscale descriptions of their dynamic mechanical response, initiation
mechanisms and reactive equations of state are included as well. Novel approaches for
formulating, processing, enhancing the mechanical properties (i.e., strength, toughness) and
characterizing the special features of energetic materials and functionally graded materials in
terms of their performance and energy release benefits are also of interest.
Technical POC: Dr. C. Michael Lindsay AFRL/RWTE
(850) 882-1543
c.lindsay@us.af.mil
13. RESEARCH AREA 13 - FACILITIES AND EQUIPMENT ENABLING ORDNANCE
TECHNOLOGIES AND ADVANCED ENERGETICS (RWTM)
AFRL/RWT anticipates a need for new, improved, and often unique capabilities to support
expanding future in-house research in the areas of ordnance technologies and advanced
energetics. These new RWT facilities, equipment and instrumentation will enable world-class
research, development, integration, fabrication and testing of emerging ordnance technologies
from fundamental science to demonstrating prototype munition-system concepts. As most of the
needs are unique, developing the concepts and preliminary designs for the new equipment and
associated instrumentation to be used in these facilities will need to be approached as research
and development projects, not as just design projects. The new capability will also be required to
meet current requirements and regulations with flexibility for future agility. Of particular interest
are proposals for concept development, preliminary design, capability assessment, associated
cost estimates and delivery of prototype capability for the new research equipment that will be
required to pursue revolutionary changes in ordnance technologies.
Technical POC: Mr. Timothy Tobik
AFRL/RWT
(850) 882-2007
timothy.tobik@us.af.mil
14. RESEARCH AREA 14 - MULTI-FUNCTION, MULTI-MODE RADAR RESEARCH
(RWTS)
21
---
RWTS is looking to sponsor research on innovative radar frequency (RF) component and system
technologies and associated software to offer improved performance or reduction in Cost, Size,
Weight, and Power (CSWaP). Future multifunction radars will need to provide a wide range of
sensory and communications functions. These functions may include altimeter, navigation-
aiding, communication (1-way or 2-way datalink), mid-course guidance, target selection and
non-target rejection, terminal tracking, and Guidance Integrated Fuzing (GIF) and aimpoint
selection. The radar would require the ability to track moving and stationary targets, and would
employ Ground Moving Target Indication (GMTI), High Range Resolution (HRR), Synthetic
Aperture Radar (SAR), Doppler Beam Sharpening (DBS), and endgame target engagement. The
general cooperative radar integrating concept would be of a software-defined radar which could
transmit and receive signals from distributed apertures over various center frequencies and
bandwidths to accomplish the desired objectives. Any hardware or software system or subsystem
would require associated software models for integration into Hardware-In-The-Loop (HWIL)
and Software-In-The-Loop (SWIL) simulations to evaluate the merits of the proposed
components, subsystems, and/or systems. Target applications could include seekers small
enough to be incorporated into a larger munition and dispensed to engage multiple targets in a
target-rich environment, as well as nose-mounted gimbaled and/or body-fixed, including
conformally mounted apertures for a munition body ranging in diameter from 2.75" to 14" or
more. Technologies should consider compatibility with wide-bandwidth waveforms, including
noise-like waveforms for minimum interference to other radars. The desire is to extend operating
range in adverse weather and to handle high-speed environments and the temperature extremes
of high-altitude cold-soak and the aerodynamic heating associated with hypersonic speeds.
Special emphasis should be place on engaging targets in a steep dive trajectory where the target
will have minimal range separation from the clutter background. Note that all hardware and
software subsystems/systems should address the ability to function in a real-time processing
environment consistent with real-time target engagement.
Technical POC: Mr. Tom Lewis
AFRL/RWTS
(850) 882-8101
Fax: (850) 882-1717
thomas.lewis.12@us.af.mil
15. RESEARCH AREA 15 - MODULAR OPEN SYSTEMS RESEARCH (RWID)
a. Modular and open systems are an important element to obtain faster and cheaper
solutions empowering programs with the use of competition throughout the lifecycle of a
system. Modular Open Systems Approach language has been incorporated into statues as
of the 2017 NDAA (10 U.S.C. §2446a). We are looking for modular and open solutions
for munition systems. Solutions are needed to handle hardware and software design that
promotes modularity and provides the necessary data rights to enable competition for
modular components. Technologies and processes to enable severability of a system with
respect to hardware and software, identification of data required to allow interoperation
of hardware and software, and strategies to verify acquisition is adequate for future
competition are highly desired. Modular Open Architecture synergizes well with model-
22
---
based systems engineering (MBSE)/digital engineering (DE) concepts to employ a
unified method of documentation that can inform all designers of a system when a
requirement or design change occurs.
b. Current interest and research activities include:
1) Weapons Open System Architecture (WOSA)
2) Docker in an embedded environment
3) Kubernetes in an embedded environment
4) Open Seeker Architecture (OSA)
5) Strategies to verify open architecture and modularity requirements
6) MBSE development of system architectures (e.g., SysML, Cameo, Enterprise
Architect)
Technical POCs:
Mr. Jonathan Shaver
AFRL/RWID
(850) 875-2713
jonathan.shaver.1@us.af.mil
Mr. Christopher Neal
AFRL/RWID
(850) 875-6005
christopher.neal.8@us.af.mil
16. RESEARCH AREA 16 - SCIENCE, TECHNOLOGY, ENGINEERING AND
MATHEMATICS (STEM) FOR EDUCATION OUTREACH (RWHW)
a. The AFRL Munitions Directorate serves the Department of the Air Force (DAF) STEM
research mission directly, which in turn addresses the nation’s impending shortfall in the
STEM workforce. Munitions Directorate members have individually performed a wide
variety of STEM outreach tasks at both local and national levels as part of their
professional commitment to the community for many years. The Munitions Directorate
K-12 STEM Outreach program seeks to sustain and expand STEM outreach throughout
the local area as well as the greater southeast region. Nationally, the AFRL Munitions
Directorate maintains a solid, robust internship program which brings students into the
laboratory environment to directly benefit Directorate research and provide maximum
exposure to students across a broad spectrum of educational backgrounds. Students
conduct relevant, necessary research during an internship which focuses on areas of
critical need in Directorate technology development. The Munitions Directorate’s STEM
Outreach focus is to address DAF and DoD goals to enhance the quality of K-12 STEM
23
---
education and encourage greater numbers of US citizen high school graduates to pursue
college degrees, certifications, and careers in STEM. The STEM Outreach program also
seeks to increase diversity in STEM by specifically addressing communities that have
traditionally been underserved by STEM as well as students who are underrepresented in
STEM degree programs, certifications, and careers.
b. The Munitions Directorate STEM Outreach office brings the extensive facilities of the
directorate, the technical talents of its researchers and its leadership role in the
community and nation to partnerships with universities, technical schools, K-12 school
systems, nonprofit foundations, professional and industry societies, and other agencies in
Northwest Florida. These partnerships provide K-12 teachers and students in Northwest
Florida with rich and wide experiences in STEM, including:
1) Training of K-12 educators, with emphasis on improved methods of organizing and
providing coherent curriculum packages.
2) “Kindle the fire of curiosity” experiences for younger K-12 students and teachers,
and “sustainment of interest” experiences for older K-12 students and teachers.
c. STEM outreach activities supported may include providing financial assistance to
organizations supporting STEM activities, providing funding and support for national
competitions by arranging for DoD personnel to participate as speakers, mentors,
coaches, judges, and presenters, providing support for STEM education and outreach
conferences, and supporting teacher STEM education and training initiatives. Stipends
for teachers undertaking professional training in connection with these activities may be
supported as well as funding for the acquisition of materials and resources needed to
launch, implement, assess, and improve STEM oriented programs. AFRL encourages the
projects and program results to be published in appropriate publications and academic
journals at the end of the period of performance. Participants are encouraged to develop
innovative approaches that utilize their unique assets, capabilities, locations, and
personnel. White papers should identify projects/programs and methods that will be used
to foster and develop students in STEM fields that are relevant to the DoD mission.
Technical POC: Mr. Brian Mitchell
AFRL/RWHW
(850) 883-2503
brian.mitchell.36@us.af.mil
17. RESEARCH AREA 17 - WEAPON AUTONOMY AND CONTROL TECHNOLOGY
RESEARCH (RWTA)
RWTA is interested in novel hardware, software, and algorithms to synthesize multi-domain data
into effective mathematical representations to enable novel munition behaviors based upon
battlespace awareness, network topology, and agile munition control techniques. Modular and
open architected technology is required to support and enable networked, collaborative, and
autonomous (NCA) weapon concepts and capabilities especially in highly contested
environments. Limited communication in contested environments might require decentralized,
high-level cognitive functions: technologies that enable context-aware reasoning, multi-agent
24
---
coordination, graceful performance degradation, and inherently flexible or reconfigurable
operation are highly desired. Unified architectures, machine learning techniques, or
mathematical languages applicable to the control and coordination of heterogeneous information
services and that enable verifiable, trusted autonomy are also sought. Network-aware
capabilities, especially technology that cognitively matches machines with human oversight,
would enable assured cooperation and increased capacity for NCA weapon deployment. Finally,
science and technology that allows for fractionated weapon performance (having capability
spread across multiple assets that coordinate to deliver a desired effect) and composable
functions (where disparate capabilities can be combined synergistically to create multiple desired
effects) are also of interest.
Technical POC: Dr. Emily Doucette
AFRL/RWTA (850) 883-0874
Fax: (850) 883-0874
emily.doucette@us.af.mil
18. RESEARCH AREA 18 - TECHNOLOGY TRANSFER INVOVATIVE
COLLABORATION (RWSP)
AFRL/RW seeks novel, cutting-edge toolsets (algorithms, capabilities, and/or methodologies)
related to Technology Transfer (T2), Technology Transition (TT), and/or
Innovation/Collaboration (IC). DEFINITIONS: T2 ensures federally funded intellectual property
and research investments are transferred (intentionally shared) with state and local governments,
academia, and industry through the use of T2 mechanisms, including, but not limited to:
Cooperative Research and Development Agreements (CRADAs), Patent License Agreements
(PLAs), and Educational Partnership Agreements (EPAs). TT is the application and/or
incorporation of matured technologies into military systems for operational use by the DoD.
Technical POC: Mr. Bill Loux
AFRL/RWSP
(850) 883-3920
william.loux.2@us.af.mil
19. RESEARCH AREA 19 - CYBER SURVIVABILITY FOR PRECISION-GUIDED
MUNITIONS (RWTCC)
The AFRL's Weapon Cyber program is seeking cyber survivability (cybersecurity and cyber
resilience integrated) research concepts and approaches that will enhance mission assurance
properties of munition system architectures, including embedded real-time, inter and intra-
weapon networking and communication, and solutions in the area of assured autonomy
for ground and flight systems. Zero Trust capabilities and approaches for sensors, seekers, or
guidance, navigation, and control (GNC) within weapon systems. Concepts and technologies that
enhance the trust/authenticity, confidentiality, integrity, and availability of data at rest, in transit,
or in use.
25
---
The development of tools and techniques, for physical and digital, that enhance the ability to
verify and validate security concepts and technologies, as well as assess their performance
impact within a relevant simulated mission context are also sought. Solutions of interest can be
hardware, software, or algorithms/protocols and must be robust for use in real-time, safety-of-
life-critical aviation systems. Example topics of interest include, but are not limited to, radio
frequency (RF) exploitation, multi collaborative root of trust, formal methods, privacy,
authentication/authorization, hardware/software assurance, physics-based security, wireless
communications, network security, security architectures, and secure munitions-specific
algorithms (sensor fusion, GNC, etc.). Solutions focused on detection and/or monitoring are
generally ineffective for munitions applications.
Technical POCs:
Ms. Juanita Riley
AFRL/RWTCC
(850) 882-2955
juanita.riley.2@us.af.mil
20. RESEARCH AREA 20 - STRATEGIC PLANNING, PROTOTYPING, AND
EXPERIMENTATION (RWS)
The objective of this research area is to develop innovative approaches and products to determine
military worth and quantify value propositions for weapon concepts as part of the Munitions
Directorate’s strategic planning process. Specific mission areas of interest include Air, Space,
and Nuclear Deterrence. Techniques for objective quantification of future weapon technologies,
attributes, and their tradespaces critical to achieving operational objectives are sought. There is
also interest in fast-running informative tools for analysis, study, optimization, and revelation of
opportunities to address operational gaps and shortfalls. Inclusion of should-cost estimates for
technologies and cost exchange ratios for blue-red forces is an important factor to senior leader
decision making processes. Techniques to efficiently develop strategic planning roadmapping
tools which quantify time-phased performance advancements over baseline technologies and
weapon systems are highly desired. In addition, collections of technologies into notional weapon
constructs is of interest, along with approaches to quickly develop both software and/or hardware
prototypes for demonstration purposes. Unique approaches for experimentation will be given
consideration when they provide timely data to inform decisions.
Technical POC: Mr. Avi Nusimow
AFRL/RWS
(850) 882-3917
avi.nusimow@us.af.mil
26
---
IV. AWARD INFORMATION
1. Anticipated Funding: Note that there is no inherent funding associated with this Open
BAA. All funding is subject to change due to Government discretion and availability.
Each Call will have funding profiles specific to that effort. However, similarly, all
offerors should be aware that due to unanticipated budget fluctuations, funding in any or
all areas may change with little or no notice.
2. Anticipated Type of Awards: The Air Force reserves the right to award the instrument
best suited to the nature of research proposed. Accordingly, the Government may award
any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The Air Force may also consider
award of an appropriate technology transfer mechanism, if applicable. It is anticipated
that awards under this BAA will generally be Cost Plus Fixed Fee (CPFF), but other
contract types (e.g., Firm Fixed Price, Cost Share, Cost (no fee), etc.) may be negotiated.
Cost reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
3. Evaluation and Award (Applicable to Both Open BAA and BAA Calls): Proposals are
intended to be evaluated, and awards made, without discussions unless discussions are
determined to be necessary. However, the Government may obtain clarifications to
determine proposal acceptability. Discussions may be held with prospective awardees
prior to award if needed. Offerors are cautioned that only COs are legally authorized to
obligate funds and commit the Government.
V. ELIGIBILITY INFORMATION
1. Eligible Offeror/Applicants: This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation. Multiple White Paper
submittals to the varying 20 Research Areas are allowed.
2. Foreign-owned Firms: Foreign or foreign-owned offerors are advised that their
participation is subject to foreign disclosure review procedures. Foreign or foreign-owned
offerors should immediately contact the contracting office focal point identified further
below. The subject line of all correspondence must reference the BAA number, BAA
title, and associated research area.
3. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subcontractor, against this
BAA. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with any non-FFRDC
concern in response to a Federal agency request for proposal for other than the operation
of an FFRDC (with exceptions stated in DFARS 235.017-1(c)(4)). There is no regulation
prohibiting an FFRDC from responding to a solicitation. However, the FFRDC's
sponsoring agency must first make a determination that the effort being proposed falls
within the purpose, mission, general scope of effort, or special competency of the
27
---
FFRDC, and that determination must be included in the FFRDC's proposal. In addition,
the non-sponsoring agency must make a determination that the work proposed would not
place the FFRDC in direct competition with domestic private industry. Only after these
determinations are made would a determination be made concerning the FFRDC's
eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing work, offerors
should immediately contact the contracting office focal point if they contemplate
responding. If those discussions result in a mutual interest to pursue your agency's
participation, the effort will be pursued independent of this announcement.
5. Cost Sharing or Matching: Cost sharing is not a requirement, but is allowed.
VI. TWO-STEP OPEN BAA
1. WHITE PAPER SUBMISSION INFORMATION
a. Application Package: THIS ANNOUNCEMENT CONSTITUTES THE ONLY
SOLICITATION and THE GOVERNMENT IS SOLICITING WHITE PAPERS
ONLY. DO NOT SUBMIT A FORMAL PROPOSAL AT THIS TIME. Those
offerors whose white papers are found to be consistent with the intent of this BAA
may later be invited to submit a technical and cost proposal. See Section VI 2 c of this
announcement for further details. Offerors with white papers not selected for proposal
invitation will be contacted by the Government and may request a feedback session.
Debriefings will not be offered for white papers. An unfavorable white paper
evaluation will bar the offeror from further consideration unless the white paper is
subsequently revised and resubmitted. Revised white paper submissions will be
reevaluated in accordance with the white paper evaluation criteria listed herein.
b. Content and Form of Submission of White Papers: Offerors are required to submit
one (1) electronic copy, via e-mail, that is 5 pages or less summarizing their proposed
approach/solution. Any pages over the stated 5 page maximum will not be evaluated.
The purpose of the white paper is to preclude unwarranted effort on the part of an
offeror whose proposed work is not of interest to the Government. The format for the
white paper is as follows:
1) Page Format:
i. Paper Size - 8.5 inch x 11 inch
ii. Margins on every page shall be one-inch on top, bottom, left and right sides
iii. Font size shall be standard 12 point Times New Roman. Character spacing
must be "normal," not condensed in any manner. All text, including text in
tables, references, and charts, must adhere to all font size and line spacing
requirements listed herein. Font and line spacing requirements do not have to
28
---
be followed for illustrations, flowcharts, drawings, and diagrams. These
exceptions shall not be used to circumvent formatting requirements and page
count limitations by including lengthy narratives in such items.
iv. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word)
2) Document Format:
i. Section A: White Paper Title, White paper in response to Research Area
Number (identify #), BAA Number and Title, Period of Performance,
Estimated Cost, Name/Address of Company/Commercial and Government
Entity (CAGE) number, Dunn & Bradstreet Data Universal Numbering System
(DUNS) Number, Technical and Contracting Points of Contact (phone, fax and
email). NOTE: This section is NOT included in the page count.
ii. Section B: Task Objective
iii. Section C: Technical Summary and Proposed Deliverables
iv. Section D: Estimated Cost of Task (Rough Order of Magnitude (ROM))
3) Multiple white papers within the purview of this announcement may be submitted
by an offeror. If an offeror wishes to restrict access to his/her white paper, it must
be marked with the restrictive language stated in FAR 52.215-1(e).
c. Funding Restrictions: The cost of preparing white papers/subsequent proposals in
response to this announcement is not considered an allowable direct charge to any
resulting contract or any other contract, but may be an allowable expense to the normal
bid and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs for
ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
d. Classified Proposals: Offerors are encouraged to keep all elements of the proposal
package and White Paper Submission UNCLASSIFIED. In the case where an offeror has
a need to submit a classified appendix, please contact the technical POC for delivery
instructions.
e. Standard Form 424 (SF 424), Requirement for Standard Form 424 (SF 424), Research and
Related Senior/Key Person Profile (Expanded) Form and Security Program Questionnaire:
Include a completed SF 424 with all white papers.
Offeror shall submit as a part of the white paper a completed Standard Form (SF 424),
Research and Related Senior/Key Person Profile (Expanded) Form for all Senior/Key
Personnel proposed in support of the requirement. Additionally, the offeror shall submit
a completed Security Program Questionnaire. Offeror may be asked to provide a
29
---
mitigation plan for any identified S&T Protection risks. The Government reserves the
right to determine an offeror unawardable on the ground of unacceptable S&T Protection
risk based on its review of the SF 424 and Security Program Questionnaire.
By submitting a white paper, 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 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; and (c) the PI and other key personnel have been made aware of the
requirements under Section 223(a)(1) of this Act. 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).
f. If discussions have occurred about this submission with other than the research area
POC, include name, email and phone of the individuals.
2. WHITE PAPER AND PROPOSAL EVALUATION
a. White Paper Evaluation Criteria: The following two criteria will be used to determine
whether full proposals will be invited based on the white paper submitted. The following
criteria are listed in descending order of importance:
1) White Paper Evaluation Criteria:
i. An integrated, comprehensive, and unbiased assessment of the proposed
technical approach to include scientific and/or technical merits/feasibility and
the potential contributions of the effort to extending the scientific
understanding associated with the technologies being pursued by AFRL/RW
and described in the 20 research areas of the BAA.
ii. ROM and schedule commensurate with technical approach.
b. White Papers will be evaluated and categorized as follows:
• Meets the criteria
• Does not meet the criteria
c. Proposal Evaluation Criteria: Proposals invited as a result of favorable White Paper
evaluations will be evaluated in accordance with the following evaluation criteria:
1) Technical Evaluation Criteria
i. A unique and innovative approach proposed to accomplish technical
30
---
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art being pursued by
AFRL/RW and described in the 20 research areas of the BAA.
ii. The offeror's understanding of the scope of the technical effort.
iii. Soundness of the offeror’s technical approach, including whether the
proposal identifies major technical risks, clearly defines feasible mitigation
efforts, and demonstrates related experience/qualifications of technical
personnel.
iv. Potential to transition the R&D deliverables to future Government needs.
(Any proposed restrictions on technical data/computer software will be
considered).
2) Cost Proposal Preparation Information (Substantial but lower priority than
technical):
i. The reasonableness and realism of proposed cost and fees, if any, the
proposed cost share (for Cooperative Agreements and Technology Investment
Agreements), and/or the offeror’s projected progress to the desired solution
within the parameters of available funding. Cost proposals have no page
limitations.
3) Proposal Risk Assessment: Proposal risk for technical, cost, and schedule will be
assessed for formal proposals, as part of the evaluation of the above evaluation
criteria. Proposal risk relates to the identification and assessment of the risks
associated with an offeror's proposed approach as it relates to accomplishing the
proposed effort. Tradeoffs of the assessed risk will be weighed against the
potential scientific benefit. Proposal risk for schedule relates to an assessment of
the risks associated with the offeror's proposed number of hours, labor categories,
material, or other cost elements as it relates to meeting the proposed period of
performance.
Proposal Risk Assessment
Low: Little potential to cause disruption of schedule, increase in cost, or degrade
desired performance. Normal effects will probably be able to overcome issue.
Moderate: Can potentially cause some disruption of schedule, increase cost, or
degrade desired performance. Special monitoring required to overcome issues.
High: Likely to cause significant disruption of schedule, increased cost, or fail to
meet performance goals. Risk may be unacceptable even with special efforts.
31
---
4) Review and Selection Process: The evaluation described above will generally
result in proposals being placed in one of the three categories below:
i. High Recommended: Proposals are recommended for acceptance if
sufficient funding is available, and normally are displaced only by other
Highly Recommended proposals
ii. Selectable: Proposals are recommended for acceptance if sufficient funding
is available, but at a lower priority than Highly Recommended proposals.
May require additional development. To ensure a diversity of approaches, a
Selectable proposal may be prioritized over a Highly Recommended
proposal if the Selectable proposal presents a unique approach unlike any of
the Highly Recommended proposals.
iii. Not Selectable: Even if sufficient funding existed, the proposal should not
be funded.
3. AWARD ADMINISTRATION INFORMATION:
a. Award Notices (White Papers): Offerors of those white papers found to be consistent
with the intent of the Open BAA may be invited to submit a technical and cost proposal.
Notification by email or letter will be forwarded by the Government. Such invitation does
not assure the submitting offeror will be awarded a contract. Offerors of those white
papers not selected for further consideration will be notified. Prospective offerors are
advised that only CO are legally authorized to commit the Government. Offerors may
request status of their white paper no earlier than 60 calendar days after submission.
b. Award Notices (Full proposals): Offerors will be notified whether their proposal is
recommended for award after evaluation of the proposal. The notification is not to be
construed to mean the award of a contract is assured, as availability of funds and
successful negotiations are prerequisites to any award.
VII. TWO-STEP BAA WITH CALLS
Periodically, Calls may be issued in sam.gov or grants.gov under FA8651-22-S-0001 to request
white paper and/or proposals for Air Delivered effects topic areas. The requests for white papers
and/or proposals are transmitted via Calls that are published separately from the basic BAA at
various times during the open period of the basic BAA. The Calls may request white papers or full
proposals for the specific topic areas. The Calls may also include specific terms that apply to that
Call such as further technical details and any other applicable information. Typically, proposals or
white papers are submitted only when Calls to the basic BAA request them.
Subsequent Calls may contain specific objectives of the topic area to be addressed, anticipated
period of performance, information peculiar to the topic area, and the expected dollar range for
proposals received under the Call. Proposals in response to the Call will be accepted as specified
in the actual Call. Offeror’s are advised that Adequate Price Competition may be applicable to
Calls issued against the BAA. The same technical and cost/price evaluation criteria may apply to
32
---
proposals submitted in response to calls as referenced in VI 2.
1. PROPOSAL SUBMISSION INFORMATION
a. Content and Form of Submission of Proposals: Proposal format, due dates and
times will be specified in each Call. Proposals received after the due date and time
specified in the Call shall be governed by the provisions of FAR 52.215-1(c)(3).
Offerors must monitor sam.gov and grants.gov in the event this announcement is
amended or Calls are issued. Offerors must monitor these systems to ensure they
receive the maximum proposal preparation time for subsequent amendments as this
is the official notification vehicle to request proposals.
b. Communications: The type of communication with industry is dependent upon the
specificity or lack of specificity of the requirements as identified in the technical
objectives stated in the BAA. For less definitive requirements, more consideration
should be given to one-on-one meetings between the acquisition team and potential
offerors. Conversely, the more definitive the requirement the more formal the
communication. Prospective offerors may contact the technical points of contact to
verify interest in the effort to be proposed prior to committing any resources to the
preparation of any proposals in response to a Call under this announcement.
Discussions shall not include content or rating information of other offeror's
proposals or White Papers. Discussions with the points of contact shall not
constitute a commitment by the Government to subsequently fund or award any
proposed effort. Questions outside the scope of the technical focal point, such as
contract terms or conditions, or projected award schedule, should be referred to the
CO. Only COs are legally authorized to commit the Government.
c. Funding Restrictions: The cost of preparing proposals in response to this
announcement is not considered an allowable direct charge to any resulting
contract or any other contract, but may be an allowable expense to the normal bid
and proposal indirect cost specified in FAR 31.205-18. Incurring pre-award costs
for ASSISTANCE INSTRUMENTS ONLY are regulated by 2 CFR 200.458.
2. PROPOSAL REVIEW INFORMATION:
a. The technical and cost/price evaluation criteria found in Section VI 2 c, 2-Step
Open BAA Section/Proposal Evaluation Criteria/Technical and Cost/Price Criteria,
may also apply to proposals submitted in response to specific Calls.
b. Proposal Risk Assessment: Technical, cost, and schedule risk will be assessed in
the application of the referenced evaluation criteria. Proposal risk relates to risk
identification and assessment as it relates to accomplishing the proposed effort.
Tradeoffs of assessed risk will be weighed against potential scientific benefit.
Schedule risk is determined by examining offerors' proposed labor hours, labor
categories, materials, and/or other cost elements as they relate to completing the
efforts within the proposed periods of performance.
33
---
c. Proprietary Proposal Information Protection: It is the policy of AFRL/RW to treat
all proposals as privileged information, and to disclose the contents only for the
purposes of evaluation. Those selected as a result of initial review will be subject
to an extensive evaluation by highly qualified Government scientists. Offerors
must indicate limitations, if any, to be placed on disclosure of proposal
information. Offerors should note, proposal information incorporated into a
resulting contract, if any, may be subject to release under the Freedom of
Information Act.
VIII. TERMS APPLICABLE TO ALL BAA AWARDS:
1. Administrative and National Policy Requirements: Depending on the work to be
performed, the offeror may require a classified facility clearance and safeguarding
capability; therefore, personnel identified for assignment to a classified effort must be
cleared for access to information at the equivalent level of security at the time of
award. In addition, the offeror may be required to have, or have access to, a certified
and Government-approved facility to support work under this BAA. Data subject to
export control constraints may be involved and only firms holding certification under
the US/Canada Joint Certification Program (JCP)
https://public.logisticsinformationservice.dla.mil/jcp/search.aspx
2. Reporting: Contractors should expect any contract or assistance instrument resulting
from this BAA would contain the requirement to provide various types of periodic
and final technical reports, and possibly cost and other reports.
3. Data Rights/Software Assertions: It is anticipated that all data/software delivered
under any resulting award will be delivered with unlimited rights; however different
rights may be negotiated, as appropriate. The contractor shall identify data
rights/software assertions in accordance with DFARS 227.7103-3 and/or 227.7203-3,
licenses, patents, etc. that apply to any proprietary materials, technical data, products,
software, or processes to be used by the prime or subcontractor(s) in the performance of
this effort; and shall address acquisition of data rights or licenses, or expected
recoupment of development costs for those proprietary items that will be integral to
any contracts awarded under this BAA.
4. Occupational Safety and Health (OSHA): If required as a part of a resulting contract
from this BAA, AFFARS 5352.223-9001 (Oct 2019) mandates that adequate health
and safety requirements be identified in the contract. Contractors can gain more
information regarding OSHA at https://www.osha.gov/.
IX. AGENCY CONTACTS
1. Questions of a technical nature shall be directed to the technical point of contact listed in
each applicable Research Area.
34
---
2. Questions of a contractual/business nature shall be directed to the RWK BAA monitors:
Ms. Amy Fortenberry
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-3657
Email: amy.fortenberry.1@us.af.mil
Mr. Shaun Williams
203 West Eglin Blvd
Bldg 300, Rm 112
Eglin AFB, FL 32542-6810
Phone: (850) 882-4296
Email: shaun.williams.8@us.af.mil
3. Any correspondence shall reference the BAA number and title and research area in the
Subject Line.
4. In accordance with AFFARS 5301.9103 (Oct 2019), an Ombudsman has been appointed
to hear and facilitate the resolution of concerns from offerors, potential offerors, and
others for this acquisition announcement. Before consulting with an ombudsman,
interested parties must first address their concerns, issues, disagreements, and/or
recommendations to the Contracting Officer listed above for resolution. AFFARS
5352.201-9101, Ombudsman will be incorporated into all contracts awarded under this
BAA. The Ombudsman is as follows:
Mr. Mark Adams
Director of Contracting, AFRL/PK
Air Force Research Laboratory Phone: (937) 904-4407
Email: mark.adams.1@us.af.mil
5. The BAA Guide for Industry is located at:
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%202020.pdf?
ver=7AivkWvoUoptKgypgCuIvw%3D%3D
X. OTHER INFORMATION PERTINENT TO AWARD OF CONTRACTS AND/OR
ASSISTANCE INSTRUMENTS
1. Support Contractors: The AFRL/RW has entered into contracts with support contractors.
Support contractors may support, advise, and assist Government employees with
reviewing and evaluating white paper/formal proposals. These contractors have signed
general non-disclosure agreements and organizational conflict of interest statements. Any
objection to support contractor access must be in writing to the CO and shall include a
detailed statement of the basis for the objection.
35
---
2. Communication: Dialogue between prospective offerors and Government representatives
is encouraged until submission of proposals. Discussions with any of the points of contact
shall not constitute a commitment by the Government to subsequently fund or award any
proposed effort. Only COs are legally authorized to commit the Government.
3. Debriefings (Proposals Only): When requested, a debriefing will be provided. The
debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the
debriefing content may vary to be consistent with the procedures that govern BAAs (FAR
35.016).
4. Wide Area WorkFlow Notice: Any contract award resulting from this announcement will
contain the clause DFARS 252.232-7003, Electronic Submission of Payment Requests
and Receiving Reports (Dec 2018), which requires electronic submission of all payment
requests. Contractors will be required to set up an account with Wide Area Workflow
through the Procurement Integrated Enterprise Environment (PIEE).
5. Item Identification and Valuation: Any contract award resulting from this announcement
may contain the clause at DFARS 252.211-7003, Item Unique Identification and
Valuation (Mar 2016), which requires unique item identification and valuation of any
deliverable item for which the Government's unit acquisition cost is $5,000 or more;
subassemblies, components, and parts embedded within an item valued at $5,000 or
more; or items for which the Government's unit acquisition cost is less than $5,000 when
determined necessary by the requiring activity for serially managed, mission essential, or
controlled inventory. The contract will also include DFARS 252.211-7007, Reporting of
Government-Furnished Property (Aug 2012).
6. Forward Pricing Rate Agreements/Recommendations (FPRA/FPRR): If formal proposals
are requested, offerors with FPRAs and FPRRs should submit them with their proposals.
7. Pre-Award Clearance: Pursuant to FAR 22.805, a pre-award clearance must be obtained
from the U.S. Department Of Labor, Employment Standards Administration, Office Of
Federal Contract Compliance Program's (OFCCP) prior to award of a contract (or
subcontract) of $10,000,000 or more unless the contractor is listed in OFCCP's National
Preaward Registry https://www.dol.gov/agencies/ofccp/pre-award. Award may be
delayed if an offeror is not currently listed in the registry and the CO must request a pre-
award clearance from the OFCCP.
8. Limitations on Pass-Through Charges: Any contract award resulting from this
announcement may contain the clause at FAR 52.215-23, Limitations on Pass-Through
Charges (Jun 2020), which requires the contractor to identify in its proposal the
percentage of effort to be performed by the prime contractor and the percentage expected
to be performed by each subcontractor.
9. Associate Contractor Agreements: Associate Contractor Agreements (ACAs) are
agreements between contractors working on Government contract projects that specify
requirements for them to share information, data, technical knowledge, expertise, or
36
---
resources. The CO may require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly participate in working on
contracts or projects. Prime contractor to subcontractor relationships do not constitute
ACAs. For each award, the CO will identify associate contractors with whom agreements
are required.
10. Post-Award Small Business Program Re-representation: Any contract above the micro-
purchase threshold resulting from this announcement may contain the clause at FAR
52.219-28, Post-Award Small Business Program Representation (Sep 2021), which
requires a contractor to re-represent its size status when certain conditions apply.
11. Employment Eligibility Verification: Any contract above the Simplified Acquisition
Threshold and containing a period of performance of more than 120 days resulting from
this announcement may contain the clause at FAR 52.222-54, Employment Eligibility
Verification (Nov 2021). This clause provides the requirement of contractors to enroll as
a Federal Contractor in the E-Verify program within 30 days after contract award.
12. Reporting Executive Compensation and First-Tier Sub-contract/Sub-recipient Awards:
Any contract award resulting from this announcement may contain the clause at FAR
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun
2020). Any grant or agreement award resulting from this announcement may contain the
award term set forth in 2 CFR, Appendix A to Part 25 https://www.ecfr.gov/current/title-
2/subtitle-A/chapter-I/part-25
13. Updates of Publicly Available Information Regarding Responsibility Matters: Any
contract or assistance award that exceeds $600,000.00; when an offeror checked "has" in
paragraph (b) of the provision FAR 52.209-7, shall contain the clause/article, FAR
52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters
(Oct 2018).
14. Contractor Business Systems: DFARS 252.242-7005, Contractor Business Systems (Feb
2012), is hereby incorporated by reference.
15. Any award resulting from this announcement will contain a requirement for notifying the
awardee that the Government and select support contractors may be required to evaluate
certain elements of the proposal.
16. Provisions of the Federal Acquisition Regulation may be accessed electronically at this
address: https://www.acquisition.gov/
17. System for Award Management (SAM) Registration: Offerors must be registered in the
SAM database to receive a contract award, and remain registered during performance and
through final payment of any contract or agreement. Offerors who are not already
registered should consider applying for registration before submitting a proposal.
Processing time for registration in SAM, which normally takes 48 hours, should be taken
into consideration when registering. The provision at FAR 52.204-7, System for Award
37
---
Management (SAM) (Oct 2018), applies. The Government shall obtain the contractor’s
annual FAR/DFARS Representations and Certifications (i.e., Reps & Certs) directly from
the SAM repository upon submission of the contractor’s proposal. It is incumbent upon
the contractor to keep their SAM Reps & Certs up to date on an annual basis. Subsequent
award will not occur unless the contractor’s Reps & Certs are current.
18. Federal Awardee Performance and Integrity Information System (FAPIIS): Before
awarding a contract in excess of the simplified acquisition threshold, the CO shall review
the performance and integrity information available in the FAPIIS (available at
https://cpars.gov), including FAPIIS information from the SAM exclusions and the
Contractor Performance Assessment Reporting System (CPARS).
19. Government Approved Accounting System: An offeror must have a Government-
approved accounting system prior to award of a cost-reimbursement contract per
limitations set forth in FAR 16.301-3(a) to ensure the system is adequate for determining
costs applicable to the contract. The acceptability of an accounting system is determined
based upon an audit performed by the Defense Contract Audit Agency (DCAA).
20. Collection of Data Concerning Women in STEM under DoD Grants and Cooperative
Agreements: To evaluate compliance with Title IX of the Education Amendments of
1972 (20 U.S.C. A§1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information, for grants and cooperative agreements, to be able
to assess the success rates of women who are proposed for key roles in applications in
STEM disciplines. To enable this assessment, each application must include the
following forms completed as indicated:
a. Research and Related Senior/Key Person Profile (Expanded): The Degree Type and
Degree Year fields on the Research and Related Senior/Key Person Profile
(Expanded) form will be used by DoD as the source of career information. In addition
to the required fields on the form, applicants must complete these two fields for
individuals that are identified as having the project role of PD/PI or Co-PD/PI on the
form. Additional senior/key persons can be added by selecting the “Next Person”
button.
b. Research and Related Personal Data Project Director/Principal Investigator and Co-
Project Director(s)/Co-Principal Investigator(s): This form will be used by DoD as
the source of demographic information, such as gender, race, ethnicity, and disability
information for the Project Director/Principal Investigator and all other persons
identified as Co-Project Director(s)/Co-Principal Investigator(s). Each application
must include this form with the name fields of the Project Director/Principal
Investigator and any Co-Project Director(s)/Co-Principal Investigator(s) completed;
however, provision of the demographic information in the form is voluntary. If
completing the form for multiple individuals, each Co-Project Director/Co-Principal
Investigator can be added by selecting the “Next Person” button. The demographic
information, if provided, will be used for statistical purposes only and will not be
made available to merit reviewers. Applicants who do not wish to provide some or all
38
---
of the information should check or select the “Do not wish to provide” option.
c. DISTRIBUTION A. Approved for public release, distribution unlimited. (AFRL-
2022-0309).
d. Place of Performance: TBD United States
Attachment 1: Section K Representations and Certifications
39
---
FA8651-22-S-0001 Air Delivered Effects BAA Atch 1 Section K
SECTION K REPS AND CERTS
52.204-05 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (OCT 2014)
52.204-07 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-08 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (SEP 2021)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG
2020)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020)
52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD
OFFICIALS (NOV 2011)
252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY
2021)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION
CONTROLS (OCT 2016)
252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE
TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION
(MAY 2021)
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV
2020)
252.225-7010 COMMERCIAL DERIVATIVE MILITARY ARTICLE--SPECIALTY METALS
COMPLIANCE CERTIFICATE (JUL 2009)
252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE
RESTRICTIONS (JAN 2011)
---
SF 424
The document you are trying to load requires Adobe Reader 8 or higher. You may not have the
Adobe Reader installed or your viewing environment may not be properly configured to use
Adobe Reader.
For information on how to install Adobe Reader and configure your viewing environment please
see http://www.adobe.com/go/pdf_forms_configure.
---
Section K_FA8651-22-S-0001 March 2024
SECTION K
52.204-05 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (OCT 2014)
52.204-07 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.204-08 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2023)
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG
2020)
52.204-22 ALTERNATIVE LINE-ITEM PROPOSAL (JAN 2017)
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICS-
REPRESENTATION (OCT 2020)
52.204-27 PROHIBITION ON A BYTEDANCE COVERED APPLICATION (JUN 2023)
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD
OFFICIALS (SEP 2022)
252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (Nov
2023)
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION
CONTROLS (OCT 2016)
252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES-
REPRESENTATION (DEC 2019)
252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE
TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION
(MAY 2021)
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV
2023)
252.204-7024 NOTICE ON THE USE OF THE SUPPLIER PERFORMANCE RISK SYSTEM (MAR
2023)
---
252.225-7010 COMMERCIAL DERIVATIVE MILITARY ARTICLE--SPECIALTY METALS
COMPLIANCE CERTIFICATE (JUL 2009)
252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE
RESTRICTIONS (JAN 2023)
---
Security Program Questionnaire
SECURITY PROGRAM QUESTIONNAIRE
Objective: This questionnaire is used to review the security program and practices of the
institutions receiving research funding.
Intended Audience/User: Completed by Contractor/Recipient; reviewed by S&T Protection
Lead.
Date Submitted:
Applicant Name:
Cage Code/SCL and level (if applicable):
Completed by Name:
Position/Title:
1. What are your physical security plans?
2. What information security processes are in place?
3. Where will information for this effort be stored? (examples: computers, cloud, file cabinets,
etc.)
4. What procedures are in place for transmission/transportation of information for this effort?
5. What procedures are in place for disposal and destruction of information for this effort?
6. What procedures are in place for reproduction of information for this effort?
7. What safeguards are in place for personnel who can access information for this effort?
8. What is the plan for safeguarding GFE/GFI?
9. What procedures are in place for cybersecurity or network protection?
10. What operations security processes are in place to prevent adversaries’ access to information
for this effort or actions that would compromise your projects?
11. What processes are in place to deter, detect, and mitigate actions of insider threat?
12. What procedures are in place to handle if information for this effort is compromised?
13. Are you willing to provide AFRL S&T Protection training to all personnel with access
annually?
Additional comments:
---
Solicitation Appendix 1 - SF424_Amend 6_Mar2025
OMB Number: 4040-0004
Expiration Date: 12/31/2022
Application for Federal Assistance SF-424
1. Type of Submission: 2. Type of Application: * If Revision, select appropriate letter(s):
Preapplication New
Application Continuation * Other (Specify):
Changed/Corrected Application Revision
* 3. Date Received: 4. Applicant Identifier:
Completed by Grants.gov upon submission.
5a. Federal Entity Identifier: 5b. Federal Award Identifier:
State Use Only:
6. Date Received by State: 7. State Application Identifier:
8. APPLICANT INFORMATION:
* a. Legal Name:
b. Employer/Taxpayer Identification Number (EIN/TIN): c. Organizational DUNS:
d. Address:
* Street1:
Street2:
* City:
County/Parish:
* State:
Province:
* Country: USA: UNITED STATES
* Zip / Postal Code:
e. Organizational Unit:
Department Name: Division Name:
f. Name and contact information of person to be contacted on matters involving this application:
Prefix: * First Name:
Middle Name:
* Last Name:
Suffix:
Title:
Organizational Affiliation:
* Telephone Number: Fax Number:
* Email:
---
Application for Federal Assistance SF-424
* 9. Type of Applicant 1: Select Applicant Type:
Type of Applicant 2: Select Applicant Type:
Type of Applicant 3: Select Applicant Type:
* Other (specify):
* 10. Name of Federal Agency:
11. Catalog of Federal Domestic Assistance Number:
CFDA Title:
* 12. Funding Opportunity Number:
* Title:
13. Competition Identification Number:
Title:
14. Areas Affected by Project (Cities, Counties, States, etc.):
Add Attachment Delete Attachment View Attachment
* 15. Descriptive Title of Applicant's Project:
Attach supporting documents as specified in agency instructions.
Add Attachments Delete Attachments View Attachments
---
Application for Federal Assistance SF-424
16. Congressional Districts Of:
a. Applicant b. Program/Project
Attach an additional list of Program/Project Congressional Districts if needed.
Add Attachment Delete Attachment View Attachment
17. Proposed Project:
a. Start Date: b. End Date:
18. Estimated Funding ($):
* a. Federal
* b. Applicant
* c. State
* d. Local
* e. Other
* f. Program Income
* g. TOTAL
* 19. Is Application Subject to Review By State Under Executive Order 12372 Process?
a. This application was made available to the State under the Executive Order 12372 Process for review on .
b. Program is subject to E.O. 12372 but has not been selected by the State for review.
c. Program is not covered by E.O. 12372.
* 20. Is the Applicant Delinquent On Any Federal Debt? (If "Yes," provide explanation in attachment.)
Yes No
If "Yes", provide explanation and attach
Add Attachment Delete Attachment View Attachment
21. By signing this application, I certify (1) to the statements contained in the list of certifications* and (2) that the statements
herein are true, complete and accurate to the best of my knowledge. I also provide the required assurances** and agree to
comply with any resulting terms if I accept an award. 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)
** I AGREE
** The list of certifications and assurances, or an internet site where you may obtain this list, is contained in the announcement or agency
specific instructions.
Authorized Representative:
Prefix: * First Name:
Middle Name:
* Last Name:
Suffix:
* Title:
* Telephone Number: Fax Number:
* Email:
Signature of Authorized Representative: Completed by Grants.gov upon submission. Date Signed: Completed by Grants.gov upon submission.
---
Solicitation Appendix 2 - Security Program Questionnaire_Amd 6
SECURITY PROGRAM QUESTIONNAIRE
Objective: This questionnaire is used to review the security program and practices of the institutions receiving research funding.
Intended Audience/User: Completed by Contractor/Recipient; reviewed by S&T Protection Lead.
Date Submitted:
Applicant Name:
Cage Code/SCL and level (if applicable):
Completed by Name:
Position/Title:
- What are your physical security plans?
- What information security processes are in place?
- Where will information for this effort be stored? (examples: computers, cloud, file cabinets, etc.)
- What procedures are in place for transmission/transportation of information for this effort?
- What procedures are in place for disposal and destruction of information for this effort?
- What procedures are in place for reproduction of information for this effort?
- What safeguards are in place for personnel who can access information for this effort?
- What is the plan for safeguarding GFE/GFI?
- What procedures are in place for cybersecurity or network protection?
- What operations security processes are in place to prevent adversaries’ access to information for this effort or actions that would compromise your projects?
- What processes are in place to deter, detect, and mitigate actions of insider threat?
- What procedures are in place to handle if information for this effort is compromised?
- Are you willing to provide AFRL S&T Protection training to all personnel with access annually?
Additional comments:
---
Solicitation Appendix 3 - Research_RelatedSenior_KeyPersonWS
Research and Related Senior and Key Person Profile Worksheet
Profile – Project Director / Principal Investigator
* First Name:
Middle Name:
* Last Name:
Suffix:
* Position / Title:
Department:
* Organization Name:
Division:
Phone Number:
* Email Address:
LinkedIn Profile:
* Project Role:
Other Project Role:
Profile – Senior / Key Person 1
* First Name:
Middle Name:
* Last Name:
Suffix:
* Position / Title:
Department:
* Organization Name:
Division:
Phone Number:
* Email Address:
LinkedIn Profile:
* Project Role:
Other Project Role:
* Required Item
---
Research and Related Senior / Key Person Profile – FAR-Based Contracts
Profile – Senior / Key Person 2
* First Name:
Middle Name:
* Last Name:
Suffix:
* Position / Title:
Department:
* Organization Name:
Division:
Phone Number:
* Email Address:
LinkedIn Profile:
* Project Role:
Other Project Role:
Profile – Senior / Key Person 3
* First Name:
Middle Name:
* Last Name:
Suffix:
* Position / Title:
Department:
* Organization Name:
Division:
Phone Number:
* Email Address:
LinkedIn Profile:
* Project Role:
Other Project Role:
* Required Item
---
Research and Related Senior / Key Person Profile – FAR-Based Contracts
Profile – Senior / Key Person 4
* First Name:
Middle Name:
* Last Name:
Suffix:
* Position / Title:
Department:
* Organization Name:
Division:
Phone Number:
* Email Address:
LinkedIn Profile:
* Project Role:
Other Project Role:
Profile – Senior / Key Person 5
* First Name:
Middle Name:
* Last Name:
Suffix:
* Position / Title:
Department:
* Organization Name:
Division:
Phone Number:
* Email Address:
LinkedIn Profile:
* Project Role:
Other Project Role:
* Required Item
---
Solicitation Appendix 4 - AFRL_Privacy_Act_Covered_Individuals
Privacy Act Statement
Air Force Research Laboratory
Authority: Government Paperwork Elimination Act (Pub. L. 105-277, 44 U.S.C. 3504); Executive Order
12372, Intergovernmental review of Federal Programs (47 FR 30959); 42 U.S. Code § 6605 – Disclosure
of funding sources in applications for Federal research and development awards; Public Law 117-167,
CHIPS and Science Act; Public Law 116-92, National Defense Authorization Act for Fiscal Year 2020;
Public Law 116-283, National Defense Authorization Act for Fiscal Year 2021; 5 U.S.C. 9101, Access to
Criminal History for National Security and Other Purposes 5 CFR §1320.8, Agency collection of
information Responsibility; 18 U.S.C. § 1001, False Statements, Concealment; E.O. 13478, Amendments
to Executive Order 9397 Related to Federal Use of social Security Numbers; NSPM-33, National Security
Presidential Memorandum 33 on National Security for United States Research and Development; DoD-D
5240.01, DoD Intelligence Activities; DoDI 5200.02, Department of Defense Personnel Security
Program; DODI 5205.87 Mitigating Risks Related to Foreign Ownership, Control, or Influence for
Covered DOD Contractors and Subcontractors; Air Force Research Laboratory Instruction 61-113,
Science and Technology Protection for the Air Force Research Laboratory;
Purpose: The information collected may be used in processing, investigating, and maintaining records
relevant to Federal Grants, Cooperative Agreements, Contracts, Other Transaction Agreements or other
research related agreements awarded by the Department of the Air Force. Records in these systems will
be used to ensure Department of the Air Force sponsored and/or awarded federal grants, cooperative
agreements, contracts, Other Transaction Agreements and/or benefits are awarded to responsible parties,
entities, and individuals.
Routine Uses: To contractors, grantees, experts, consultants, students, and others performing or working
on a contract, grant, cooperative agreement, other transaction or other assignment for the Federal
Government when necessary to accomplish an agency function.
To the appropriate Federal, State, local, territorial, tribal, foreign, or international law enforcement
authority or other appropriate entity where a record, either alone or in conjunction with other information,
indicates a violation or potential violation of law, whether criminal, civil, or regulatory in nature.
DoD Blanket Routine Use (http://dpcld.defense.gov/privacy)
Effect of not providing information: Providing information to the Department of the Air Force is
voluntary. However, 42 U.S. Code § 6605, which imposes certain disclosure requirements in connection
with Federal research and development awards, provides various enforcement mechanisms for non-
compliance to include civil or criminal remedies. One such mechanism, which the Department of the Air
Force intends to pursue here, is rejection of such applications.
Proposal Title: ____________________________
Acknowledgment of consent:
Covered individual (Signature): ______________________________ Date: ___________
Covered individual (Name print): ______________________________
Institution’s Authorized Representative (Signature): _______________________ Date: ___________
Institution’s Authorized Representative (Name print): ______________________________
Institution Name: _______________________________
Ready to apply for Air Delivered Effects?
Grantable helps you assess fit, draft narratives, and track deadlines — so you can submit stronger applications, faster.