Air Force -- Research Lab logo

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

Air Force -- Research Lab

Funding Amount

$6,000,000 total

Deadline

May 11, 2026

33 days left

Grant Type

federal

Overview

Collaboration for Innovative Research on Aircraft Structure (CIRAS)

Collaboration for Innovative Research on Aircraft Structure (CIRAS) The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation, specifically in the following areas: Innovative structural concepts for reducing weight and/or improving performance Generation of realistic load and environmental spectra Advanced structural design and analysis methods Advanced techniques for experimental validation of structural models and simulations

Details

  • Agency: Air Force -- Research Lab
  • Department: Department of Defense
  • Opportunity #: FA865021S2205
  • Total Funding: $6,000,000
  • Instrument: cooperative_agreement;procurement_contract

Eligibility

Eligible Applicant Types

unrestricted

How to Apply

Attch 1 - CIRAS - SOO

Attachment 1
STATEMENT OF OBJECTIVES (SOO)
Collaborations for Innovative Research on Aircraft Structure (CIRAS) Two-Step Open BAA with
CALLS
I. Background
The Aerospace Vehicles Division (RQV), Aerospace Systems Directorate (RQ), Air Force Research
Laboratory (AFRL), is soliciting research in aircraft structural design, analysis, and experimentation,
specifically in the following areas:
1. Innovative structural concepts including, but limited to, multi-functional structure, and
morphing structure;
2. Methods for generating and validating realistic load/environment spectra combining
maneuver loads, dynamic loads, and environmental factors (temperature, humidity, chemical,
etc.);
3. Advanced design, modeling and simulation methods to design, optimize, and subsequently
predict the performance of aircraft structure;
4. Methods for validating structural design, models, and simulations.
The goal of this research is to pioneer transformative aircraft structural technologies and develop the
aerospace structures research and development workforce experitise for government and industry.
The research will provide the warfighters with a decisive advantage and to strengthen the availability
of research and development (R&D) workforce expertise that will continue developing transformative
technologies within the government and industry.
II.Description of Effort
Technical topics of interest include fundamental research in the public domain concerning the following
research areas, including but not limited to, the following subtopics:
1. Innovative structural concepts for reducing weight and/or improving performance;
a. Embedding antennas, sensors, batteries, capacitors, or computers into load-bearing
structure;
b. Structures that change shape to effect control of aircraft maneuvers, aeroelastic
response, flutter, etc.;
c. Improved structural joining concepts;
d. Impact of advanced materials and manufacturing methods such as hierarchically
structured materials.
2. Generation of realistic load and environmental spectra;
a. Methods that consider maneuver, dynamic, and aeroelastic loads into a single load
spectrum over the life of an aircraft;
b. Creation of environmental spectra that describe thermal and chemical conditions and
can be time sequenced with mechanical load spectra.
3. Advanced structural design and analysis methods;
a. Design structure that efficiently satisfies multiple requirements and optimizes the
structure;
Page 1 of 2

---

Attachment 1
b. Model complex structure responses to mechanical and environmental loading,
including the service life of an aircraft;
i. Aeroelastic and dynamic responses;
ii. Quasi-static and cyclic progressive damage, fail safe damage arrest, and impact
damage in composite structures;
iii. Fatigue crack initiation and growth, fail safe damage arrest, and buckling in
metallic structure;
iv. Effects of coefficient of thermal expansion mismatch on hybrid composite/metal
structure.
4. Advanced techniques for experimental validation of structural models and simulations;
a. Quantitative correlation of full field measurements with the results from structural
models;
b. Quantification of uncertainty in experimental data and model results, and the impact
on validation;
c. Innovative testing and measurement techniques.
III.Deliverables
See Contract Data Requirements List (CDRLs), Attachment 2 of the Broad Agency Announcement
(BAA) for possible delivery items. The attached CDRL document is an example for planning purposes
and each resulting award shall have its own tailored CDRL package.
IV.OPSEC
Operations Security (OPSEC) must be an integral part of our daily activities. As we maintain security
on our future technologies that are vital to national interest, we must recognize and prepare for the threat
poised against our technology. Department of Defense policies mandate a high degree of security
throughout the acquisition process. However, heightened security awareness and threat-based
countermeasures are particularly essential during the research and development phase when our
technology is most vulnerable to espionage, sabotage, or exploitation. It is the obligation of each
employee or persons involved on this agreement to be constantly aware of and strictly adhere to security
requirements designed to protect sensitive unclassified and other information and resources produced by
acquisition, research and development, and technological security efforts outlined in this SOO. The
recipient shall ensure employees receive training and follow appropriate Operations Security (OPSEC)
measures during the performance of the agreement.
Page 2 of 2

---

Attch 10 - CIRAS - Model Assistance Instrument

Grant/Cooperative Agreement Award
1. AWARD NO. 2. EFFECTIVE DATE 3. PURCHASE REQUEST NO. 4. CFDA NO. PAGE OF
FA8650-21-2-2206 See Block 16 1 2
5. ISSUE BY AFRL/RQKPC CODE FA8650 6. AWARDED TO CAGE CODE 7. AUTHORITY
USAF/AFMC
AFRL WRIGHT RESEARCH SITE
2130 EIGHTH STREET, BUILDING 45
8. PERIOD OF PERFORMANCE
WRIGHT-PATTERSON AFB OH 45433-7541
JOYCELYN M. ROUX 937-713-9975
joycelyn.roux@us.af.mil
9. SCOPE / AGREEMENT TERMS
MODEL
10. RECIPIENT PRINCIPAL INVESTIGATOR 11. OTHER SPONSORING AGENCY(S)
12. ADMINISTRATIVE OFFICE CODE 13. PAYING OFFICE CODE: 14 STAFF JUDGE ADVOCATE OFFICE
15. GOVT PROGRAM MANAGER (Name, Org, Tel, Email)
16. ALLOCATED FUNDING: The following funds with associated Accounting Classification reference number(s) (ACRNs) are allotted to this agreement:
ACRN FUND CITATION(s) AMOUNT
SPECIAL INS TRUCTIONS: PAYMENT WILL BE MADE BY ELECTRONIC FUNDS TRANSFER.
PAYING OFFICE INSTRUCTIONS:
PAYMENT SCHEDULE (if applicable):
17. TOTAL FUNDS OBLIGATED Government Share Recipient Share Total 18 INVOICE INSTRUCTION
$0.00 $0.00 $0.00
19. AMOUNT OF AWARD Government Share Recipient Share Total
$0.00 $0.00 $0.00
20. OPTIONS Government Share Recipient Share Total 21. PERIOD
FOR THE RECIPIENT FOR THE UNITED STATES OF AMERICA
22. SIGNATURE 23. SIGNATURE
24. NAME AND TITLE 25. DATE SIGNED 26. NAME AND TITLE 27. DATE SIGNED
GRANTS OFFICER
ConWrite Version 7.4.0.0
Created 29 Jan 2021 11:06 AM

---

ATTACHMENTS PGS DATE TITLE
ATTACHMENT 1 22 29 JAN 2021 GRANT AND COOPERATIVE AGREEMENT
ARTICLES
PAGE 2 OF 2

---

ARTICLES
28 January 2021
TABLE OF CONTENTS
PART 1 ADMINISTRATIVE INFORMATION
1.00 ADMINISTRATIVE REQUIREMENTS AND ORDER OF PRECEDENCE
1.01 ADMINISTRATIVE RESPONSIBILITIES
1.02 DELEGATION OF ADMINISTRATION
PART 2 TERM
2.00 TERMINATION
2.01 TRAFFICKING IN PERSONS
2.02 ENFORCEMENT
2.03 MODIFICATIONS
PART 3 MANAGEMENT OF THE PROGRAM
3.00 TITLE TO PROPERTY
3.01 PROPERTY SYSTEM
3.02 SCOPE AND MANAGEMENT OF THE PROGRAM
3.03 BASE SUPPORT
3.04 RECIPIENT ACCESS TO AIR FORCE INSTALLATION
3.06 ACCESS TO USAF BASES, AFRL FACILITIES AND/OR U.S. GOVERNMENT INFORMATION
TECHNOLOGY NETWORKS
PART 4 FINANCIAL MATTERS
4.00 INCREMENTAL FUNDING
4.01 PAYMENT-REIMBURSEMENT-WAWF (ONR)
4.02 PAYMENT-REIMBURSEMENT-WAWF (DCMA)
4.05 PROGRAM INCOME-RESEARCH
4.06 COST PRINCIPLES
4.07STANDARDS FOR FINANCIAL MANAGEMENT
4.08 AUDIT REQUIREMENTS
4.09 RETENTION AND ACCESS TO RECORDS
4.10 REVISION OF BUDGETS AND PROGRAM PLANS
PART 5 CLAIMS, DISPUTES AND APPEALS
5.00 CLAIMS, DISPUTES, AND APPEALS
PART 6 INTELLECTUAL PROPERTY RIGHTS
6.00 INVENTIONS
6.01 DATA RIGHTS
PART 7 TECHNICAL AND FINANCIAL REPORTING
7.00 INTERIM PERFORMANCE REPORTS
7.01 FINANCIAL REPORTS- REIMBURSEMENT
7.02 PUBLISHING PROJECT RESULTS
7.03 FINAL PERFORMANCE REPORT
7.04 REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION
7.05 DISCLOSURE OF INFORMATION
7.06 REPORTING OF MATTERS RELATED TO RECIPIENT INTEGRITY AND PERFORMANCE
PART 8 MISCELLANEOUS PERFORMANCE ISSUES
8.00 PROCUREMENT SYSTEM
8.01 CLOSEOUT, ADJUSTMENT, CONTINUING RESPONSIBILITIES AND COLLECTION -
FA8650-21-2-XXXX Page 1

---

REIMBURSEMENT
8.02 USING TECHNICAL INFORMATION RESOURCES
8.03 SYSTEM FOR AWARD MANAGEMENT AND UNIVERSAL IDENTIFIER
REQUIREMENTS
PART 9 NATIONAL POLICY MATTERS AND ASSURANCES
9.00 MILITARY RECRUITING ON CAMPUS
9.01 U.S. FLAG CARRIERS
9.02 ASSURANCES
9.06 OFFICIALS NOT TO BENEFIT
9.10 SECTION 889
1.00 ADMINISTRATIVE REQUIREMENTS AND ORDER OF PRECEDENCE (MAR 2015)
(a) This award is governed by the guidance in 2 Code of Federal Regulations (CFR) part 200, "Uniform
Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards," as modified
and supplemented by the Department of Defense's (DoD) interim implementation found at 2 CFR part
1103, "Interim Grants and Cooperative Agreements Implementation of Guidance in 2 CFR part 200" (79
FR 76047, December 19, 2014), all of which are incorporated herein by reference. Provisions of Chapter
I, Subchapter C of Title 32, CFR, "DoD Grant and Agreement Regulations," other than parts 32 and 33,
continue to be in effect and are incorporated herein by reference, with applicability as stated in those
provisions.
(b) In the event of a conflict between the terms of this agreement and other governing documents, the
conflict shall be resolved by giving precedence in descending order as follows:
(1) Federal statutes
(2) Federal regulations
(3) 2 CFR part 200, as modified and supplemented by DoD's interim implementation found in 2 CFR
part 1103
(4) Award-specific terms and conditions
(5) Attachments to this award, if any
(c) In case of disagreement with any requirements of this award, the recipient shall contact the
grants officer in order to resolve the issue. The recipient shall not assess any costs to the award or accept
any payments until the issue is resolved.
1.01 ADMINISTRATIVE RESPONSIBILITIES (MAR 2015)
(a) Government Representatives are:
Grants Officer:
Grants Negotiator:
Government Program Manager:
Finance:
Grants Administration Office:
Paying Office:
FA8650-21-2-XXXX Page 2

---

1.02 DELEGATION OF ADMINISTRATION (MAR 2015)
The administrative duties listed below have been delegated to the grants administration office:
(a) During performance:
(1) Approve provisionally all Requests for Advance or Reimbursement (SF 270).
(2) Perform property administration.
(3) Perform plant clearance.
(4) Approve requests for Registration of Scientific and Technical Information Services
(DD Form1540).
(5) Perform cash management by reviewing quarterly Federal Financial Report (SF 425)
and, after conferring with the AFRL grants officer, make appropriate adjustments to predetermined
scheduled payments by modifying the agreement.
(b) Upon expiration of agreements:
(1) Obtain final payment request, if any.
(2) Obtain the final Federal Financial Report (SF 425).
(3) Obtain final property report and dispose of Government property on those assistance
awards containing residual Government Property.
(4) Perform a review of final incurred costs and assist the awarding grants officer in
resolving exceptions, if any, resulting from questioned costs.
(5) Perform cost sharing adjustments, if applicable.
(6) Assure that all refunds due the Government are received.
(7) Notify the grants officer when the final SF270 and/or SF425 indicates an unexpended
balance.
2.00 TERMINATION (MAR 2015)
(a) The grants officer may terminate this agreement by written notice to the recipient upon a finding that
the recipient has failed to comply with the material provisions of this agreement.
(b) Additionally, this agreement may be terminated by either party upon written notice to the
other party. Such written notice shall be preceded by consultation between the parties. If the recipient
initiates the termination, written notification shall be provided to the grants officer at least 30 days prior to
the requested effective date. The notification shall state the reasons for the termination, the requested
effective date, and, if a partial termination, the portion to be terminated. If the grants officer determines, in
the case of a partial termination, that the reduced or modified portion of the award will not accomplish the
purpose for which the award was made, the grants officer may terminate the award in its entirety.
(c) The Government and the recipient will negotiate in good faith an equitable reimbursement for
work performed toward accomplishment of program goals. The Government will allow full credit to the
recipient for the Government share of the obligations properly incurred by the recipient prior to
termination, and those non-cancelable obligations that remain after the termination. The cost principles
and procedures described in the article entitled "Cost Principles" shall govern all costs claimed, agreed to,
or determined under this article.
(d) If this agreement is incrementally funded, it may be terminated in the absence of additional
government funding as set forth in the article entitled Incremental Funding.
(e) In the event of a termination, the Government shall have a paid-up Government purpose
license in any subject invention, copyright work and data made or developed under this agreement.
(f) If this agreement is terminated, the Government has the rights identified in and the recipient
FA8650-21-2-XXXX Page 3

---

shall comply with the article entitled Closeout, Adjustments, Continuing Responsibilities and Collection.
(g) Notwithstanding the above, for security or safety reasons or in the case of a serious breach
that could lead to irreparable damage, the grants officer may order immediate suspension of work, in
whole or in part.
2.01 TRAFFICKING IN PERSONS (MAR 2015)
This award is subject to the requirements of section 106 (g) of the Trafficking Victims Protection Act of
2000 (22 U.S.C. 7104, as implemented by 2 CFR 175). If the recipient or any subawardee (i) engages in
severe forms of trafficking in persons or has procured a commercial sex act during that the period of time
of the grant or cooperative agreement is in effect or (ii) uses forced labor in the performance of the grant
or cooperative agreement, the Government shall be authorized to terminate the grant or cooperative
agreement without penalty.
2.02 ENFORCEMENT (MAR 2015)
In addition to the remedies identified in the article entitled Termination, the Government may use any of
the remedies identified in 2 CFR 200 § 338 when determined appropriate.
2.03 MODIFICATIONS (MAR 2015)
(a) Modifications to this agreement may be proposed by either party. Recipient recommendations for
any modifications to this agreement shall be submitted in writing to the Government program manager
before the desired effective date with a copy to the grants officer. The recipient shall detail the technical,
chronological, and financial impact of the proposed modification to the program. Changes are effective
only after the agreement has been modified. Only the grants officer has the authority to act on behalf of
the Government to modify this agreement. If the Government agrees to the proposed modification
without change, the grants officer may issue a modification unilaterally approving the request.
(b) The grants officer or administrative grants officer may unilaterally issue minor or
administrative agreement modifications (e.g., changes in the paying office or appropriation data, changes
to Government personnel identified in the agreement, etc).
3.00 TITLE TO PROPERTY (MAR 2015)
Unless otherwise stated in the Award, title to personal property acquired with agreement funds shall vest
in the recipient upon acquisition, except that supplies shall be managed in accordance with 2 CFR 200 §
314. Title to real property shall vest in the recipient subject to conditions contained in 2 CFR 200 §311.
The recipient shall dispose of real property in accordance with grants officer instructions issued pursuant
to 2 CFR 200 § 311.
3.01 PROPERTY SYSTEM (MAR 2015)
The recipient's property system shall meet the standards as set forth in 2 CFR 200 § 310 - 316.
3.02 SCOPE AND MANAGEMENT OF THE PROGRAM (MAR 2015)
(a) The Government and the recipient are bound to each other by a duty of good faith and best effort to
achieve the goals of this agreement. This agreement is not intended to be, nor shall it be construed as, by
implication or otherwise, a partnership, a corporation, or other business organization.
(b) The recipient shall perform a coordinated research and development program carried out in
accordance with the statement of work entitled, "TITLE", dated “DATE”. The recipient shall submit all
documentation required by Part 7, Technical and Financial Reporting.
(c) The recipient shall accomplish the overall management, including technical, programmatic, reporting,
financial and administrative matters, of the coordinated research program. The Government program
manager(s) may interact with the recipient to promote effective collaboration between the recipient and
the Government.
FA8650-21-2-XXXX Page 4

---

3.03 BASE SUPPORT (MAR 2015)
Base support shall be provided by the Government to the recipient in accordance with this article.
(a) Base support includes Government-controlled working space, material, equipment, services (including
automatic data processing), or other support (excluding use of the Defense Switched Network (DSN))
which the Government determines can be made available at, or through, any Air Force installation where
this agreement shall be performed.
(b) Following are installations where base support will be provided: _______________________.
3.04 RECIPIENT ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)
(a) The recipient shall obtain base identification and vehicle passes, if required, for all personnel who
make frequent visits to or perform work on the Air Force installation(s) cited in the assistance instrument.
Recipient personnel are required to wear or prominently display installation identification badges or
recipient-furnished, recipient identification badges while visiting or performing work on the installation.
(b) The recipient shall submit a written request on company letterhead to the grants officer listing the
following: assistance instrument number, location of work site, start and stop dates, and names of
employees and subcontractor employees needing access to the base. The letter will also specify the
individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The
grants officer will endorse the request and forward it to the issuing base pass and registration office or
Security Forces for processing. When reporting to the registration office, the authorized individual(s)
should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate, and
[insert any additional requirements to comply with local security procedures] to obtain a vehicle pass.
(c) During performance the recipient shall be responsible for obtaining required identification for newly
assigned personnel and for prompt return of credentials and vehicle passes for any employee who no
longer requires access to the work site.
(d) When work under this assistance instrument requires unescorted entry to controlled or restricted
areas, the recipient shall comply with [insert any additional requirements to comply with AFI 31-101,
Integrated Defense, and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security
Program] citing the appropriate paragraphs as applicable.
(e) Upon completion or termination of the assistance instrument or expiration of the identification passes,
the prime recipient shall ensure that all base identification passes issued to employees and subcontractor
employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
3.06 ACCESS TO USAF BASES, AFRL FACILITIES AND/OR U.S. GOVERNMENT INFORMATION
TECHNOLOGY NETWORKS (NOV 2016)
Recipient 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 agreement 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 must be granted in writing by the Grants Officer prior to providing access.
FA8650-21-2-XXXX Page 5

---

The above requirements are in addition to any other agreement requirements related to obtaining a
Common Access Card (CAC).
4.00 INCREMENTAL FUNDING (MAR 2015)
(a) In no event is the Government obligated to reimburse the recipient for expenditures in excess
of the total funds allotted by the Government to this agreement. The Government anticipates that from
time to time additional amounts will be allotted to this agreement by unilateral modification, until the total
Government share is fully funded.
(b) If additional funds are not made available, this agreement may be terminated pursuant to the
article entitled Termination. The recipient is not obligated to continue performance or otherwise incur
costs in excess of the amount then allotted to the agreement by the Government or, if this is a cost
sharing agreement, the amount then allotted by the Government to the agreement plus the recipient's
corresponding share, until the grants officer notifies the recipient in writing that the amount allotted by the
Government has been increased and specifies an increased amount, which shall then constitute the total
amount allotted by the Government to this agreement. When and to the extent that the amount allotted
by the Government to the agreement is increased, any costs the recipient incurs before the increase that
are in excess of the amount previously allotted by the Government or if this is a cost-sharing agreement,
the amount previously allotted by the Government to the agreement plus the recipient's corresponding
share, shall be allowable to the same extent as if incurred afterward, unless the grants officer issues a
termination or other notice and directs that the increase is solely to cover termination or other specified
expenses.
SELECT One article between 4.01 or 4.04 depending payment method of Reimbursement or
Advance and on Grant or Cooperative Agreement Administration Office. Delete the ones you do
not select.
4.01 PAYMENT-REIMBURSEMENT-WAWF (ONR) (MAR 2015)
(a) The recipient shall request payment by reimbursement by electronically submitting Standard Forms
(SF) 270, Requests for Advance or Reimbursement, through Wide Area Work Flow (WAWF),
https://wawf.eb.mil.
(b) The following codes will be required to route requests and emails correctly through WAWF. [Tailor
code information based on local procedures.]
AWARD NUMBER:
TYPE OF DOCUMENT: SF 270
CAGE CODE:
ISSUED BY DODAAC: FA ____
ADMIN DODAAC:
GOVERNMENT PROGRAM MANAGER:
SERVICE ACCEPTOR OFFICE DODAAC: FAXXXX
PAY OFFICE DODAAC:
APPROVAL OFFICE DODAAC:
SEND E-MAIL NOTIFICATIONS for completed SF 270:
(c) WAWF has been designated as the Department of Defense (DoD) standard for electronic invoicing
and payment. To facilitate this effort for universities and non-profit organizations with awards
administered by the Office of Naval Research (ONR) Regional Offices, DoD has established the ONR
Electronic Payment System (PayWeb), https://onronline.onr.navy.mil/payweb/, as an initial entry point to
WAWF. If the recipient participates in the PayWeb system, electronic requests for payment shall be
submitted to the Administrative Grants Officer (AGO) at the Administrative Office in Block ????? of the
award, using the standard PayWeb processes.
FA8650-21-2-XXXX Page 6

---

(d) Participation in the PayWeb system requires the recipient to obtain an External Certificate Authority
(ECA) certificate from an approved certificate authority for access. Operational Research Consultants
(ORC), http://www.eca.orc.com, and VeriSign, http://www.verisign.com/gov/ieca, are approved ECA
authorities. Questions or requests for technical assistance in implementing certificates should be
addressed to the Navy PKI Help Desk at 1-800-304-4636. The recipient shall contact the AGO at the
Administrative Office in Block ????? of the award for instructions to register and use WAWF/ PayWeb.
(e) Electronic submission of payment requests requires the recipient to register in WAWF and have the
appropriate CAGE code activated. The recipient's System for Award Management (SAM) Electronic
Business Point of Contact (EBPOC) is responsible for activating the CAGE code in WAWF by calling 1-
866-618-5988. Once the recipient's CAGE Code is activated, the CCR EBPOC will self-register in WAWF
and follow the instructions for a group administrator. ONR Regional Offices will assist in this process.
The ONR Regional Office is listed as the Administrative Office in Block ????? of the award.
(f) If the recipient does not participate in the ONR PayWeb system, payment requests may be
submitted electronically via WAWF. The recipient shall contact the AGO at the Administrative Office in
Block ????? of the award for instructions regarding registration in and use of WAWF.
(g) Recipients may also request reimbursement by submitting original SFs 270, Requests for Advance
or Reimbursement, to the Administrative Grants Officer (AGO) with a copy to the AFRL Grants/
Agreements Officer and AFRL Program Manager.
(h) Final payment will be made only after delivery and acceptance of the final report prepared in
accordance with the article entitled ?????.
4.02 PAYMENT-REIMBURSEMENT-WAWF (DCMA) (MAR 2015)
(a) The recipient shall request payment by reimbursement by electronically submitting Standard Forms
(SF) 270, Requests for Advance or Reimbursement, through Wide Area Work Flow (WAWF),
https://wawf.eb.mil.
(b) The following codes will be required to route requests and emails correctly through WAWF. [Tailor
code information based on local procedures.]
AWARD NUMBER:
TYPE OF DOCUMENT: SF 270
CAGE CODE:
ISSUED BY DODAAC: FA ____
ADMIN DODAAC:
GOVERNMENT PROGRAM MANAGER:
SERVICE ACCEPTOR OFFICE DODAAC: FAXXXX
PAY OFFICE DODAAC:
APPROVAL OFFICE DODAAC:
SEND E-MAIL NOTIFICATIONS for completed SF 270:
(c) The customer service number for Vendor Pay is ?????. Vendors may also check status of
payments through MyInvoice, https://MyInvoice.csd.disa.mil. Recipients must register in MyInvoice to
gain access.
(d) Alternately, recipients may request reimbursement by submitting original SFs 270, Requests for
Advance or Reimbursement, to the Administrative Grants Officer (AGO) with a copy to the AFRL Grants/
Agreements Officer and AFRL Program Manager.
(e) To the maximum extent possible, payments will be made by electronic funds transfer (EFT) after
AGO approval. Recipients may submit requests for monthly reimbursement when EFT payment is not
FA8650-21-2-XXXX Page 7

---

used or as frequently as necessary when EFT payment is used.
(f) Final payment will be made only after delivery and acceptance of the final report prepared in
accordance with the article entitled ?????.
4.03 PAYMENT - ADVANCE – WAWF (DCMA) (MAY 2017)
(a) The recipient shall request advance payments by electronically submitting Standard Forms (SF)
270, Requests for Advance or Reimbursement, through Wide Area Work Flow (WAWF) at
https://wawf.eb.mil. Advances shall be deposited and maintained in interest-bearing accounts unless the
conditions of 2 CFR 200 § 305 apply. The Government may unilaterally adjust the schedule of
payments, reduce the total amount of the agreement, and/or take other actions permitted by 2 CFR 200 if
the recipient's balance of cash on hand becomes excessive as determined by Government monitoring
SFs 425, Federal Financial Reports.
(b) The following codes will be required to route requests and emails correctly through WAWF. [Tailor
code information based on local procedures.]
AWARD NUMBER:
TYPE OF DOCUMENT: SF 270
CAGE CODE:
ISSUED BY DODAAC: FA ____
ADMIN DODAAC:
GOVERNMENT PROGRAM MANAGER:
SERVICE ACCEPTOR OFFICE DODAAC: FAXXXX
PAY OFFICE DODAAC:
APPROVAL OFFICE DODAAC:
SEND E-MAIL NOTIFICATIONS for completed SF 270:
(c) The customer service number for Vendor Pay is (insert pay office contact information). Vendors
can also check status of payments through MyInvoice, https://MyInvoice.csd.disa.mil. Recipients must
register in MyInvoice to gain access.
(d) Recipients may also request advance payments by submitting original SFs 270, Requests for
Advance or Reimbursement, to the Administrative Grants Officer (AGO) with a copy to the AFRL Grants
Officer and AFRL Program Manager.
(e) To the maximum extent possible, payments will be made by electronic funds transfer (EFT) after
AGO approval. Recipients may submit monthly requests for advance payments when EFT payment is
not used or as frequently as necessary when EFT payment is used. Final payment will be made only after
delivery and acceptance of the final report prepared in accordance with the article entitled 7.003 “Final
Performance Report”.
(f) Interest earned from advances deposited in interest-bearing accounts shall be remitted annually to:
Department of Health and Human Services (HHS)
Payment Management System
P.O. Box 6021
Rockville MD 20852
In keeping with EFT rules (31 CFR part 206), recipients shall remit interest to the HHS Payment
Management System through an electronic medium such as the Federal Reserve Wire Network
(FEDWIRE). Electronic remittance shall include the data and format required to facilitate direct deposit in
FA8650-21-2-XXXX Page 8

---

the HHS account at the Department of the Treasury. Recipients without electronic remittance capability
shall send interest earned by check.
4.04 PAYMENT – ADVANCE – WAWF (ONR) (MAY 2017)
(a) The recipient shall request advance payments, subject to the conditions described in 2 CFR 200,
by electronically submitting Standard Forms (SFs) 270, Requests for Advance or Reimbursement,
through Wide Area Work Flow (WAWF), https://wawf.eb.mil. Advances shall be deposited and
maintained in interest-bearing accounts unless the conditions at 2 CFR 200 § 305 apply. The
Government may unilaterally adjust the schedule of payments, reduce the total amount of the agreement,
and/or take other actions permitted by 2 CFR 200 if the recipient's balance of cash on hand becomes
excessive as determined by Government monitoring SFs 425, Federal Financial Report.
(b) The following codes will be required to route requests and emails correctly through WAWF. [Tailor
code information based on local procedures.]
AWARD NUMBER: _______________
TYPE OF DOCUMENT: SF 270
CAGE CODE: _________
ISSUED BY DODAAC: FA________
ADMIN DODAAC: _____________
GOVERNMENT PROGRAM MANAGER:_____________
SERVICE ACCEPTOR OFFICE DODAAC: FAXXXX
PAY OFFICE DODAAC: ___________
APPROVAL OFFICE DODAAC: __________
SEND E-MAIL NOTIFICATIONS for completed SF 270: _________________
(c) WAWF has been designated as the Department of Defense (DoD) standard for electronic invoicing
and payment. To facilitate this effort for universities and non-profit organizations with awards
administered by the Office of Naval Research (ONR) Regional Offices, DoD has established the ONR
Electronic Payment System (PayWeb), https://onronline.onr.navy.mil/payweb/, as an initial entry point to
WAWF. If the recipient participates in the PayWeb system, electronic requests for payment will be
submitted to the Administrative Grants Officer (AGO) at the Administrative Office in Block _____ of the
award using the standard PayWeb processes.
(d) Participation in the PayWeb system requires the recipient to obtain an External Certificate Authority
(ECA) certificate from an approved certificate authority for access. Operational Research Consultants
(ORC) (http://www.eca.orc.com) and VeriSign (http://www.verisign.com/gov/ieca) are approved ECA
authorities. Questions or requests for technical assistance in implementing certificate should be
addressed to the Navy PKI Help Desk at 1-800-304-4636. The recipient shall contact the AGO at the
Administrative Office in Block _____ of the award for instructions to register and use WAWF and
PayWeb.
(e) Electronic submission of payment requests requires the recipient to register in WAWF and have the
appropriate CAGE code activated. The recipient's System for Award Management (SAM) Electronic
Business Point of Contact (EBPOC) is responsible for activating the CAGE code in WAWF by calling 1-
866-618-5988. Once the Recipient's CAGE code is activated, the CCR EBPOC will self-register in
WAWF and follow the instructions for a group administrator. ONR Regional Offices will assist in this
process. The ONR Regional Office is listed as the Administrative Office in Block _____ of the award.
(f) If the Recipient does not participate in the ONR PayWeb system, the recipient may submit payment
requests electronically via WAWF. The recipient shall contact the AGO at the Administrative Office in
Block _____ of the award for instructions regarding registration in and use of WAWF.
(g) Recipients may also request reimbursement by submitting original SFs 270, Requests for Advance
or Reimbursement, to the Administrative Grants Officer (AGO) with a copy to the AFRL Grants Officer
and AFRL Program Manager.
FA8650-21-2-XXXX Page 9

---

(h) To the maximum extent possible, payments will be made by electronic funds transfer (EFT) after
AGO approval. Recipients may submit monthly requests for advance payments when EFT payment is not
used or as frequently as necessary when EFT payment is used. Final payment will be made only after
delivery and acceptance of the final report prepared in accordance with the article entitled__________.
(i) Interest earned from advances deposited in interest-bearing accounts shall be remitted annually to:
Department of Health and Human Services (HHS)
Payment Management System
P.O. Box 6021
Rockville MD 20852
In keeping with EFT statute, i.e., 31 CFR part 206, recipients shall remit interest to the HHS Payment
Management System through an electronic medium such as the Federal Reserve Wire Network
(FEDWIRE). Electronic remittance shall include the data and format required to facilitate direct deposit in
the HHS account at the Department of the Treasury. Recipients without electronic remittance capability
shall send interest earned by check.
4.05 PROGRAM INCOME-RESEARCH (MAR 2015)
(a) Any program income earned shall be used in accordance with 2 CFR 200 § 307 as follows:
(1) All program income earned during the project period shall be added to funds
committed to the project by the Government and recipient organization and be used to further eligible
program objectives.
(2) The recipient may deduct costs associated with generating program income from
gross income to determine program income, provided these costs are not charged to the agreement.
(3) The recipient has no obligation to the Government for program income earned after
the end of the project period.
(4) The recipient will have no obligation to the Government for program income earned
from license fees and royalties for copyrighted material, patents, patent applications, trademarks and
inventions produced under the agreement.
4.06 COST PRINCIPLES (MAR 2015)
The cost principles applicable to this agreement are contained in 2 CFR 200, Subpart E, Cost Principles.
2 CFR 200 describes the cost principles for determining allowability of costs applicable to lower tier, cost
type contracts or awards under this agreement shall be determined by type of entity receiving the lower
tier contract or award.
4.07 STANDARDS FOR FINANCIAL MANAGEMENT (MAR 2015)
The recipient's financial management system shall comply with the standards identified in 2 CFR 200 §
302.
4.08 AUDIT REQUIREMENTS (MAR 2015)
The recipient shall comply with the audit requirements of 2 CFR 200, Subpart F Audit Requirements.
Subrecipient(s) shall comply with the audit requirements appropriate for the type of entity receiving the
award as required.
4.09 RETENTION AND ACCESS TO RECORDS (MAR 2015)
Recipient's financial records, supporting documents, statistical records, and all other records pertinent to
an award shall be retained and access to them permitted in accordance with 2 CFR 200 § 336.
4.10 REVISION OF BUDGETS AND PROGRAM PLANS (MAR 2015)
FA8650-21-2-XXXX Page 10

---

The budget plan is the financial expression of the program as approved during the award process. The
budget includes the sum of the Government cost share and the recipient cost share, if any. Recipients
shall report deviations from budget and program plans and shall request prior approvals for budget and
program plan revisions for all situations listed in 2 CFR 200 § 308.
5.00 CLAIMS, DISPUTES, AND APPEALS (MAR 2015)
(a) General. Parties shall communicate with one another in good faith and in a timely and cooperative
manner when raising issues under this article. Department of Defense (DoD) policy is to resolve issues
through discussions and mutual agreement at the grants officer's level prior to submission of a claim.
Where unassisted negotiations fail to resolve issues in controversy, the parties agree to consider the use
of Alternative Dispute Resolution (ADR) procedures to the maximum extent practicable.
(b) Alternative Dispute Resolution. ADR should be used whenever practicable as a relatively
inexpensive and expeditious procedure to resolve issues in controversy. ADR is any mutually agreed to
voluntary means of settling issues in controversy without resorting to formal administrative appeals or
litigation. ADR techniques shall be mutually agreed to and may be used at any appropriate time during
the process.
(c) Claims Resolution Process. When a claim cannot be resolved by the parties, the parties
agree to use the procedures identified in DoDGARs 22.815 as the administrative process to resolve
claims, disputes and appeals. For purposes of this article the Grant Appeal Authority will be the
applicable AFRL Technology Director.
(d) Non-exclusivity of Remedies. Nothing in this article is intended to limit a recipient's right to
any remedy under the law.
6.00 INVENTIONS (MAR 2015)
(a) The clause entitled Patent Rights (Small Business Firms and Nonprofit Organizations, (37 CFR
401.14(a)) is hereby incorporated by reference and is modified as follows: replace the word "contractor"
with "recipient"; replace the words "agency," "Federal Agency" and "funding Federal Agency" with
"Government"; replace the word "contract" with "agreement"; delete paragraphs (g)(2), (g)(3) and the
words "to be performed by a small business firm or domestic nonprofit organization" from paragraph
(g)(1). Paragraph (l), Communications, point of contact on matters relating to this clause will be the
servicing Staff Judge Advocate's office.
(b) Interim or final Invention Reports 1) listing subject invention(s) and stating that all subject
inventions have been disclosed, or 2) stating that there are no such inventions, shall be sent to both the
Administrative Grants Officer at the address located in the agreement and to the grants officer / patent
administrator at det1.afrl.pk.patents@us.af.mil, with a courtesy copy (cc:) to the government Program
Manager/Project Engineer. Please include in the subject line of the e-mail the contract number followed
by the words "Invention Reporting." Also include in the body of the e-mail the names of the Government
Project Engineer/Program Manager and his/her office symbol. The recipient shall file Invention (Patent)
Reports on the DD Form 882, Report of Inventions and Subcontracts, as of the close of each
performance year and at the end of the term for this agreement. Annual reports are due 90 days after the
end of each year of performance and final reports are due 90 days after the expiration of the final
performance period. Negative reports are also required annually.
(c) The DD Form 882 may also be used for the notification of any subaward(s) for experimental,
developmental or research work which contain a "Patent Rights" clause, with a cc: to the government
Program Manager/Project Engineer.
(d) All other notifications (e.g., disclosure of each subject invention to the grants officer within 2
months after the inventor discloses it) shall also be sent to the e-mail address above, with a cc: to the
government Program Manager/Project Engineer.
(e) This provision also constitutes the request for the following information for any subject
invention for which the recipient has retained ownership: 1) the filing date, 2) serial number and title, 3) a
FA8650-21-2-XXXX Page 11

---

copy of the patent application and 4) patent number and issue date. Submittal shall be to the grants
officer / patent administrator e-mail address listed above, with a cc: to the government Program
Manager/Project Engineer.
6.01 DATA RIGHTS (MAR 2015)
(a) All rights and title to data, as defined in 48 CFR 27.401, generated under this agreement shall vest in
the recipient.
(b) The recipient hereby grants to the U.S. Government a royalty free, world-wide, nonexclusive,
irrevocable license to use, modify, reproduce, release, perform, display or disclose any data for
Government purposes.
(c) The recipient is responsible for affixing appropriate markings indicating rights on all data
delivered under the agreement. The Government will have unlimited rights in all data delivered without
markings.
(d) The recipient shall include this article, suitably modified to identify the parties, in all lower tier
contracts and awards, regardless of tier, for experimental, developmental, or research work.
7.00 INTERIM PERFORMANCE REPORTS (MAR 2015)
(a) Recipients shall submit Interim Performance Reports in accordance with this article and 2 CFR 200 §
328. The recipient may submit reports in electronic form.
(b) Content: Reports shall detail technical progress to date and report on all problems, technical
issues, or major developments that arose during the reporting period. The reports shall discuss each of
the topics listed below:
(1) A comparison of actual accomplishments with the goals and objectives established
for the period, the findings of the investigator, or both.
(2) Reasons why established goals were not met, if appropriate.
(3) Other pertinent information including analysis and an explanation of cost overruns.
(c) Submission: The recipient shall submit Interim Performance Reports quarterly within 30 days
after completion of the reporting period throughout the term of the agreement. The first period begins on
the effective date of the agreement. The recipient shall submit one copy of the Interim Performance
Report to
(1) AFRL program manager;
(2) ?????
(3) administrative grants officer, and
(4) any other sponsoring agency program manager if applicable.
(d) Mark all data delivered with the following statement:
?????
7.01 FINANCIAL REPORTS- REIMBURSEMENT (MAR 2015)
a) The recipient shall submit the Federal Financial Report (SF 425) on a cash basis within 30 days
following the end of each quarterly reporting period (March 31, June 30, September 30, December 31),
and within 90 days following the completion of the agreement. Grant and cooperative agreement
recipients that are domestic institutions of higher education must complete the optional fields 11.a through
FA8650-21-2-XXXX Page 12

---

11.f, "Indirect Expense" on the final Federal Financial Report that it submits after the end of the project
period under the award. One copy of each report shall be submitted to:
(1) the Administrative Grants Officer;
(2) AFRL Grants Officer;
(3) AFRL Program Manager; and
(4) any other Program Manager identified in the Award.
7.02 PUBLISHING PROJECT RESULTS (MAR 2015)
(a) Publications. The recipient is expected to publish or otherwise make publicly available the results of
the work conducted under this award. One copy of all publications resulting from the project shall be
forwarded to the AFRL program manager as it becomes available.
(b) An acknowledgment of awarding agency's support shall appear in the publication of any
material, whether copyrighted or not. The acknowledgement shall read:
"This material is based on research sponsored by ????? under agreement number ?????. The
U.S. Government is authorized to reproduce and distribute reprints for Governmental purposes
notwithstanding any copyright notation thereon."
(c) The recipient is responsible for assuring that every publication of material based on or
developed under this project contains the following disclaimer:
"The views and conclusions contained herein are those of the authors and should not be interpreted as
necessarily representing the official policies or endorsements, either expressed or implied, of ????? or
the U.S. Government."
7.03 FINAL PERFORMANCE REPORT (MAR 2015)
(a) Recipients shall submit the Final Performance Report in accordance with this article and 2 CFR 200 §
328. All publications shall contain the notice included in the article entitled Publishing Project Results.
(1) Content: The Final Performance Report will provide a comprehensive, cumulative,
and substantive summary of the progress and significant accomplishments achieved during the period
covered by the agreement. Each of the topics listed in the article entitled Interim Performance Reports
shall be addressed as appropriate. Publications may be bound and attached as appendices.
(2) Format: Submit the Final Performance Report in the following format:
(i) Prepare the Cover/Title Page by completing the Standard Form (SF) 298,
Report Documentation Page. In Item 13 include a 100 to 200 word abstract summarizing technical
progress during the reporting period. Style is to be third person singular using past tense. Jargon,
special symbols or notations, subscripts, mathematical symbols or foreign alphabet letters are not
permitted. All pages should be of good quality for copying purposes.
(ii) The report shall be prepared in accordance with American National Standard
Institute document ANSI/NISO Z39.18-1995, Scientific and Technical Reports - Elements, Organization,
and Design which may be obtained from:
NISO Press Fulfillment Center
PO Box 451
Annapolis Junction MD 20701-0451
http://www.niso.org
(iii) Submission. The recipient shall submit the Final Performance Report (with
letter of transmittal), in the original (camera ready) and ????? copies, to ????? within 90 days after
completion of the agreement with one electronic copy in MS Word compatible format. Submit one copy of
FA8650-21-2-XXXX Page 13

---

the report to any other program manager identified as other sponsoring agency personnel. Also, provide
one copy each of the transmittal letter to:
(A) ????? and
(B) administrative grants officer.
(b) Mark all data delivered with the following statement:
?????
7.04 REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION (MAR 2015)
(a) Reporting of first-tier subawards.
(1) Applicability. Unless you are exempt as provided in paragraph d. of this award term,
you must report each action that obligates $25,000 or more in Federal funds that does not include
Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment Act of
2009, Pub. L. 111-5) for a subaward to an entity (see definitions in paragraph e. of this award term).
(2) Where and when to report.
(i) You must report each obligating action described in paragraph a.1. of this
award term to http://www.fsrs.gov.
(ii) For subaward information, report no later than the end of the month following
the month in which the obligation was made. (For example, if the obligation was made on November 7,
2010, the obligation must be reported by no later than December 31, 2010.)
(3) What to report. You must report the information about each obligating action that the
submission instructions posted at http://www.fsrs.gov specify.
(b) Reporting Total Compensation of Recipient Executives.
(1) Applicability and what to report. You must report total compensation for each of your
five most highly compensated executives for the preceding completed fiscal year, if-
(i) the total Federal funding authorized to date under this award is $25,000 or
more;
(ii) in the preceding fiscal year, you received-
(A) 80 percent or more of your annual gross revenues from Federal
procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency
Act, as defined at 2 CFR 170.320 (and subawards); and
(B) $25,000,000 or more in annual gross revenues from Federal
procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency
Act, as defined at 2 CFR 170.320 (and subawards); and
(iii) The public does not have access to information about the compensation of
the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act
of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine
if the public has access to the compensation information, see the U.S. Security and Exchange
Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.)
(2) Where and when to report. You must report executive total compensation described in
paragraph b.1. of this award term:
FA8650-21-2-XXXX Page 14

---

(i) As part of your registration profile at http://www.sam.gov.
(ii) By the end of the month following the month in which this award is made, and
annually thereafter.
(c) Reporting of Total Compensation of Subrecipient Executives.
(1) Applicability and what to report. Unless you are exempt as provided in paragraph d. of
this award term, for each first-tier subrecipient under this award, you shall report the names and total
compensation of each of the subrecipient's five most highly compensated executives for the
subrecipient's preceding completed fiscal year, if-
(i) in the subrecipient's preceding fiscal year, the subrecipient received
(A) 80 percent or more of its annual gross revenues from Federal
procurement contracts (and subcontracts) and Federal financial assistance subject to the Transparency
Act, as defined at 2 CFR 170.320 (and subawards); and
(B) $25,000,000 or more in annual gross revenues from Federal
procurement contracts (and subcontracts), and Federal financial assistance subject to the Transparency
Act (and subawards); and
(ii) The public does not have access to information about the compensation of
the executives through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act
of 1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To determine
if the public has access to the compensation information, see the U.S. Security and Exchange
Commission total compensation filings at http://www.sec.gov/answers/execomp.htm.)
(2) Where and when to report. You must report subrecipient executive total compensation
described in paragraph c.1. of this award term:
(i) To the recipient.
(ii) By the end of the month following the month during which you make the
subaward. For example, if a subaward is obligated on any date during the month of October of a given
year ( i.e., between October 1 and 31), you must report any required compensation information of the
subrecipient by November 30 of that year.
(d) Exemptions: If, in the previous tax year, you had gross income, from all sources, under
$300,000, you are exempt from the requirements to report:
(1) Subawards, and
(2) The total compensation of the five most highly compensated executives of any
subrecipient.
(e) Definitions. For purposes of this award term:
(1) Entity means all of the following, as defined in 2 CFR part 25:
(i) A Governmental organization, which is a State, local government, or Indian
tribe;
(ii) A foreign public entity;
FA8650-21-2-XXXX Page 15

---

(iii) A domestic or foreign nonprofit organization;
(iv) A domestic or foreign for-profit organization;
(v) A Federal agency, but only as a subrecipient under an award or subaward to
a non-Federal entity.
(2) Executive means officers, managing partners, or any other employees in
management positions.
(3) Subaward:
(i) This term means a legal instrument to provide support for the performance of
any portion of the substantive project or program for which you received this award and that you as the
recipient award to an eligible subrecipient.
(ii) A subaward may be provided through any legal agreement, including an
agreement that you or a subrecipient considers a contract.
(4) Subrecipient means an entity that:
(i) Receives a subaward from you (the recipient) under this award; and
(ii) Is accountable to you for the use of the Federal funds provided by the
subaward.
(5) Total compensation means the cash and noncash dollar value earned by the
executive during the recipient's or subrecipient's preceding fiscal year and includes the following (for more
information see 17 CFR 229.402(c)(2)):
(i) Salary and bonus.
(ii) Awards of stock, stock options, and stock appreciation rights. Use the dollar
amount recognized for financial statement reporting purposes with respect to the fiscal year in
accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004) (FAS 123R),
Shared Based Payments.
(iii) Earnings for services under non-equity incentive plans. This does not include
group life, health, hospitalization or medical reimbursement plans that do not discriminate in favor of
executives, and are available generally to all salaried employees.
(iv) Change in pension value. This is the change in present value of defined
benefit and actuarial pension plans.
(v) Above-market earnings on deferred compensation which is not tax-qualified.
(vi) Other compensation, if the aggregate value of all such other compensation
(e.g. severance, termination payments, value of life insurance paid on behalf of the employee, perquisites
or property) for the executive exceeds $10,000.
7.05 DISCLOSURE OF INFORMATION (MAR 2015)
(a) The Recipient shall not release to anyone outside the Recipient's organization any
unclassified information, regardless of medium (e.g., film, tape, document, media announcements, etc.),
pertaining to any part of this agreement or any program related to this agreement unless-
FA8650-21-2-XXXX Page 16

---

(1) The Agreements Officer has given prior written approval; or
(2) The information is otherwise in the public domain before the date of release.
(b) Requests for approval shall identify the specific information to be released, the medium to be
used, and the purpose for the release. The Recipient shall submit its request to the Agreements Officer
at least 65 days before the proposed date for release.
(c) The Recipient agrees to include a similar requirement in each sub-agreement under this
agreement. Subrecipients shall submit requests for authorization to release through the prime Recipient
to the Agreements Officer.
7.06 REPORTING OF MATTERS RELATED TO RECIPIENT INTEGRITY AND PERFORMANCE(DEC 2015)
1. General Reporting Requirement
If the total value of your currently active grants, cooperative agreements, and procurement contracts
from all Federal awarding agencies exceeds $10,000,000 for any period of time during the period of
performance of this Federal award, then you as the recipient during that period of time must maintain the
currency of information reported to the System for Award Management (SAM) that is made available in
the designated integrity and performance system (currently the Federal Awardee Performance and
Integrity Information System (FAPIIS)) about civil, criminal, or administrative proceedings described in
paragraph 2 of this award term and condition. This is a statutory requirement under section 872 of Public
Law 110-417, as amended (41 U.S.C. 2313). As required by section 3010 of Public Law 111-212, all
information posted in the designated integrity and performance system on or after April 15, 2011, except
past performance reviews required for Federal procurement contracts, will be publicly available.
2. Proceedings About Which You Must Report
Submit the information required about each proceeding that:
a. Is in connection with the award or performance of a grant, cooperative agreement, or
procurement contract from the Federal Government;
b. Reached its final disposition during the most recent five year period; and
c. Is one of the following:
(1) A criminal proceeding that resulted in a conviction, as defined in paragraph 5 of this award term
and condition;
(2) A civil proceeding that resulted in a finding of fault and liability and payment of a monetary fine,
penalty, reimbursement, restitution, or damages of $5,000 or more;
(3) An administrative proceeding, as defined in paragraph 5. of this award term and condition, that
resulted in a finding of fault and liability and your payment of either a monetary fine or penalty of $5,000
or more or reimbursement, restitution, or damages in excess of $100,000; or
(4) Any other criminal, civil, or administrative proceeding if:
(i) It could have led to an outcome described in paragraph 2.c.(1), (2), or (3) of this award term and
condition;
FA8650-21-2-XXXX Page 17

---

(ii) It had a different disposition arrived at by consent or compromise with an acknowledgment of
fault on your part; and
(iii) The requirement in this award term and condition to disclose information about the proceeding
does not conflict with applicable laws and regulations.
3. Reporting Procedures
Enter in the SAM Entity Management area the information that SAM requires about each proceeding
described in paragraph 2 of this award term and condition. You do not need to submit the information a
second time under assistance awards that you received if you already provided the information through
SAM because you were required to do so under Federal procurement contracts that you were awarded.
4. Reporting Frequency
During any period of time when you are subject to the requirement in paragraph 1 of this award term
and condition, you must report proceedings information through SAM for the most recent five year period,
either to report new information about any proceeding(s) that you have not reported previously or affirm
that there is no new information to report. Recipients that have Federal contract, grant, and cooperative
agreement awards with a cumulative total value greater than $10,000,000 must disclose semiannually
any information about the criminal, civil, and administrative proceedings.
5. Definitions
For purposes of this award term and condition:
a. Administrative proceeding means a non-judicial process that is adjudicatory in nature in order to
make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative
proceedings, Civilian Board of Contract Appeals proceedings, and Armed Services Board of Contract
Appeals proceedings). This includes proceedings at the Federal and State level but only in connection
with performance of a Federal contract or grant. It does not include audits, site visits, corrective plans, or
inspection of deliverables.
b. Conviction, for purposes of this award term and condition, means a judgment or conviction of a
criminal offense by any court of competent jurisdiction, whether entered upon a verdict or a plea, and
includes a conviction entered upon a plea of nolo contendere.
c. Total value of currently active grants, cooperative agreements, and procurement contracts
includes—
(1) Only the Federal share of the funding under any Federal award with a recipient cost share or
match; and
(2) The value of all expected funding increments under a Federal award and options, even if not yet
exercised.
8.00 PROCUREMENT SYSTEM (MAR 2015)
The recipient's procurement system shall comply with the standards contained in 2 CFR 200 § 317-326.
8.01 CLOSEOUT, ADJUSTMENT, CONTINUING RESPONSIBILITIES AND COLLECTION -
REIMBURSEMENT (MAR 2015)
Closeout, adjustment and collection of amounts due shall be accomplished in accordance with 2 CFR 200
FA8650-21-2-XXXX Page 18

---

§ 343, 344, and Subpart F. Final payment cannot be made nor can the agreement be closed out until the
recipient delivers to the Government all disclosures of subject inventions required by this agreement, an
acceptable final report pursuant to the article entitled Final Performance Report, and all confirmatory
instruments. The grants officer may make a settlement for any downward adjustments to the Federal
share of costs after closeout reports are received.
8.02 USING TECHNICAL INFORMATION RESOURCES (MAR 2015)
To the extent practical, the recipient shall use the technical information resources of the Defense
Technical Information Center (DTIC) and other Government or private facilities to investigate recent and
on-going research and avoid needless duplication of scientific and engineering effort.
8.03 SYSTEM FOR AWARD MANAGEMENT AND UNIVERSAL IDENTIFIER REQUIREMENTS (MAR
2015)
(a) Requirement for System for Award Management (SAM): Unless you are exempted from this
requirement under 2 CFR 25.110, you as the recipient must maintain the currency of your information in
the SAM until you submit the final financial report required under this award or receive the final payment,
whichever is later. This requires that you review and update the information at least annually after the
initial registration, and more frequently if required by changes in your information or another award term.
(b) Requirement for Data Universal Numbering System (DUNS) Numbers: If you are authorized to
make subawards under this award, you:
(1) Must notify potential subrecipients that no entity (see definition in paragraph C of this
award term) may receive a subaward from you unless the entity has provided its DUNS number to you.
(2) May not make a subaward to an entity unless the entity has provided its DUNS
number to you.
(c) Definitions: For purposes of this award term:
(1) System for Award Management (SAM) means the Federal repository into which an
entity must provide information required for the conduct of business as a recipient. Additional information
about registration procedures may be found at the SAM Internet site (currently at http://www.sam.gov ).
(2) Data Universal Numbering System (DUNS) number means the nine-digit number
established and assigned by Dun and Bradstreet, Inc. (D&B) to uniquely identify business entities. A
DUNS number may be obtained from D&B by telephone (currently 866-705-5711) or the Internet
(currently at http://fedgov.dnb.com/webform).
(3) Entity, as it is used in this award term, means all of the following, as defined at 2 CFR
part 25, subpart C:
(i) A Governmental organization, which is a State, local government, or Indian
Tribe;
(ii) A foreign public entity;
(iii) A domestic or foreign nonprofit organization;
(iv) A domestic or foreign for-profit organization; and
(v) A Federal agency, but only as a subrecipient under an award or subaward to
a non-Federal entity.
(4) Subaward:
FA8650-21-2-XXXX Page 19

---

(i) This term means a legal instrument to provide support for the performance of
any portion of the substantive project or program for which you received this award and that you as the
recipient award to an eligible subrecipient.
(ii) The term does not include your procurement of property and services needed
to carry out the project or program.
(iii) A subaward may be provided through any legal agreement, including an
agreement that you consider a contract.
(5) Subrecipient means an entity that:
(i) Receives a subaward from you under this award; and
(ii) Is accountable to you for the use of the Federal funds provided by the
subaward.
9.00 MILITARY RECRUITING ON CAMPUS (MAR 2015)
As a condition for receipt of funds available to the Department of Defense (DoD) under this award, the
recipient agrees that it is not an institution of higher education (as defined in 32 CFR 216) that has a
policy or practice that prohibits or, in effect, prevents ROTC or military recruiting on campus, as described
in DFARS 252.209-7005(b). If the recipient is determined, using the procedures in 32 CFR part 216, to
be such an institution of higher education during the period of performance of this agreement, and
therefore to be in breach of this clause, the Government will cease all payments of DoD funds under this
agreement and all other DoD grants and cooperative agreements to the recipient, and it may suspend or
terminate such grants and agreements unilaterally for material failure to comply with the terms and
conditions of award.
9.01 U.S. FLAG CARRIERS (MAR 2015)
Travel supported by U.S. Government funds under this agreement shall use U.S.-flag air carriers (air
carriers holding certificates under 49 U.S.C. 41102) for international air transportation of people and
property to the extent that such service is available, in accordance with the International Air
Transportation Fair Competitive Practices Act of 1974 (49 U.S.C. 40118) and the interpretative guidelines
issued by the Comptroller General of the United States in the March 31, 1981, amendment to Comptroller
General Decision B138942. (See General Services Administration amendment to the Federal Travel
Regulations, Federal Register (Vol 63, No. 219, 63417-63421.)
9.02 ASSURANCES (MAR 2015)
(a) By signing or accepting funds under the agreement, the recipient assures that it will comply
with applicable provisions of the following National policies on:
(1) Prohibiting discrimination:
(i) On the basis of race, color, or national origin, in Title VI of the Civil Rights Act
of 1964 (42 U.S.C. 2000d, et seq.), as implemented by DoD regulations at 32 CFR part 195;
(ii) On the basis of age, in the Age Discrimination Act of 1975 (42 U.S.C. 6101,
et seq.) as implemented by Department of Health and Human Services regulations at 45 CFR part 90;
(iii) On the basis of handicap, in Section 504 of the Rehabilitation Act of 1973
(29 U.S.C. 794), as implemented by Department of Justice regulations at 28 CFR part 41 and DoD
regulations at 32 CFR part 56;
(iv) On the basis of sex or blindness, in Title IX of the Educational Amendments
of 1972 (20 U.S.C. 1681, et. seq.).
FA8650-21-2-XXXX Page 20

---

(2) The Clean Air Act (42 U.S.C. 7401, et seq.) and Clean Water Act (33 U.S.C. 1251, et
seq.), as implemented by Executive Order 11738 (3 CFR, 1971-1975 Comp., p. 799).
(b) The recipient shall obtain assurances of compliance from subrecipients.
9.10 SECTION 889 (AUG 2020)
Section 889 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019 (Public
Law 115-232) prohibits the head of an executive agency from obligating or expending loan or
grant funds to procure or obtain, extend, or renew a contract to procure or obtain, or enter into a
contract (or extend or renew a contract) to procure or obtain the equipment, services, or
systems prohibited systems as identified in section 889 of the NDAA for FY 2019.
a. In accordance with 2 CFR 200.216 and 200.471, all awards that are issued on or after
August 13, 2020, recipients and subrecipients are prohibited from obligating or expending
loan or grant funds to:
1. Procure or obtain;
2. Extend or renew a contract to procure or obtain; or
3. Enter into a contract (or extend or renew a contract) to procure or obtain equipment,
services, or systems that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any
system. As described in Public Law 115-232, section 889, covered telecommunications
equipment is telecommunications equipment produced by Huawei Technologies
Company or ZTE Corporation (or any subsidiary or affiliate of such entities).
i. For the purpose of public safety, security of government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video
surveillance and telecommunications equipment produced by Hytera
Communications Corporation, Hangzhou Hikvision Digital Technology Company, or
Dahua Technology Company (or any subsidiary or affiliate of such entities).
ii. Telecommunications or video surveillance services provided by such entities or using
such equipment.
iii. Telecommunications or video surveillance equipment or services produced or
provided by an entity that the Secretary of Defense, in consultation with the Director
of the National Intelligence or the Director of the Federal Bureau of Investigation,
reasonably believes to be an entity owned or controlled by, or otherwise connected
to, the government of a covered foreign country.
b. In implementing the prohibition under Public Law 115-232, section 889, subsection (f),
paragraph (1), heads of executive agencies administering loan, grant, or subsidy programs
shall prioritize available funding and technical support to assist affected businesses,
institutions and organizations as is reasonably necessary for those affected entities to
FA8650-21-2-XXXX Page 21

---

transition from covered communications equipment and services, to procure replacement
equipment and services, and to ensure that communications service to users and customers
is sustained.
c. See Public Law 115-232, section 889 for additional information.
COVERED FOREIGN COUNTRY means the People’s Republic of China.
FA8650-21-2-XXXX Page 22

---

Attch 2 - CIRAS - CDRLS

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST
(1 Data Item)
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
16. REMARKS (Continued)
DD FORM 1423-1, FEB 2001 Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

INSTRUCTIONS FOR COMPLETING DD FORM 1423
(See DoD 5010.12-M for detailed instructions.)
FOR THE CONTRACTOR
FOR GOVERNMENT PERSONNEL
Item A. Self-explanatory. Item 17. Specify appropriate price group from one of the following
groups of effort in developing estimated prices for each data item
Item B. Self-explanatory. listed on the DD Form 1423.
Item C. Mark (X) appropriate category: TDP - Technical Data Package;
TM - Technical Manual; Other - other category of data, such as
a. Group I. Definition -Data which is not otherwise essential
"Provisioning,""Configuration Management," etc.
to the contractor's performance of the primary contracted effort
Item D. Enter name of system/item being acquired that data will support. (production, development, testing, and administration) but which is
required by DD Form 1423.
Item E. Self-explanatory (to be filled in after contract award).
Item F. Self-explanatory (to be filled in after contract award).
Estimated Price - Costs to be included under Group I are
those applicable to preparing and assembling the data item in
Item G. Signature of preparer of CDRL.
conformance with Government requirements, and the
Item H. Date CDRL was prepared. administration and other expenses related to reproducing and
delivering such data items to the Government.
Item I. Signature of CDRL approval authority.
Item J. Date CDRL was approved. b. Group II. Definition - Data which is essential to the
performance of the primary contracted effort but the contractor is
required to perform additional work to conform to Government
Item 1. See DoD FAR Supplement Subpart 4.71 for proper numbering.
requirements with regard to depth of content, format, frequency of
submittal, preparation, control, or quality of the data item.
Item 2. Enter title as it appears on data acquisition document cited in Item
4.
Item 3. Enter subtitle of data item for further definition of data item Estimated Price - Costs to be included under Group II are
(optional entry). those incurred over and above the cost of the essential data item
without conforming to Government requirements, and the
Item 4. Enter Data Item Description (DID) number, military specification administrative and other expenses related to reproducing and
number, or military standard number listed in DoD 5010.12-L (AMSDL), or
delivering such data item to the Government.
one-time DID number, that defines data content and format requirements.
Item 5. Enter reference to tasking in contract that generates requirement
for the data item (e.g., Statement of Work paragraph number). c. Group III. Definition - Data which the contractor must
develop for his internal use in performance of the primary
Item 6. Enter technical office responsible for ensuring adequacy of the contracted effort and does not require any substantial change to
data item. conform to Government requirements with regard to depth of
content, format, frequency of submittal, preparation, control, and
Item 7. Specify requirement for inspection/acceptance of the data item quality of the data item.
by the Government.
Item 8. Specify requirement for approval of a draft before preparation of
Estimated Price - Costs to be included under Group III are
the final data item.
the administrative and other expenses related to reproducing and
Item 9. For technical data, specify requirement for contractor to mark the delivering such data item to the Government.
appropriate distribution statement on the data (ref. DoDD 5230.24).
Item 10. Specify number of times data items are to be delivered. d. Group IV. Definition - Data which is developed by the
contractor as part of his normal operating procedures and his effort
Item 11. Specify as-of date of data item, when applicable.
in supplying these data to the Government is minimal.
Item 12. Specify when first submittal is required.
Item 13. Specify when subsequent submittals are required, when Estimated Price -Group IV items should normally be shown
applicable. on the DD Form 1423 at no cost.
Item 14. Enter addressees and number of draft/final copies to be delivered
to each addressee. Explain reproducible copies in Item 16.
Item 18. For each data item, enter an amount equal to that portion
Item 15. Enter total number of draft/final copies to be delivered.
of the total price which is estimated to be attributable to the
production or development for the Government of that item of data.
Item 16. Use for additional/clarifying information for Items 1 through 15.
Examples are: Tailoring of documents cited in Item 4; Clarification of These estimated data prices shall be developed only from those
submittal dates in Items 12 and 13; Explanation of reproducible copies in costs which will be incurred as a direct result of the requirement to
Item 14.; Desired medium for delivery of the data item. supply the data, over and above those costs which would
otherwise be incurred in performance of the contract if no data
were required. The estimated data prices shall not include any
amount for rights in data. The Government's right to use the data
shall be governed by the pertinent provisions of the contract.
DD FORM 1423-1 (BACK), FEB 2001

---

Attch 3 - CIRAS - SOW Supplement

Attachment 3
Statement of Work (SOW)
Supplemental Requirements (AFRL/PZL)
26 January 2021
The following paragraphs are also considered be a part of the SOW/PWS requirements and the
Contractor is responsible for compliance to the same extent as the rest of the SOW/PWS.
1. Implementation of Disclosure of Information - In order to comply with DFARS 252.204-7000,
Disclosure of Information, the following copies of the information to be released are required at
least 50 days prior to the scheduled release date:
(a) One copy(ies) to: Contracting Officer
(b) One copy(ies) to: Program Manager
2. Communications Security (COMSEC) Monitoring - All communications with DoD organizations are
subject to Communications Security (COMSEC) review. Contractor personnel will be aware that
telecommunications networks are continually subject to interception by unfriendly intelligence
organizations. The DoD has authorized the military departments to conduct COMSEC monitoring
and recording of telephone calls originating from or terminating at DoD organizations. Therefore
civilian contractor personnel are advised that any time they place a call to or receive a call from a
USAF organization they are subject to COMSEC procedures. The Contractor will assume the
responsibility for ensuring wide and frequent dissemination of the above information to all
employees dealing with official DoD information.
3. The contractor shall submit all Controlled Unclassified Information (documents designated as FOR
OFFICIAL USE ONLY, ITAR, limited distribution etc.) by one of the following controlled means by
using either USPS mail or electronically via Safe Access File Exchange (SAFE) website, DOD
encryption wizard (https://spi.dod.mil/ewizard.htm) or obtaining a DOD approved PKI cert
(http://www.identrust.com/certificates/eca/index.html or http://www.eca.orc.com/) and sending
the information via encrypted email.
Page 1 of 4
(Version 2.0 5 Nov 2020)

---

4. Key Positions and Minimum Qualifications
(a) Contractor personnel holding the position titles and having the qualifications listed below are
considered essential to the work being performed under this contract:
Key Positions: Minimum Qualifications:
(list by job title) (list minimum qualifications in terms of education
and/or experience)
__________ ________________________________
__________ _______________________________
_________ _______________________________
(b) The contractor shall notify the contracting officer before the departure of any individual in a key
position and identify the proposed substitution. Any proposed personnel substitution that does not
meet the minimum qualification requirements described above requires the prior written approval of
the contracting officer.
5. Packaging and Marking
(a) All hardware deliverable contract items shall be packaged in accordance with established
commercial practices.
(b) When special delivery and/or handling instructions are required, all boxes and/or crates must
contain the following statement in plain sight and in bold letters: INSTRUCTION TO RECEIVING OFFICE -
DO NOT OPEN; CONTENTS ARE SENSITIVE TO DAMAGE WHEN IMPROPERLY OPENED OR HANDLED.
CONTACT THE RESPONSIBLE TECHNICAL PROJECT OFFICER IMMEDIATELY UPON RECEIPT. CONTACT:
TBD
6. Program Manager – The Government Program Manager for this effort is TBD.
7. Program Focal Points – The individuals listed below are identified as focal points for this contract.
Principal Investigator: TBD; Technical Contract Manager: TBD; Alternate: TBD.
8. Base Support - Base support may be provided by the Government to the Contractor in accordance
with this SOW.
(a) The Contractor will require use of base support on a rent-free, non-interference basis to include
Government-controlled working space, material, equipment, services (including automatic data
Page 2 of 4
(Version 2.0 5 Nov 2020)

---

processing), or other support (excluding use of the Defense Switched Network (DSN)) which the
Government determines can be made available at, or through, any Air Force installation where
this contract shall be performed.
(b) Unless otherwise stipulated in the contract schedule, the Contractor will use base support on a
no-charge-for-use basis and the value shall be a part of the Government's contract
consideration.
(c) The Contractor will immediately report (with a copy to the cognizant CAO) inadequacies,
defective base support, or non-availability of support stipulated by the contract schedule,
together with a recommended plan for obtaining the required support. Facilities are not be
purchased under this contract by the Contractor. Additionally, the Contractor (or authorized
representative) will not purchase, or otherwise furnish any base support requirement provided
by the SOW/PWS (or authorize others to do so), without prior written approval of the
Contracting Officer regarding the price, terms, and conditions of the proposed purchase, or
approval of other arrangements.
(d) Following are installations where base support will be provided: (Building 65, WPAFB, OH
45433).
(e) The base support to be furnished under this contract is (working space, phones, network
access, material, equipment, services, or other support in the performance of this effort).
Because of the nature and location(s) of the work performed, the value of such support is
undeterminable. The Contractor is not authorized to incur any costs resulting from nonsupport
prior to Contracting Officer direction.
(f) In the performance of this contract or any major subcontract, no direct or indirect costs for
support will be incurred if the Government determines that support is available at, or through
any Air Force Installation where this contract shall be performed.
9. Implementation of Patent Rights Clause –
(a) “Interim or Final Invention Reports 1) listing the subject invention(s) and stating that all subject
inventions have been disclosed, or 2) stating that there are no such inventions, shall be sent to
both the Administrative Contracting Officer (insert “at the address located on the face of the
contract” or name and address for the ACO) and to _______________________ (insert contact
information, name/or position title, email, and phone number for person(s) at the procuring
contract office who performs patent administration) within the timeframes specified in the
Patent Rights clause of this contract.
(b) Contractors are highly encouraged to use DD Form 882, Report of Invention and Subcontracts,
to submit these reports. The DD Form 882 may also be used for the notification of an award of
any subcontract(s) for experimental, developmental or research work which contain a “Patent
Rights” clause.
(c) All other notifications required by the contract shall also be sent to the addresses in paragraph
(a). This provision also constitutes the request for the following information for any subject
invention for which the contractor has retained ownership (1) the filing date, (2) serial number
and title, (3) a copy of the patent application, and (4) patent number and issue date. Submittal
shall be to (insert contact information for person(s) at the procuring contract office who will
handle patent administration, e.g., name and/or position, email, phone numbers, etc.).
Page 3 of 4
(Version 2.0 5 Nov 2020)

---

10. Information Regarding Non-US Citizens Assigned to this Project –
(a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S.
Government Information Technology (IT) networks in connection with the work on this contract
must be U.S. citizens. For the purpose of base and network access, 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. It
also does not apply to dual citizens who possess US citizenship, to include Naturalized citizens.
Any waivers to this requirement must be granted in writing by the Contracting Officer prior to
providing access. Specific format for waiver request will be provided upon request to the
Contracting Officer. The above requirements are in addition to any other contract requirements
related to obtaining a Common Access Card (CAC).
(b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse
a contractor’s application to said network/system in order to gain access, the organization
operating the IT network/system is responsible for controlling access to its system. If an IT
network/system requires an U.S. Government sponsor to endorse the application in order for
access to the IT network/system; AFRL will only endorse the following types of applications;
consistent with the requirements above:
(1) Contractor employees who are U.S. citizens performing work under this contract.
(2) Contractor employees who are non-U.S. citizens and who have been granted a waiver.
Any additional access restrictions established by the IT network/system owner apply.
11. Fundamental Research -
Pursuant to DFARS 252.204-7000, Disclosure of Information, the exception allowing release in Paragraph
(a)(3) is applicable to Statement of Work section(s)/task(s) _________, only as long as the work remains
in the public domain, or is considered fundamental research and not sensitive or inappropriate for
public release. Any time work progresses to the non-public domain, exceeds the scope of fundamental
research, or you have reason to believe the work has become sensitive or inappropriate for release to
the public, then this exception no longer applies.
Page 4 of 4
(Version 2.0 5 Nov 2020)

---

Attch 4 - CIRAS - Quad Chart

Attachment 4
Quad Chart Guidance
• Use the template on the following slide or another Quad Chart format that conveys the same information to
prepare a synopsis of the proposed research effort.
• Enter Project Title (Arial 24 point) at the top center of the Quad Chart. On the second line enter the title of the
Quad: Principal Investigator, intended research area and Air Force application addressed (Arial Bold 14)
• Complete all the sections of the Quad Chart.
• For a pre-proposal quad chart submitted with white paper, beginning with the first fiscal year (FY) provide an
estimate of annual cost in thousands of dollars ($K) per proposed year of effort (Note: Use estimated cost for
pre-proposal; usefully burdened budget per proposed year of effort for proposal; Programs/Projects can range
from 1 to 5 years).
• Except for the title, all text should be Arial 12 point (or larger)
• Submit the quad with the pre-proposal white paper.

---

Project Title (Arial Bold 24)
Principal Investigator, Intended Research Area & Air Force Application Addressed (Arial Bold 14)
Objective: Brief statement outlining project objective Clarifying Graphics (Optional):
Description of effort: A few sentences describing the scope of
work
List of Related Accomplishments/Research Efforts/Contracts:
• Accomplishments
Program/Technical Approach: Insert brief description Major Goals/Milestones by FY:
• List of Goals/Milestones by fiscal year of effort proposed.
Challenges: Insert brief description
Contact Information:
Benefits of Proposed Technology: Insert brief description of
CFoYst b1y FY: 2 3 4 5
commercial and military benefits; note if it fills a known capability
P.I. Name
gap.
$
Address
Phone & E-mail address

---

Attch 5 - CIRAS - Assistance Instrument Instructions

Attachment 5
Supplemental Instructions for Assistance Instrument Proposals
I. SF 424 (R&R) Forms:
1. Cover Page: All proposals for assistance, whether submitted electronically or
in hard copy must include an SF 424 (R&R) (Application for Federal
Assistance) as the cover page.
2. STEM: 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 to be able to assess the success
rates of women who are proposed for key roles in applications in STEM
disciplines, consequently a SF 424 Research & Related Senior/Key Person
Profile (Expanded) and a SF 424 Research & Related Personal Data must also
be submitted. The SF 424 (R&R) forms should be downloaded from the
“Application” box in the upper right hand corner of the synopsis page. Click
on “download” under the column “Instructions and Application.” Select
“Download Application Package” and complete the SF 424 (R&R) forms. For
the SF 424 Research and Related Senior/Key Person Profile (Expanded) form
the Degree Type and Degree Year fields will be used by DoD as the source
for career information. In addition to the required fields on the form,
applicants must complete these two fields for all individuals that are
identified as having the project role of PD/Pl or Co-PD/Pl. Additional
senior/key persons can be added by selecting the "Next Person" button.
The Research and Related Personal Data 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
lnvestigator(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 lnvestigator(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.
Page 1 of 7

---

Attachment 5
3. For Institutions of Higher Education Applicants: The National Defense
Authorization Act (NDAA) for FY 2019, Section 1286, pages 443-445, directs
the Secretary of Defense to support protection of intellectual property,
controlled information, key personnel, and information about critical
technologies relevant to national security; and to limit undue influence,
including through foreign talent programs, by countries to exploit United
States technology within the Department of Defense research, science and
technology, and innovation enterprise when an institution of higher
education is the applicant for defense research and engineering activities
under a grant, cooperative agreement, or in the case of a technology
investment agreement as a member of a consortium.
Applicants shall submit the information below for all key personnel (defined
as all individuals who contribute in a substantive, measurable, and
meaningful way to the scientific development or execution of the project) on
the SF 424 Senior/Key Person Profile (Expanded) form:
• A list of all current projects the individual is working on, in addition to
any future support the individual has applied to receive, regardless of
the source.
• Title and objectives of the other research projects.
• The percentage per year to be devoted to the other projects.
• The total amount of support the individual is receiving in connection to
each of the other research projects or will receive if other proposals
are awarded.
• Name and address of the agencies and/or other parties supporting the
other research projects.
• Period of performance for the other research projects.
This information will be used to support protection of intellectual property,
controlled information, key personnel, and information about critical
technologies relevant to national security and will be used to limit undue
influence, including foreign talent programs, by countries that desire to
exploit United States' technology within the DoD research, science and
technology, and innovation enterprise.
Failure to submit this information may cause the proposal to be returned
without further review, and DoD reserves the right to request further details
from an applicant before making a final determination on funding the effort.
This information does not count towards the overall proposal page limits in
the BAA Section IV 2.c.i.
II. System Award Management: To apply for grants and other funding
opportunities the applicant entity must be registered in the System for Award
Management (SAM). Proposals will not be accepted through Grants.gov or other
methods unless the entity is registered in SAM.
Page 2 of 7

---

Attachment 5
III. Certifications:
1. SAM: SAM is now the central repository for common Government-wide
financial assistance certifications and representations. Registration in SAM
now includes the acceptance of Certifications and Assurances. SAM may be
accessed at: https://beta.sam.gov. The Financial Assistance Certifications
Report is an attestation that the entity will abide by the requirements of the
various laws and regulations; therefore, as applicable, you are still required
to submit any documentation, including the SF LLL Disclosure of Lobbying
Activities (if applicable), and informing DoD of unpaid delinquent tax liability
or a felony conviction under any Federal law. (Note: Grant offices should
include any other requirements, such as IRB certifications.)
1. Note to Agreements/Grants Officer: In the rare event that additional
certification(s) or representation(s) are required (beyond those identified in
SAM) due to law or regulations, specific DoD program needs, or as necessary
to conduct business, you may add them as warranted by adding them as an
attachment to the funding opportunity. For example, this will likely be
necessary for Title III programs. If doing so, add the following statement
here, or preface the Certification(s) or Representation(s) Attachment with the
following statement: “This program contains unique certifications and
representations not identified in the SAM repository and are included as an
attachment to this funding opportunity. By checking “I Agree” on the SF 424
Block 21 or the SF 424 (R&R) block 17 you agree to abide by the following
statement: 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)”
IV. Grants.gov: If you are submitting an assistance instrument proposal, you may
do so electronically through Grants.gov, in addition to submitting in accordance
with BAA Section IV Paragraph 2.a.iv., but you are not required to submit via
Grants.gov. (The CO may request an email from the offeror be submitted
notifying the Contracting POC when a proposal is submitted electronically via
Grants.gov.) The application submission and receipt instructions follow below.
Read the following instructions carefully and completely:
1. Electronic Delivery
DoD is participating in the Grants.gov initiative to provide the grant
community with a single site to find and apply for grant funding
opportunities. Applicants may submit their applications online through
Grants.gov in accordance with the BAA.
2. How to Register to Apply through Grants.gov
Page 3 of 7

---

Attachment 5
a. Instructions: Read the instructions below about registering to apply for
funds under this BAA. Applicants should read the registration instructions
carefully and prepare the information requested before beginning the
registration process. Reviewing and assembling the required information
before beginning the registration process will alleviate last-minute
searches for required information.
The registration process can take up to four weeks to complete.
Therefore, registration should be done in sufficient time to ensure it does
not impact your ability to meet required application submission deadlines.
If individual applicants are eligible to apply for this grant funding
opportunity, refer to:
https://www.grants.gov/web/grants/applicants/registration.html
Organization applicants can find complete instructions here:
https://www.grants.gov/web/grants/applicants/organization-
registration.html
(1) Obtain a DUNS Number: All entities applying for funding, including
renewal funding, must have a Data Universal Numbering System
(DUNS) number from Dun & Bradstreet (D&B). Applicants must enter
the DUNS number in the data entry field labeled "Organizational
DUNS" on the SF-424 form.
For more detailed instructions for obtaining a DUNS number, refer to:
https://www.grants.gov/web/grants/applicants/organization-
registration/step-1-obtain-duns-number.html
(2) Register with SAM: In addition to having a DUNS number,
organizations applying online through Grants.gov (or otherwise) must
register with the System for Award Management (SAM).
For more detailed instructions for registering with SAM, refer to:
https://www.grants.gov/web/grants/applicants/organization-
registration/step-2-register-with-sam.html
(3) Create a Grants.gov Account: The next step in the registration process
is to create an account with Grants.gov. Applicants must know their
organization's DUNS number to complete this process. Completing this
process automatically triggers an email request for applicant roles to
the organization's E-Business Point of Contact (EBiz POC) for review.
The EBiz POC is a representative from your organization who is the
contact listed for SAM. To apply for grants on behalf of your
organization, you will need the Authorized Organizational
Representative (AOR) role.
Page 4 of 7

---

Attachment 5
For more detailed instructions about creating a profile on Grants.gov,
refer to:
https://www.grants.gov/web/grants/applicants/registration/add-
profile.html
(4) Authorize Grants.gov Roles: After creating an account on Grants.gov,
the EBiz POC receives an email notifying them of your registration and
request for roles. The EBiz POC will then log in to Grants.gov and
authorize the appropriate roles, which may include the AOR role,
thereby giving you permission to complete and submit applications on
behalf of the organization. You will be able to submit your application
online any time after you have been approved as an AOR.
b. Electronic Signature: When applications are submitted through
Grants.gov, the name of the organization's AOR that submitted the
application is inserted into the signature line of the application, serving as
the electronic signature. The EBiz POC must authorize individuals who are
able to make legally binding commitments on behalf of the organization
as an AOR; this step is often missed and it is crucial for valid and
timely submissions.
3. How to Submit an Application via Grants.gov
Grants.gov applicants can apply online using Workspace. Workspace is a
shared, online environment where members of a grant team may
simultaneously access and edit different webforms within an application. For
each BAA, you can create individual instances of a workspace.
Below is an overview of applying on Grants.gov. For access to complete
instructions on how to apply for opportunities, refer to:
https://www.grants.gov/web/grants/applicants/apply-for-grants.html
a. Create a Workspace: Creating a workspace allows you to complete it
online and route it through your organization for review before
submitting.
b. Complete a Workspace: Add participants to the workspace, complete all
the required forms, and check for errors before submission.
(1) Adobe Reader: If you decide not to apply by filling out webforms you
can download individual PDF forms in Workspace so that they will
appear similar to other Standard forms. The individual PDF forms can
be downloaded and saved to your local device storage, network
drive(s), or external drives, then accessed through Adobe Reader.
NOTE: Visit the Adobe Software Compatibility page on Grants.gov to
download the appropriate version of the software at:
Page 5 of 7

---

Attachment 5
https://www.grants.gov/web/grants/applicants/adobe-software-
compatibility.html
(2) Mandatory Fields in Forms: In the forms, you will note fields marked
with an asterisk and a different background color. These fields are
mandatory fields that must be completed to successfully submit your
application.
(3) Complete SF-424 Fields First: The forms are designed to fill in
common required fields across other forms, such as the applicant
name, address, and DUNS number. To trigger this feature, an
applicant must complete the SF-424 information first. Once it is
completed, the information will transfer to the other forms.
c. Submit an Application via Workspace: An application may be submitted
through workspace by clicking the Sign and Submit button on the Manage
Workspace page, under the Forms tab. Grants.gov recommends
submitting your application package at least 24-48 hours prior to the
close date to provide you with time to correct any potential technical
issues that may disrupt the application submission.
d. Track an Application via Workspace: After successfully submitting a
workspace package, a Grants.gov Tracking Number (GRANTXXXXXXXX) is
automatically assigned to the package. The number will be listed on the
Confirmation page that is generated after submission.
For additional training resources, including video tutorials, refer to:
https://www.grants.gov/web/grants/applicants/applicant-training.html
Applicant Support: Grants.gov provides applicants 24/7 support via the toll-
free number 1-800-518-4726 and email at support@grants.gov. For
questions related to the specific grant opportunity, contact the number listed
in the application package of the grant you are applying for.
If you are experiencing difficulties with your submission, it is best to call the
Grants.gov Support Center and get a ticket number. The Support Center
ticket number will assist the DoD with tracking your issue and understanding
background information on the issue.
4. Timely Receipt Requirements and Proof of Timely Submission
a. Online Submission. All applications must be received by the due date
established for each program. Proof of timely submission is automatically
recorded by Grants.gov. An electronic date/time stamp is generated
within the system when the application is successfully received by
Grants.gov. The applicant AOR will receive an acknowledgement of receipt
and a tracking number (GRANTXXXXXXXX) from Grants.gov with the
successful transmission of their application. Applicant AORs will also
Page 6 of 7

---

Attachment 5
receive the official date/time stamp and Grants.gov Tracking number in
an email serving as proof of their timely submission.
When the application is successfully retrieved from Grants.gov, and the
download of submissions is acknowledged, Grants.gov will provide an
electronic acknowledgment of receipt of the application to the email
address of the applicant with the AOR role. Again, proof of timely
submission shall be the official date and time that Grants.gov receives
your application. Applications received by Grants.gov after the established
due date for the program will be considered late and will not be
considered for funding.
Applicants using slow internet, such as dial-up connections, should be
aware that transmission can take some time before Grants.gov receives
your application. Again, Grants.gov will provide either an error or a
successfully received transmission in the form of an email sent to the
applicant with the AOR role. The Grants.gov Support Center reports that
some applicants end the transmission because they think that nothing is
occurring during the transmission process. Please be patient and give the
system time to process the application.
V. Assistance Opportunity: Go to https://www.grants.gov/web/grants/search-
grants.html to find the opportunity. Instructions are provided at
http://www.grants.gov/web/grants/applicants/apply-for-grants.html
Page 7 of 7

---

Attch 6 - CIRAS - Proposal Adequacy Checklist

DFARS 252.215-7009 Proposal Adequacy Checklist
As prescribed in 215.408(4), use the following provision:
PROPOSAL ADEQUACY CHECKLIST (JAN 2014)
The offeror shall complete the following checklist, providing location of requested information,
or an explanation of why the requested information is not provided. In preparation of the
offeror’s checklist, offerors may elect to have their prospective subcontractors use the same or
similar checklist as appropriate.
PROPOSAL ADEQUACY CHECKLIST
If not
provided
SUBMISSION
PROPOSAL EXPLAIN
REFERENCES
PAGE No. (may use
ITEM
continuation
pages)
GENERAL INSTRUCTIONS
1. FAR 15.408, Is there a properly completed first
Table 15-2, page of the proposal per FAR
Section I 15.408 Table 15-2 I.A or as
Paragraph A specified in the solicitation?
2. FAR 15.408, Does the proposal identify the
Table 15-2, need for Government-furnished
Section I material/tooling/test equipment?
Paragraph A(7) Include the accountable contract
number and contracting officer
contact information if known.
3. FAR 15.408, Does the proposal identify and
Table 15-2, explain notifications of
Section I noncompliance with Cost
Paragraph A(8) Accounting Standards Board or
Cost Accounting Standards (CAS);
any proposal inconsistencies with
your disclosed practices or
applicable CAS; and
inconsistencies with your
established estimating and
accounting principles and
procedures?
4. FAR 15.408, Does the proposal disclose any
Table 15-2, other known activity that could
Page 1 of 8

---

Section I, materially impact the costs?
Paragraph C(1) This may include, but is not
limited to, such factors as—
FAR 2.101, “Cost
or pricing data” (1)Vendor quotations;
(2)Nonrecurring costs;
(3) Information on changes in
production methods and in
production or purchasing volume;
(4)Data supporting projections of
business prospects and objectives
and related operations costs;
(5)Unit-cost trends such as those
associated with labor efficiency;
(6)Make-or-buy decisions;
(7)Estimated resources to attain
business goals; and
(8) Information on management
decisions that could have a
significant bearing on costs.
5. FAR 15.408, Is an Index of all certified cost or
Table 15-2, pricing data and information
Section I accompanying or identified in the
Paragraph B proposal provided and
appropriately referenced?
6. FAR 15.403-1(b) Are there any exceptions to
submission of certified cost or
pricing data pursuant to FAR
15.403-1(b)? If so, is supporting
documentation included in the
proposal? (Note questions 18-20.)
7. FAR 15.408, Does the proposal disclose the
Table 15-2, judgmental factors applied and the
Section I mathematical or other methods
Paragraph C(2)(i) used in the estimate, including
those used in projecting from
known data?
Page 2 of 8

---

8. FAR 15.408, Does the proposal disclose the
Table 15-2, nature and amount of any
Section I contingencies included in the
Paragraph proposed price?
C(2)(ii)
9. FAR 15.408 Does the proposal explain the basis
Table 15-2, of all cost estimating relationships
Section II, (labor hours or material) proposed
Paragraph A or B on other than a discrete basis?
10. FAR 15.408, Is there a summary of total cost by
Table 15-2, element of cost and are the
Section I elements of cost cross-referenced
Paragraphs D and to the supporting cost or pricing
E data? (Breakdowns for each cost
element must be consistent with
your cost accounting system,
including breakdown by year.)
11. FAR 15.408, If more than one Contract Line
Table 15-2, Item Number (CLIN) or sub
Section I Contract Line Item Number (sub-
Paragraphs D and CLIN) is proposed as required by
E the RFP, are there summary total
amounts covering all line items for
each element of cost and is it
cross-referenced to the supporting
cost or pricing data?
12. FAR 15.408, Does the proposal identify any
Table 15-2, incurred costs for work performed
Section I before the submission of the
Paragraph F proposal?
13. FAR 15.408, Is there a Government forward
Table 15-2, pricing rate agreement (FPRA)? If
Section I so, the offeror shall identify the
Paragraph G official submittal of such rate and
factor data. If not, does the
proposal include all rates and
factors by year that are utilized in
the development of the proposal
and the basis for those rates and
factors?
COST ELEMENTS
MATERIALS AND SERVICES
Page 3 of 8

---

14. FAR 15.408, Does the proposal include a
Table 15-2, consolidated summary of
Section II individual material and services,
Paragraph A frequently referred to as a
Consolidated Bill of Material
(CBOM), to include the basis for
pricing? The offeror’s consolidated
summary shall include raw
materials, parts, components,
assemblies, subcontracts and
services to be produced or
performed by others, identifying as
a minimum the item, source,
quantity, and price.
SUBCONTRACTS (Purchased materials or services)
15. DFARS 215.404- Has the offeror identified in the
3 proposal those subcontractor
proposals, for which the
contracting officer has initiated or
may need to request field pricing
analysis?
16. FAR 15.404-3(c) Per the thresholds of FAR 15.404-
3(c), Subcontract Pricing
FAR 52.244-2 Considerations, does the proposal
include a copy of the applicable
subcontractor’s certified cost or
pricing data?
17. FAR 15.408, Is there a price/cost analysis
Table 15-2, establishing the reasonableness of
each of the proposed subcontracts
Note 1; included with the proposal?
Section II If the offeror’s price/cost analyses
Paragraph A are not provided with the proposal,
does the proposal include a matrix
identifying dates for receipt of
subcontractor proposal, completion
of fact finding for purposes of
price/cost analysis, and submission
of the price/cost analysis?
EXCEPTIONS TO CERTIFIED COST OR PRICING DATA
Page 4 of 8

---

18. FAR 52.215-20 Has the offeror submitted an
exception to the submission of
FAR 2.101, certified cost or pricing data for
commercial items proposed either
“commercial at the prime or subcontractor level,
item” in accordance with provision
52.215-20?
a.Has the offeror specifically
identified the type of commercial
item claim (FAR 2.101
commercial item definition,
paragraphs (1) through (8)), and
the basis on which the item meets
the definition?
b.For modified commercial items
(FAR 2.101 commercial item
definition paragraph (3)); did the
offeror classify the modification(s)
as either—
i.A modification of a type
customarily available in the
commercial marketplace
(paragraph (3)(i)); or
ii.A minor modification
(paragraph (3)(ii)) of a type not
customarily available in the
commercial marketplace made to
meet Federal Government
requirements not exceeding the
thresholds in FAR 15.403-
1(c)(3)(iii)(B)?
c.For proposed commercial items
“of a type”, or “evolved” or
modified (FAR 2.101 commercial
item definition paragraphs (1)
through (3)), did the contractor
provide a technical description of
the differences between the
proposed item and the comparison
item(s)?
19. [Reserved]
Page 5 of 8

---

20. FAR 15.408, Does the proposal support the
Table 15-2, degree of competition and the
Section II basis for establishing the source
Paragraph A(1) and reasonableness of price for
each subcontract or purchase order
priced on a competitive basis
exceeding the threshold for
certified cost or pricing data?
INTERORGANIZATIONAL TRANSFERS
21. FAR 15.408, For inter-organizational transfers
Table 15-2, proposed at cost, does the proposal
Section II include a complete cost proposal in
Paragraph A.(2) compliance with Table 15-2?
22. FAR 15.408, For inter-organizational transfers
Table 15-2, proposed at price in accordance
Section II with FAR 31.205-26(e), does the
Paragraph A(1) proposal provide an analysis by the
prime that supports the exception
from certified cost or pricing data
in accordance with FAR 15.403-1?
DIRECT LABOR
23. FAR 15.408, Does the proposal include a time
Table 15-2, phased (i.e.; monthly, quarterly)
Section II breakdown of labor hours, rates
Paragraph B and costs by category or skill
level? If labor is the allocation
base for indirect costs, the labor
cost must be summarized in order
that the applicable overhead rate
can be applied.
24. FAR 15.408, For labor Basis of Estimates
Table 15-2, (BOEs), does the proposal include
Section II labor categories, labor hours, and
Paragraph B task descriptions, (e.g.; Statement
of Work reference, applicable
CLIN, Work Breakdown Structure,
rationale for estimate, applicable
history, and time-phasing)?
25. FAR subpart If covered by the Service Contract
22.10 Labor Standards statute (41 U.S.C.
chapter 67), are the rates in the
proposal in compliance with the
minimum rates specified in the
statute?
Page 6 of 8

---

INDIRECT COSTS
26. FAR 15.408, Does the proposal indicate the
Table 15-2, basis of estimate for proposed
Section II indirect costs and how they are
Paragraph C applied? (Support for the indirect
rates could consist of cost
breakdowns, trends, and budgetary
data.)
OTHER COSTS
27. FAR 15.408, Does the proposal include other
Table 15-2, direct costs and the basis for
Section II pricing? If travel is included does
Paragraph D the proposal include number of
trips, number of people, number of
days per trip, locations, and rates
(e.g. airfare, per diem, hotel, car
rental, etc)?
28. FAR 15.408, If royalties exceed $1,500 does the
Table 15-2, proposal provide the
Section II information/data identified by
Paragraph E Table 15-2?
29. FAR 15.408, When facilities capital cost of
Table 15-2, money is proposed, does the
Section II proposal include submission of
Paragraph F Form CASB-CMF or reference to
an FPRA/FPRP and show the
calculation of the proposed
amount?
FORMATS FOR SUBMISSION OF LINE ITEM SUMMARIES
30. FAR 15.408, Are all cost element breakdowns
Table 15-2, provided using the applicable
Section III format prescribed in FAR 15.408,
Table 15-2 III? (or alternative
format if specified in the request
for proposal)
31. FAR 15.408, If the proposal is for a
Table 15-2, modification or change order, have
Section III cost of work deleted (credits) and
Paragraph B cost of work added (debits) been
provided in the format described in
FAR 15.408, Table 15-2.III.B?
32. FAR 15.408, For price
Table 15-2, revisions/redeterminations, does
Page 7 of 8

---

Section III the proposal follow the format in
Paragraph C FAR 15.408, Table 15-2.III.C?
OTHER
33. FAR 16.4 If an incentive contract type, does
the proposal include offeror
proposed target cost, target profit
or fee, share ratio, and, when
applicable, minimum/maximum
fee, ceiling price?
34. FAR 16.203-4 If Economic Price Adjustments are
and FAR being proposed, does the proposal
show the rationale and application
15.408 Table 15- for the economic price adjustment?
2, Section II,
Paragraphs A, B,
C, and D
35. FAR 52.232-28 If the offeror is proposing
Performance-Based Payments did
the offeror comply with FAR
52.232-28?
36. FAR 15.408(n) Excessive Pass-through Charges–
Identification of Subcontract
FAR 52.215-22 Effort: If the offeror intends to
subcontract more than 70% of the
FAR 52.215-23 total cost of work to be performed,
does the proposal identify: (i) the
amount of the offeror’s indirect
costs and profit applicable to the
work to be performed by the
proposed subcontractor(s); and (ii)
a description of the added value
provided by the offeror as related
to the work to be performed by the
proposed subcontractor(s)?
(End of provision)
(Revised April 21, 2014)
Page 8 of 8

---

Attch 7 - CIRAS - Section K

Section K- Representations and Certifications
Attachment 7
I. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated by
reference:
A. FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)
52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN
ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND
CERTIFICATIONS (JUN 2020)
B. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT SOLICITATION PROVISIONS
II. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated in full
text:
FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS IN FULL TEXT
52.204-05 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (OCT 2014)
(a) Definition. "Women-owned business concern," as used in this provision, means a concern
that is at least 51 percent owned by one or more women; or in the case of any publicly owned business,
at least 51 percent of its stock is owned by one or more women; and whose management and daily
business operations are controlled by one or more women.
(b) Representation. (Complete only if the offeror is a women-owned business concern and has
not represented itself as a small business concern in paragraph (c)(1) of FAR 52.219-1, Small Business
Program Representation, of this solicitation.) The offeror represents that it [ ] is a women-owned
business concern.
52.204-08 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020)
(a)
(1) The North American Industry Classification System (NAICS) code for this acquisition
is 541715.
(2) The small business size standard is 1,500.
Page 1 of 37

---

Section K- Representations and Certifications
Attachment 7
(3) The small business size standard for a concern which submits an offer in its own
name, other than on a construction or service contract, but which proposes to furnish a product which it
did not itself manufacture, is 500 employees.
(b)
(1) If the provision at 52.204-7, System for Award Management, is included in this
solicitation, paragraph (d) of this provision applies.
(2) If the provision at 52.204-7, System for Award Management, is not included in this
solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the
Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding
individual representations and certifications in the solicitation. The Offeror shall indicate which option
applies by checking one of the following boxes:
[ ] (i) Paragraph (d) applies.
[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual
representations and certifications in the solicitation.
(c)
(1) The following representations or certifications in SAM are applicable to this solicitation
as indicated:
(i) 52.203-2, Certificate of Independent Price Determination. This provision
applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price
adjustment is contemplated, unless—
(A) The acquisition is to be made under the simplified acquisition
procedures in Part 13;
(B) The solicitation is a request for technical proposals under two-step
sealed bidding procedures; or
(C) The solicitation is for utility services for which rates are set by law or
regulation.
(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence
Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.
(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements or Statements -- Representation. This provision applies to all
solicitations.
(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that
do not include the provision at 52.204-7, System for Award Management.
(v) 52.204-5, Women-Owned Business (Other Than Small Business). This
provision applies to solicitations that-
(A) Are not set aside for small business concerns;
(B) Exceed the simplified acquisition threshold; and
Page 2 of 37

---

Section K- Representations and Certifications
Attachment 7
(C) Are for contracts that will be performed in the United States or its
outlying areas.
(vi) 52.204-26, Covered Telecommunications Equipment or Services-
Representation. This provision applies to all solicitations.
(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--
Representation.
(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision
applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.
(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.
(x) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to
invitations for bids except those in which the place of performance is specified by the Government.
(xi) 52.215-6, Place of Performance. This provision applies to solicitations unless
the place of performance is specified by the Government.
(xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and
II). This provision applies to solicitations when the contract will be performed in the United States or its
outlying areas.
(A) The basic provision applies when the solicitations are issued by other
than DoD, NASA, and the Coast Guard.
(B) The provision with its Alternate I applies to solicitations issued by
DoD, NASA, or the Coast Guard.
(C) The provision with its Alternate II applies to solicitations that will
result in a multiple-award contract with more than one NAICS code assigned.
(xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when
contracting by sealed bidding and the contract will be performed in the United States or its outlying areas.
(xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision
applies to solicitations that include the clause at 52.222-26, Equal Opportunity.
(xv) 52.222-25, Affirmative Action Compliance. This provision applies to
solicitations, other than those for construction, when the solicitation includes the clause at
52.222-26, Equal Opportunity.
(xvi) 52.222-38, Compliance with Veterans' Employment Reporting
Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed
the simplified acquisition threshold and the contract is not for acquisition of commercial items.
(xvii) 52.223-1, Biobased Product Certification. This provision applies to
solicitations that require the delivery or specify the use of USDA-designated items; or include the clause
at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.
(xviii) 52.223-4, Recovered Material Certification. This provision applies to
solicitations that are for, or specify the use of, EPA- designated items.
Page 3 of 37

---

Section K- Representations and Certifications
Attachment 7
(xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction
Goals - Representation. This provision applies to solicitations that include the clause at 52.204-7.
(xx) 52.225-2, Buy American Certificate. This provision applies to solicitations
containing the clause at 52.225-1.
(xxi) 52.225-4, Buy American - Free Trade Agreements - Israeli Trade Act
Certificate. (Basic, Alternates I, II and III.) This provision applies to solicitations containing the clause at
52.225- 3.
(A) If the acquisition value is less than $25,000, the basic provision
applies.
(B) If the acquisition value is $25,000 or more but is less than $50,000,
the provision with its Alternate I applies.
(C) If the acquisition value is $50,000 or more but is less than $83,099,
the provision with its Alternate II applies.
(D) If the acquisition value is $83,099 or more but is less than $100,000,
the provision with its Alternate III applies.
(xxii) 52.225-6, Trade Agreements Certificate. This provision applies to
solicitations containing the clause at 52.225-5.
(xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in
Sudan--Certification. This provision applies to all solicitations
(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions Relating to Iran-Representation and Certification. This provision applies to all
solicitations.
(xxv) 52.226-2, Historically Black College or University and Minority Institution
Representation. This provision applies to solicitations for research, studies, supplies, or services of the
type normally acquired from higher educational institutions; and
(2) The following representations or certifications are applicable as indicated by the
Contracting Officer:
[Contracting Officer check as appropriate.]
X ------ (i) 52.204-17, Ownership or Control of Offeror.
X -------- (ii) 52.204-20, Predecessor of Offeror
N/A ------ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for
Listed End Products.
N/A ------ (iv) 52.222-48, Exemption from Application of the Service Contract
Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.
N/A ------ (v) 52.222-52 Exemption from Application of the Service Contract Labor
Standards to Contracts for Certain Services--Certification.
N/A ------ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered
Material Content for EPA-Designated Products (Alternate I only).
Page 4 of 37

---

Section K- Representations and Certifications
Attachment 7
N/A ------ (vii) 52.227-6, Royalty Information.
N/A ------ (A) Basic.
N/A ------ (B) Alternate I.
N/A ------ (viii) 52.227-15, Representation of Limited Rights Data and Restricted
Computer Software.
(d) The Offeror has completed the annual representations and certifications electronically in SAM
accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by
submission of the offer that the representations and certifications currently posted electronically that apply
to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the
last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business
size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and
are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below
[offeror to insert changes, identifying change by clause number, title, date]. These amended
representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and
complete as of the date of this offer.
FAR Clause Title Date Change
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update
to the representations and certifications posted on SAM.
52.204-08 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAR 2020) - ALTERNATE I
(MAR 2020)
(a)(1) The North American Industry Classification System (NAICS) codes and corresponding size
standards for this acquisition are as follows; the categories or portions these NAICS codes are assigned
to are specified elsewhere in the solicitation:
NAICS Code Size standard
541715
(2) The small business size standard for a concern which submits an offer in its own
name, other than on a construction or service contract, but which proposes to furnish a product which it
did not itself manufacture (i.e., non-manufacturer), is 500 employees.
(b)
(1) If the provision at 52.204-7, System for Award Management, is included in this
solicitation, paragraph (d) of this provision applies.
(2) If the provision at 52.204-7, System for Award Management, is not included in this
solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the
Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding
individual representations and certifications in the solicitation. The Offeror shall indicate which option
applies by checking one of the following boxes:
[ ] (i) Paragraph (d) applies.
Page 5 of 37

---

Section K- Representations and Certifications
Attachment 7
[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual
representations and certifications in the solicitation.
(c)
(1) The following representations or certifications in SAM are applicable to this solicitation
as indicated:
(i) 52.203-2, Certificate of Independent Price Determination. This provision
applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price
adjustment is contemplated, unless—
(A) The acquisition is to be made under the simplified acquisition
procedures in Part 13;
(B) The solicitation is a request for technical proposals under two-step
sealed bidding procedures; or
(C) The solicitation is for utility services for which rates are set by law or
regulation.
(ii) 52.203-11, Certification and Disclosure Regarding Payments to Influence
Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.
(iii) 52.203-18, Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements or Statements -- Representation. This provision applies to all
solicitations.
(iv) 52.204-3, Taxpayer Identification. This provision applies to solicitations that
do not include the provision at 52.204-7, System for Award Management.
(v) 52.204-5, Women-Owned Business (Other Than Small Business). This
provision applies to solicitations that-
(A) Are not set aside for small business concerns;
(B) Exceed the simplified acquisition threshold; and
(C) Are for contracts that will be performed in the United States or its
outlying areas.
(vi) 52.204-26, Covered Telecommunications Equipment or Services-
Representation. This provision applies to all solicitations.
(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--
Representation.
(viii) 52.209-5, Certification Regarding Responsibility Matters. This provision
applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.
(ix) 52.209-11, Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.
(x) 52.214-14, Place of Performance--Sealed Bidding. This provision applies to
invitations for bids except those in which the place of performance is specified by the Government.
Page 6 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (xi) 52.215-6, Place of Performance. This provision applies to solicitations unless the place of performance is specified by the Government. (xii) 52.219-1, Small Business Program Representations (Basic, Alternates I, and II). This provision applies to solicitations when the contract will be performed in the United States or its outlying areas. (A) The basic provision applies when the solicitations are issued by other than DoD, NASA, and the Coast Guard. (B) The provision with its Alternate I applies to solicitations issued by DoD, NASA, or the Coast Guard. (C) The provision with its Alternate II applies to solicitations that will result in a multiple-award contract with more than one NAICS code assigned. (xiii) 52.219-2, Equal Low Bids. This provision applies to solicitations when contracting by sealed bidding and the contract will be performed in the United States or its outlying areas. (xiv) 52.222-22, Previous Contracts and Compliance Reports. This provision applies to solicitations that include the clause at 52.222-26, Equal Opportunity. (xv) 52.222-25, Affirmative Action Compliance. This provision applies to solicitations, other than those for construction, when the solicitation includes the clause at 52.222-26, Equal Opportunity. (xvi) 52.222-38, Compliance with Veterans' Employment Reporting Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed the simplified acquisition threshold and the contract is not for acquisition of commercial items. (xvii) 52.223-1, Biobased Product Certification. This provision applies to solicitations that require the delivery or specify the use of USDA-designated items; or include the clause at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts. (xviii) 52.223-4, Recovered Material Certification. This provision applies to solicitations that are for, or specify the use of, EPA- designated items. (xix) 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals - Representation. This provision applies to solicitations that include the clause at 52.204-7. (xx) 52.225-2, Buy American Certificate. This provision applies to solicitations containing the clause at 52.225-1. (xxi) 52.225-4, Buy American - Free Trade Agreements - Israeli Trade Act Certificate. (Basic, Alternates I, II and III.) This provision applies to solicitations containing the clause at 52.225- 3. (A) If the acquisition value is less than $25,000, the basic provision applies. (B) If the acquisition value is $25,000 or more but is less than $50,000, the provision with its Alternate I applies. (C) If the acquisition value is $50,000 or more but is less than $83,099, the provision with its Alternate II applies. (D) If the acquisition value is $83,099 or more but is less than $100,000, the provision with its Alternate III applies. Page 7 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (xxii) 52.225-6, Trade Agreements Certificate. This provision applies to solicitations containing the clause at 52.225-5. (xxiii) 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan--Certification. This provision applies to all solicitations (xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certification. This provision applies to all solicitations. (xxv) 52.226-2, Historically Black College or University and Minority Institution Representation. This provision applies to solicitations for research, studies, supplies, or services of the type normally acquired from higher educational institutions; and (2) The following representations or certifications are applicable as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] X ------ (i) 52.204-17, Ownership or Control of Offeror. X -------- (ii) 52.204-20, Predecessor of Offeror N/A ------ (iii) 52.222-18, Certification Regarding Knowledge of Child Labor for Listed End Products. N/A ------ (iv) 52.222-48, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification. N/A ------ (v) 52.222-52 Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services--Certification. N/A ------ (vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Alternate I only). N/A ------ (vii) 52.227-6, Royalty Information. N/A ------ (A) Basic. N/A ------ (B) Alternate I. N/A ------ (viii) 52.227-15, Representation of Limited Rights Data and Restricted Computer Software. (d) The Offeror has completed the annual representations and certifications electronically in SAM accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by clause number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR Clause Title Date Change Page 8 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications posted on SAM. 52.204-20 PREDECESSOR OF OFFEROR (AUG 2020) (a) Definitions. As used in this provision-- Commercial and Government Entity (CAGE) code means-- (1) An identifier assigned to entities located in the United States and its outlying areas by the Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a commercial or government entity by unique location, or (2) An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its outlying areas that DLA Commercial and Government Entity (CAGE) Branch records and maintains in the CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code. "Predecessor" means an entity that is replaced by a successor and includes any predecessors of the predecessor. "Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out the affairs of the predecessor under a new name (often through acquisition or merger). The term ``successor'' does not include new offices/divisions of the same company or a company that only changes its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary, depending on State law and specific circumstances. (b) The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal contract or grant within the last three years. (c) If the Offeror has indicated ``is'' in paragraph (b) of this provision, enter the following information for all predecessors that held a Federal contract or grant within the last three years (if more than one predecessor, list in reverse chronological order): Predecessor CAGE code: (or mark ``Unknown''). Predecessor legal name: . (Do not use a ``doing business as'' name). 52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (OCT 2020) The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has represented that it “does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument” in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications Equipment or Services-Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror Page 9 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 Representations and Certifications-Commercial Items. The Offeror shall not complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it “does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services” in paragraph (c)(2) of the provision at 52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3. (a) Definitions. As used in this provision- Backhaul, covered telecommunications equipment or services, critical technology, interconnection arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. Nothing in the prohibition shall be construed to- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (2) Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13, 2020, from entering into a contract or extending or renewing a contract with an entity that uses any equipment, system, or service that uses covered telecommunications equipment or services as a substantial or essential component of any system, or as critical technology as part of any system. This prohibition applies to the use of covered telecommunications equipment or services, regardless of whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be construed to- (i) Prohibit the head of an executive agency from procuring with an entity to provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or interconnection arrangements; or (ii) Cover telecommunications equipment that cannot route or redirect user data traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise handles. (c) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services.” (d) Representations. The Offeror represents that- (1) It [ ] will, [ ] will not provide covered telecommunications equipment or services to the Government in the performance of any contract, subcontract or other contractual instrument resulting from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph (e)(1) of this section if the Offeror responds “will” in paragraph (d)(1) of this section; and Page 10 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (2) After conducting a reasonable inquiry, for purposes of this representation, the Offeror represents that- It [ ] does, [ ] does not use covered telecommunications equipment or services, or use any equipment, system, or service that uses covered telecommunications equipment or services. The Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the Offeror responds “does” in paragraph (d)(2) of this section. (e) Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the Offeror has responded “will” in the representation in paragraph (d)(1) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the original equipment manufacturer (OEM) or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (ii) For covered services- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the Product Service Code (PSC) of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(1) of this provision. (2) Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror has responded “does” in the representation in paragraph (d)(2) of this provision, the Offeror shall provide the following information as part of the offer: (i) For covered equipment- (A) The entity that produced the covered telecommunications equipment (include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a distributor, if known); (B) A description of all covered telecommunications equipment offered (include brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); and (C) Explanation of the proposed use of covered telecommunications equipment and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. Page 11 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (ii) For covered services- (A) If the service is related to item maintenance: A description of all covered telecommunications services offered (include on the item being maintained: Brand; model number, such as OEM number, manufacturer part number, or wholesaler number; and item description, as applicable); or (B) If not associated with maintenance, the PSC of the service being provided; and explanation of the proposed use of covered telecommunications services and any factors relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this provision. 52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION (OCT 2020) (a) Definitions. As used in this provision, “covered telecommunications equipment or services” and “reasonable inquiry” have the meaning provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (b) Procedures. The Offeror shall review the list of excluded parties in the System for Award Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for “covered telecommunications equipment or services”. (c) Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered telecommunications equipment or services as a part of its offered products or services to the Government in the performance of any contract, subcontract, or other contractual instrument. (2) After conducting a reasonable inquiry for purposes of this representation, the offeror represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any equipment, system, or service that uses covered telecommunications equipment or services. 52.209-02 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS -- REPRESENTATION (NOV 2015) (a) Definitions. “Inverted domestic corporation” and “subsidiary” have the meaning given in the clause of this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10). (b) Government agencies are not permitted to use appropriated (or otherwise made available) funds for contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with the procedures at 9.108-4. (c) Representation. The offeror represents that— (1) It [ ] is, [ ] is not an inverted domestic corporation; and (2) It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation. 52.209-05 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (AUG 2020) (a) (1) The Offeror certifies, to the best of its knowledge and belief, that -- (i) The Offeror and/or any of its Principals -- (A) Are [ ] are not [ ] presently debarred, suspended, proposed for Page 12 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 debarment, or declared ineligible for the award of contracts by any Federal agency; (B) Have [ ] have not [ ], within a three-year period preceding this offer, been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers; or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror checks “have”, the offeror shall also see 52.209-7, if included in this solicitation); and (C) Are [ ] are not [ ] presently indicted for, or otherwise criminally or civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph (a)(1)(i)(B) of this provision; and (D) Have [ ] have not [ ] within a three-year period preceding this offer, been notified of any delinquent Federal taxes in an amount that exceeds the threshold at 9.104-5(a)(2) for which the liability remains unsatisfied. (1) Federal taxes are considered delinquent if both of the following criteria apply: (i) The tax liability is finally determined. The liability is finally determined if it has been assessed. A liability is not finally determined if there is a pending administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not finally determined until all judicial appeal rights have been exhausted. (ii) The taxpayer is delinquent in making payment. A taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and required. A taxpayer is not delinquent in cases where enforced collection action is precluded. (2) Examples. (i) The taxpayer has received a statutory notice of deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (ii) The IRS has filed a notice of Federal tax lien with respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320 entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing, the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights. (iii) The taxpayer has entered into an installment agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required to make full payment. (iv) The taxpayer has filed for bankruptcy protection. The taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the Bankruptcy Code). (ii) The Offeror has [ ] has not [ ], within a three-year period preceding this Page 13 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 offer, had one or more contracts terminated for default by any Federal agency. (2) “Principal,” for the purposes of this certification, means an officer; director; owner; partner; or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution Under Section 1001, Title 18, United States Code. (b) The Offeror shall provide immediate written notice to the Contracting Officer if, at any time prior to contract award, the Offeror learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (c) A certification that any of the items in paragraph (a) of this provision exists will not necessarily result in withholding of an award under this solicitation. However, the certification will be considered in connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a certification or provide such additional information as requested by the Contracting Officer may render the Offeror non-responsible. (d) Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by paragraph (a) of this provision. The knowledge and information of an Offeror is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. (e) The certification in paragraph (a) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly rendered an erroneous certification, in addition to other remedies available to the Government, the Contracting Officer may terminate the contract resulting from this solicitation for default. 52.209-07 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018) (a) Definitions. As used in this provision— “Administrative proceeding” means a non-judicial process that is adjudicatory in nature in order to make a determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings, Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals Proceedings). This includes administrative proceeding at the Federal and State level but only in connection with performance of a Federal contract or grant. It does not include agency actions such as contract audits, site visits, corrective plans, or inspection of deliverables. “Federal contracts and grants with total value greater than $10,000,000” means— (1) The total value of all current, active contracts and grants, including all priced options; and (2) The total value of all current, active orders including all priced options under indefinite- delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple- award Schedules). "Principal" means an officer, director, owner, partner, or a person having primary management or supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a division or business segment; and similar positions). The offeror [_] has [_] does not have current active Federal contracts and grants with total value greater than $10,000,000. (b) If the offeror checked “has” in paragraph (b) of this provision, the offeror represents, by Page 14 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 submission of this offer, that the information it has entered in the Federal Awardee Performance and Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of this offer with regard to the following information: (1) Whether the offeror, and/or any of its principals, has or has not, within the last five years, in connection with the award to or performance by the offeror of a Federal contract or grant, been the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions: (i) In a criminal proceeding, a conviction. (ii) In a civil proceeding, a finding of fault and liability that results in the payment of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more. (iii) In an administrative proceeding, a finding of fault and liability that results in— (A) The payment of a monetary fine or penalty of $5,000 or more; or (B) The payment of a reimbursement, restitution, or damages in excess of $100,000. (iv) In a criminal, civil, or administrative proceeding, a disposition of the matter by consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c) (1)(iii) of this provision. (2) If the offeror has been involved in the last five years in any of the occurrences listed in (c)(1) of this provision, whether the offeror has provided the requested information with regard to each occurrence. (c) The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision in FAPIIS as required through maintaining an active registration in the System for Award Management, which can be accessed via https://www.sam.gov (see 52.204-7). 52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016) (a) As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent appropriations acts, the Government will not enter into a contract with any corporation that-- (1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or debarment of the corporation and made a determination that suspension or debarment is not necessary to protect the interests of the Government; or (2) Was convicted of a felony criminal violation under any Federal law within the preceding 24 months, where the awarding agency is aware of the conviction, unless an agency has considered suspension or debarment of the corporation and made a determination that this action is not necessary to protect the interests of the Government. (b) The Offeror represents that— (1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the Page 15 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 tax liability; and (2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal law within the preceding 24 months. 52.209-13 Violation of Arms Control Treaties or Agreements-Certification. As prescribed in 9.109-5 , insert the following provision: Violation of Arms Control Treaties or Agreements-Certification (Feb 2021) (a) This provision does not apply to acquisitions at or below the simplified acquisition threshold or to acquisitions of commercial items as defined at FAR 2.101. (b) Certification. [Offeror shall check either (1) or (2).] __ (1) The Offeror certifies that– (i) It does not engage and has not engaged in any activity that contributed to or was a significant factor in the President's or Secretary of State's determination that a foreign country is in violation of its obligations undertaken in any arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. The determinations are described in the most recent unclassified annual report provided to Congress pursuant to section 403 of the Arms Control and Disarmament Act (22 U.S.C. 2593a). The report is available at https://www.state.gov/bureaus-offices/under- secretary-for-arms-control-and-international-security-affairs/bureau-of-arms-control-verification-and- compliance/; and (ii) No entity owned or controlled by the Offeror has engaged in any activity that contributed to or was a significant factor in the President's or Secretary of State's determination that a foreign country is in violation of its obligations undertaken in any arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. The determinations are described in the most recent unclassified annual report provided to Congress pursuant to section 403 of the Arms Control and Disarmament Act (22 U.S.C. 2593a). The report is available at https://www.state.gov/bureaus-offices/under- secretary-for-arms-control-and-international-security-affairs/bureau-of-arms-control-verification-and- compliance/; or __ (2) The Offeror is providing separate information with its offer in accordance with paragraph (d)(2) of this provision. (c) Procedures for reviewing the annual unclassified report (see paragraph (b)(1) of this provision). For clarity, references to the report in this section refer to the entirety of the annual unclassified report, including any separate reports that are incorporated by reference into the annual unclassified report. (1) Check the table of contents of the annual unclassified report and the country section headings of the reports incorporated by reference to identify the foreign countries listed there. Determine whether the Offeror or any person owned or controlled by the Offeror may have engaged in any activity related to one or more of such foreign countries. Page 16 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (2) If there may have been such activity, review all findings in the report associated with those foreign countries to determine whether or not each such foreign country was determined to be in violation of its obligations undertaken in an arms control, nonproliferation, or disarmament agreement to which the United States is a party, or to be not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. For clarity, in the annual report an explicit certification of non- compliance is equivalent to a determination of violation. However, the following statements in the annual report are not equivalent to a determination of violation: (i) An inability to certify compliance. (ii) An inability to conclude compliance. (iii) A statement about compliance concerns. (3) If so, determine whether the Offeror or any person owned or controlled by the Offeror has engaged in any activity that contributed to or is a significant factor in the determination in the report that one or more of these foreign countries is in violation of its obligations undertaken in an arms control, nonproliferation, or disarmament agreement to which the United States is a party, or is not adhering to its arms control, nonproliferation, or disarmament commitments in which the United States is a participating state. Review the narrative for any such findings reflecting a determination of violation or non-adherence related to those foreign countries in the report, including the finding itself, and to the extent necessary, the conduct giving rise to the compliance or adherence concerns, the analysis of compliance or adherence concerns, and efforts to resolve compliance or adherence concerns. (4) The Offeror may submit any questions with regard to this report by email to NDAA1290Cert@state.gov. To the extent feasible, the Department of State will respond to such email inquiries within 3 business days. (d) Do not submit an offer unless— (1) A certification is provided in paragraph (b)(1) of this provision and submitted with the offer; or (2) In accordance with paragraph (b)(2) of this provision, the Offeror provides with its offer information that the President of the United States has (i) Waived application under 22 U.S.C. 2593e(d) or (e); or (ii) Determined under 22 U.S.C. 2593e(g)(2) that the entity has ceased all activities for which measures were imposed under 22 U.S.C. 2593e(b). (e) Remedies. The certification in paragraph (b)(1) of this provision is a material representation of fact upon which reliance was placed when making award. If it is later determined that the Offeror knowingly submitted a false certification, in addition to other remedies available to the Government, such as suspension or debarment, the Contracting Officer may terminate any contract resulting from the false certification. (End of provision) 52.215-06 PLACE OF PERFORMANCE (OCT 1997) (a) The offeror or respondent, in the performance of any contract resulting from this solicitation, [ Page 17 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 ] intends, [ ] does not intend [check applicable block] to use one or more plants or facilities located at a different address from the address of the offeror or respondent as indicated in this proposal or response to request for information. (b) If the offeror or respondent checks "intends'' in paragraph (a) of this provision, it shall insert in the following spaces the required information: Place of performance Name and Address of Owner (street address, city, and Operator of the Plant state, county, zip code) or Facility if Other Than Offeror or Respondent 52.219-01 SMALL BUSINESS PROGRAM REPRESENTATIONS (NOV 2020) - ALTERNATE II (MAR 2020) (a) Definitions. As used in this provision- “Economically disadvantaged women-owned small business (EDWOSB) concern” means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States and who are economically disadvantaged in accordance with 13 CFR part 127. It automatically qualifies as a women-owned small business concern eligible under the WOSB Program. Service-disabled veteran-owned small business concern- (1) Means a small business concern- (i) Not less than 51 percent of which is owned by one or more service-disabled veterans or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more service-disabled veterans; and (ii) The management and daily business operations of which are controlled by one or more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe disability, the spouse or permanent caregiver of such veteran. (2) “Service-disabled veteran” means a veteran, as defined in 38 U.S.C.101(2), with a disability that is service-connected, as defined in 38 U.S.C.101(16). Small business concern- Page 18 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (1) Means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the criteria in 13 CFR part 121 and the size standard in paragraph (b) of this provision. (2) Affiliates, as used in this definition, means business concerns, one of whom directly or indirectly controls or has the power to control the others, or a third party or parties control or have the power to control the others. In determining whether affiliation exists, consideration is given to all appropriate factors including common ownership, common management, and contractual relationships. SBA determines affiliation based on the factors set forth at 13 CFR 121.103. Small disadvantaged business concern, consistent with 13 CFR 124.1002, means a small business concern under the size standard applicable to the acquisition, that- (1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by- (i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United States, and (ii) Each individual claiming economic disadvantage has a net worth not exceeding $750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and (2) The management and daily business operations of which are controlled (as defined at 13 CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition. “Veteran-owned small business concern” means a small business concern- (1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38 U.S.C.101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by one or more veterans; and (2) The management and daily business operations of which are controlled by one or more veterans. “Women-owned small business concern” means a small business concern- (1) That is at least 51 percent owned by one or more women; or, in the case of any publicly owned business, at least 51 percent of the stock of which is owned by one or more women; and (2) Whose management and daily business operations are controlled by one or more women. “Women-owned small business (WOSB) concern eligible under the WOSB Program” (in accordance with 13 CFR part 127), means a small business concern that is at least 51 percent directly and unconditionally owned by, and the management and daily business operations of which are controlled by, one or more women who are citizens of the United States. (b)(1) The North American Industry Classification System (NAICS) codes and corresponding size standards for this acquisition are as follows; the categories or portions these NAICS codes are assigned to are specified elsewhere in the solicitation: NAICS Code Size standard 541715 Page 19 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (2) The small business size standard for a concern which submits an offer in its own name, other than on a construction or service contract, but which proposes to furnish a product which it did not itself manufacture (i.e., non-manufacturer), is 500 employees. (c) Representations. (1) The Offeror shall represent its small business size status for each one of the NAICS codes assigned to this acquisition under which it is submitting an offer. NAICS Code Small business concern (yes/no) 1,500 (2) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not, a small disadvantaged business concern as defined in 13 CFR 124.1002. (3) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a women-owned small business concern. (4) Women-owned small business (WOSB) concern eligible under the WOSB Program. [Complete only if the offeror represented itself as a women-owned small business concern in paragraph (c)(3) of this provision.] The offeror represents as part of its offer that- (i) It [ ] is, [ ] is not a WOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(4)(i) of this provision is accurate for each WOSB concern eligible under the WOSB Program participating in the joint venture. [The offeror shall enter the name or names of the WOSB concern eligible under the WOSB Program and other small businesses that are participating in the joint venture _________ _.] Each WOSB concern eligible under the WOSB Program participating in the joint venture shall submit a separate signed copy of the WOSB representation. (5) Economically disadvantaged women-owned small business (EDWOSB) concern. [Complete only if the offeror represented itself as a women-owned small business concern eligible under the WOSB Program in (c)(4) of this provision.] The offeror represents as part of its offer that- (i) It [ ] is, [ ] is not an EDWOSB concern eligible under the WOSB Program, has provided all the required documents to the WOSB Repository, and no change in circumstances or adverse decisions have been issued that affects its eligibility; and (ii) It [ ] is, [ ] is not a joint venture that complies with the requirements of 13 CFR part 127, and the representation in paragraph (c)(5)(i) of this provision is accurate for each EDWOSB concern participating in the joint venture. [The offeror shall enter the name or names of the EDWOSB concern and other small businesses that are participating in the joint venture _________ _.] Each EDWOSB concern participating in the joint venture shall submit a separate signed copy of the EDWOSB representation. (6) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it is, is not a veteran- owned small business concern. Page 20 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (7) [Complete only if the offeror represented itself as a veteran-owned small business concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that it is, is not a service-disabled veteran-owned small business concern. (8) [Complete only if the offeror represented itself as a small business concern in paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that- (i) It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this representation, on the List of Qualified HUBZone Small Business Concerns maintained by the Small Business Administration, and no material changes in ownership and control, principal office, or HUBZone employee percentage have occurred since it was certified in accordance with 13 CFR Part 126; and (ii) It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements of 13 CFR Part 126, and the representation in paragraph (c)(8)(i) of this provision is accurate for each HUBZone small business concern participating in the HUBZone joint venture. [The offeror shall enter the names of each of the HUBZone small business concerns participating in the HUBZone joint venture _.] Each HUBZone small business concern participating in the HUBZone joint venture shall submit a separate signed copy of the HUBZone representation. (d) Under 15 U.S.C.645(d), any person who misrepresents a firm’s status as a business concern that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9, 15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references section 8(d) for a definition of program eligibility, shall- (1) Be punished by imposition of fine, imprisonment, or both; (2) Be subject to administrative remedies, including suspension and debarment; and (3) Be ineligible for participation in programs conducted under the authority of the Act. 52.222-22 PREVIOUS CONTRACTS AND COMPLIANCE REPORTS (FEB 1999) The offeror represents that-- (a) It [ ] has, [ ] has not participated in a previous contract or subcontract subject to the Equal Opportunity clause of this solicitation; (b) It [ ] has, [ ] has not, filed all required compliance reports; and (c) Representations indicating submission of required compliance reports, signed by proposed subcontractors, will be obtained before subcontract awards. 52.222-25 AFFIRMATIVE ACTION COMPLIANCE (APR 1984) The offeror represents that (a) It [ ] has developed and has on file, [ ] has not developed and does not have on file, at each establishment, affirmative action programs required by the rules and regulations of the Secretary of Labor (41 CFR 60-1 and 60-2), or (b) It [ ] has not previously had contracts subject to the written affirmative action programs requirement of the rules and regulations of the Secretary of Labor. Page 21 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 52.226-02 HISTORICALLY BLACK COLLEGE OR UNIVERSITY AND MINORITY INSTITUTION REPRESENTATION (OCT 2014) (a) Definitions. As used in this provision -- “Historically Black College or University” means an institution determined by the Secretary of Education to meet the requirements of 34 CFR 608.2. "Minority institution" means an institution of higher education meeting the requirements of Section 365(3) of the Higher Education Act of 1965 (20 U.S.C. 1067k, including a Hispanic-serving institution of higher education, as defined in Section 502(a) of the Act (20 U.S.C. 1101(a)). (b) Representation. The offeror represents that it-- [ ] is [ ] is not a historically black college or university; [ ] is [ ] is not a minority institution. 52.230-01 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (JUN 2020) Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts, identified by Roman numerals I through III. Offerors shall examine each part and provide the requested information in order to determine Cost Accounting Standards (CAS) requirements applicable to any resultant contract. If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6), respectively. I. DISCLOSURE STATEMENT--COST ACCOUNTING PRACTICES AND CERTIFICATION (a) Any contract in excess of the lower CAS threshold specified in Federal Acquisition Regulation (FAR) 30.201-4(b) resulting from this solicitation will be subject to the requirements of the Cost Accounting Standards Board (48 CFR chapter 99), except for those contracts which are exempt as specified in 48 CFR 9903.201-1. (b) Any offeror submitting a proposal which, if accepted, will result in a contract subject to the requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission by providing the information requested in paragraph (c) of Part I of this provision. CAUTION: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to practice for pricing proposals or accumulating and reporting contract performance cost data. (c) Check the appropriate box below: [ ] (1) Certificate of Concurrent Submission of Disclosure Statement. The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been submitted as follows: (i) original and one copy to the cognizant Administrative Contracting Officer (ACO) Page 22 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable, and (ii) one copy to the cognizant Federal auditor. (Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from the cognizant ACO or Federal official.) Date of Disclosure Statement: Name and Address of Cognizant ACO or Federal Official Where Filed: The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the Disclosure Statement. [ ] (2) Certificate of Previously Submitted Disclosure Statement. The offeror hereby certifies that the required Disclosure Statement was filed as follows: Date of Disclosure Statement: Name and Address of Cognizant ACO or Federal Official Where Filed: The offeror further certifies that the practices used in estimating costs in pricing this proposal are consistent with the cost accounting practices disclosed in the applicable Disclosure Statement. [ ] (3) Certificate of Monetary Exemption. The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under common control, did not receive net awards of negotiated prime contracts and subcontracts subject to CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which this proposal was submitted. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. [ ] (4) Certificate of Interim Exemption. The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal has not been made within 90 days after the end of that period, the offeror will immediately submit a revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement. CAUTION: Offerors currently required to disclose because they were awarded a CAS-covered prime contract or subcontract of $50 million or more in the current cost accounting period may not claim this exemption (4). Further, the exemption applies only in connection with proposals submitted before expiration of the 90-day period following the cost accounting period in which the monetary exemption was exceeded. II. COST ACCOUNTING STANDARDS--ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the Cost Accounting Standards clause. [ ] The offeror hereby claims an exemption from the Cost Accounting Standards clause under the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure Page 23 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 and Consistency of Cost Accounting Practices clause because during the cost accounting period immediately preceding the period in which this proposal was submitted, the offeror received less than $50 million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if such status changes before an award resulting from this proposal, the offeror will advise the Contracting Officer immediately. Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current cost accounting period, the offeror has been awarded a single CAS-covered prime contract or subcontract of $50 million or more. III. ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS The offeror shall indicate below whether award of the contemplated contract would, in accordance with subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost accounting practices affecting existing contracts and subcontracts. [ ] YES [ ] NO 52.230-07 PROPOSAL DISCLOSURE - COST ACCOUNTING PRACTICE CHANGES (APR 2005) The offeror shall check "yes" below if the contract award will result in a required or unilateral change in cost accounting practice, including unilateral changes requested to be desirable changes. [ ] Yes [ ] No If the offeror checked "Yes" above, the offeror shall-- (1) Prepare the price proposal in response to the solicitation using the changed practice for the period of performance for which the practice will be used; and (2) Submit a description of the changed cost accounting practice to the Contracting Officer and the Cognizant Federal Agency Official as pricing support for the proposal. DEFENSE FAR SUPP SOLICITATION PROVISIONS IN FULL TEXT 252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS (NOV 2011) (a) Definition. “Covered DoD official” is defined in the clause at 252.203-7000, Requirements Relating to Compensation of Former DoD Officials. (b) By submission of this offer, the offeror represents, to the best of its knowledge and belief, that all covered DoD officials employed by or otherwise receiving compensation from the offeror, and who are expected to undertake activities on behalf of the offeror for any resulting contract, are presently in compliance with all post-employment restrictions covered by 18 U.S.C. 207, 41 U.S.C. 2101-2107, and 5 CFR parts 2637 and 2641, including Federal Acquisition Regulation 3.104-2. 252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (NOV 2020) Substitute the following paragraphs (b), (d), and (e) for paragraphs (b) and (d) of the provision at FAR 52.204-8: (b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation, paragraph (e) of this provision applies. If the provision at 52.204-7, System for Award Management, is not included in this solicitation, and the Offeror has an active registration in the System for Award Management Page 24 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (SAM), the Offeror may choose to use paragraph (e) of this provision instead of completing the corresponding individual representations and certifications in the solicitation. The Offeror shall indicate which option applies by checking one of the following boxes: (i) Paragraph (e) applies. (ii) Paragraph (e) does not apply and the Offeror has completed the individual representations and certifications in the solicitation. (d)(1) The following representations or certifications in the SAM database are applicable to this solicitation as indicated: (i) 252.204-7016, Covered Defense Telecommunications Equipment or Services-Representation. Applies to all solicitations. (ii) 252.216-7008, Economic Price Adjustment—Wage Rates or Material Prices Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts when the contract is to be performed wholly or in part in a foreign country, and a foreign government controls wage rates or material prices and may during contract performance impose a mandatory change in wages or prices of materials. (iii) 252.225-7042, Authorization to Perform. Applies to all solicitations when performance will be wholly or in part in a foreign country. (iv) 252.225-7049, Prohibition on Acquisition of Certain Foreign Commercial Satellite Services—Representations. Applies to solicitations for the acquisition of commercial satellite services. (v) 252.225-7050, Disclosure of Ownership or Control by the Government of a Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of $150,000 or more. (vi) 252.229-7012, Tax Exemptions (Italy)—Representation. Applies to solicitations and contracts when contract performance will be in Italy. (vii) 252.229-7013, Tax Exemptions (Spain)—Representation. Applies to solicitations and contracts when contract performance will be in Spain. (viii) 252.247-7022, Representation of Extent of Transportation by Sea. Applies to all solicitations except those for direct purchase of ocean transportation services or those with an anticipated value at or below the simplified acquisition threshold. (2) The following representations or certifications in SAM are applicable to this solicitation as indicated by the Contracting Officer: [Contracting Officer check as appropriate.] X ----- (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign Government. N/A ---- (ii) 252.225-7000, Buy American---Balance of Payments Program Certificate. N/A ----- (iii) 252.225-7020, Trade Agreements Certificate. N/A ---- Use with Alternate I. N/A ----- (iv) 252.225-7031, Secondary Arab Boycott of Israel. Page 25 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 N/A ---- (v) 252.225-7035, Buy American -- Free Trade Agreements—Balance of Payments Program Certificate. N/A ---- Use with Alternate I. N/A ---- Use with Alternate II. N/A ---- Use with Alternate III. N/A ---- Use with Alternate IV. N/A ---- Use with Alternate V. N/A ----- (vi) 252.226-7002, Representation for Demonstration Project for Contractors Employing Persons with Disabilities. N/A ----- (vii) 252.232-7015, Performance-Based Payments-Representation. (e) The offeror has completed the annual representations and certifications electronically via the SAM website at https://www.acquisition.gov/. After reviewing the SAM database information, the offeror verifies by submission of the offer that the representations and certifications currently posted electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this provision have been entered or updated within the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below [offeror to insert changes, identifying change by provision number, title, date]. These amended representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and complete as of the date of this offer. FAR/DFARS Provision # Title Date Change Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update to the representations and certifications located in the SAM database. 252.204-7008 Compliance with Safeguarding Covered Defense Information Controls. As prescribed in 204.7304 (a), use the following provision: COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION CONTROLS (OCT 2016) (a) Definitions. As used in this provision— “Controlled technical information,” “covered contractor information system,” “covered defense information,” “cyber incident,” “information system,” and “technical information” are defined in clause 252.204-7012 , Safeguarding Covered Defense Information and Cyber Incident Reporting. (b) The security requirements required by contract clause 252.204-7012 , shall be implemented for all covered defense information on all covered contractor information systems that support the performance of this contract. Page 26 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (c) For covered contractor information systems that are not part of an information technology service or system operated on behalf of the Government (see 252.204-7012 (b)(2)— (1) By submission of this offer, the Offeror represents that it will implement the security requirements specified by National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171 “Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations” (see http://dx.doi.org/10.6028/NIST.SP.800-171) that are in effect at the time the solicitation is issued or as authorized by the contracting officer not later than December 31, 2017. (2)(i) If the Offeror proposes to vary from any of the security requirements specified by NIST SP 800-171 that are in effect at the time the solicitation is issued or as authorized by the Contracting Officer, the Offeror shall submit to the Contracting Officer, for consideration by the DoD Chief Information Officer (CIO), a written explanation of— (A) Why a particular security requirement is not applicable; or (B) How an alternative but equally effective, security measure is used to compensate for the inability to satisfy a particular requirement and achieve equivalent protection. (ii) An authorized representative of the DoD CIO will adjudicate offeror requests to vary from NIST SP 800- 171 requirements in writing prior to contract award. Any accepted variance from NIST SP 800-171 shall be incorporated into the resulting contract. (End of provision) 252.204-7009 Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. As prescribed in 204.7304 (b), use the following clause: LIMITATIONS ON THE USE OR DISCLOSURE OF THIRD-PARTY CONTRACTOR REPORTED CYBER INCIDENT INFORMATION (OCT 2016) (a) Definitions. As used in this clause— “Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. “Controlled technical information” means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. “Covered defense information” means unclassified controlled technical information or other information (as described in the Controlled Unclassified Information (CUI) Registry at http://www.archives.gov/cui/registry/category-list.html) that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Government wide policies, and is— Page 27 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (1) Marked or otherwise identified in the contract, task order, or delivery order and provided to the contractor by or on behalf of DoD in support of the performance of the contract; or (2) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract. “Cyber incident” means actions taken through the use of computer networks that result in a compromise or an actual or potentially adverse effect on an information system and/or the information residing therein. “Information system” means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information. “Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which covered defense information is recorded, stored, or printed within a covered contractor information system. “Technical information” means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013 , Rights in Technical Data-Noncommercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code. (b) Restrictions. The Contractor agrees that the following conditions apply to any information it receives or creates in the performance of this contract that is information obtained from a third-party’s reporting of a cyber-incident pursuant to DFARS clause 252.204-7012 , Safeguarding Covered Defense Information and Cyber Incident Reporting (or derived from such information obtained under that clause): (1) The Contractor shall access and use the information only for the purpose of furnishing advice or technical assistance directly to the Government in support of the Government’s activities related to clause 252.204- 7012 , and shall not be used for any other purpose. (2) The Contractor shall protect the information against unauthorized release or disclosure. (3) The Contractor shall ensure that its employees are subject to use and non-disclosure obligations consistent with this clause prior to the employees being provided access to or use of the information. (4) The third-party contractor that reported the cyber incident is a third-party beneficiary of the non-disclosure agreement between the Government and Contractor, as required by paragraph (b)(3) of this clause. (5) A breach of these obligations or restrictions may subject the Contractor to— (i) Criminal, civil, administrative, and contractual actions in law and equity for penalties, damages, and other appropriate remedies by the United States; and (ii) Civil actions for damages and other appropriate remedies by the third party that reported the cyber incident, as a third party beneficiary of this clause. (c) Subcontracts. The Contractor shall include this clause, including this paragraph (c), in subcontracts, or similar contractual instruments, for services that include support for the Government’s activities related to safeguarding covered defense information and cyber incident reporting, including subcontracts for commercial items, without alteration, except to identify the parties. Page 28 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (End of clause) 252.204-7012 Safeguarding Covered Defense Information and Cyber Incident Reporting. As prescribed in 204.7304 (c), use the following clause: SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT REPORTING (DEC 2019) (a) Definitions. As used in this clause— “Adequate security” means protective measures that are commensurate with the consequences and probability of loss, misuse, or unauthorized access to, or modification of information. “Compromise” means disclosure of information to unauthorized persons, or a violation of the security policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction, or loss of an object, or the copying of information to unauthorized media may have occurred. “Contractor attributional/proprietary information” means information that identifies the contractor(s), whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s) (e.g., program description, facility locations), personally identifiable information, as well as trade secrets, commercial or financial information, or other commercially sensitive information that is not customarily shared outside of the company. “Controlled technical information” means technical information with military or space application that is subject to controls on the access, use, reproduction, modification, performance, display, release, disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution Statements on Technical Documents. The term does not include information that is lawfully publicly available without restrictions. “Covered contractor information system” means an unclassified information system that is owned, or operated by or for, a contractor and that processes, stores, or transmits covered defense information. “Covered defense information” means unclassified controlled technical information or other information, as described in the Controlled Unclassified Information (CUI) Registry at http://www.archives.gov/cui/registry/category-list.html, that requires safeguarding or dissemination controls pursuant to and consistent with law, regulations, and Government wide policies, and is— (1) Marked or otherwise identified in the contract, task order, or delivery order and provided to the contractor by or on behalf of DoD in support of the performance of the contract; or (2) Collected, developed, received, transmitted, used, or stored by or on behalf of the contractor in support of the performance of the contract. “Cyber incident” means actions taken through the use of computer networks that result in a compromise or an actual or potentially adverse effect on an information system and/or the information residing therein. “Forensic analysis” means the practice of gathering, retaining, and analyzing computer-related data for investigative purposes in a manner that maintains the integrity of the data. “Information system” means a discrete set of information resources organized for the collection, processing, maintenance, use, sharing, dissemination, or disposition of information. Page 29 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 “Malicious software” means computer software or firmware intended to perform an unauthorized process that will have adverse impact on the confidentiality, integrity, or availability of an information system. This definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as spyware and some forms of adware. “Media” means physical devices or writing surfaces including, but is not limited to, magnetic tapes, optical disks, magnetic disks, large-scale integration memory chips, and printouts onto which covered defense information is recorded, stored, or printed within a covered contractor information system. ‘‘Operationally critical support’’ means supplies or services designated by the Government as critical for airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization, deployment, or sustainment of the Armed Forces in a contingency operation. “Rapidly report” means within 72 hours of discovery of any cyber incident. “Technical information” means technical data or computer software, as those terms are defined in the clause at DFARS 252.227-7013 , Rights in Technical Data— Noncommercial Items, regardless of whether or not the clause is incorporated in this solicitation or contract. Examples of technical information include research and engineering data, engineering drawings, and associated lists, specifications, standards, process sheets, manuals, technical reports, technical orders, catalog-item identifications, data sets, studies and analyses and related information, and computer software executable code and source code. (b) Adequate security. The Contractor shall provide adequate security on all covered contractor information systems. To provide adequate security, the Contractor shall implement, at a minimum, the following information security protections: (1) For covered contractor information systems that are part of an Information Technology (IT) service or system operated on behalf of the Government, the following security requirements apply: (i) Cloud computing services shall be subject to the security requirements specified in the clause 252.239- 7010 , Cloud Computing Services, of this contract. (ii) Any other such IT service or system (i.e., other than cloud computing) shall be subject to the security requirements specified elsewhere in this contract. (2) For covered contractor information systems that are not part of an IT service or system operated on behalf of the Government and therefore are not subject to the security requirement specified at paragraph (b)(1) of this clause, the following security requirements apply: (i) Except as provided in paragraph (b)(2)(ii) of this clause, the covered contractor information system shall be subject to the security requirements in National Institute of Standards and Technology (NIST) Special Publication (SP) 800-171, “Protecting Controlled Unclassified Information in Nonfederal Information Systems and Organizations” (available via the internet at http://dx.doi.org/10.6028/NIST.SP.800-171) in effect at the time the solicitation is issued or as authorized by the Contracting Officer. (ii)(A) The Contractor shall implement NIST SP 800-171, as soon as practical, but not later than December 31, 2017. For all contracts awarded prior to October 1, 2017, the Contractor shall notify the DoD Chief Information Officer (CIO), via email at osd.dibcsia@mail.mil, within 30 days of contract award, of any security requirements specified by NIST SP 800-171 not implemented at the time of contract award. Page 30 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (B) The Contractor shall submit requests to vary from NIST SP 800-171 in writing to the Contracting Officer, for consideration by the DoD CIO. The Contractor need not implement any security requirement adjudicated by an authorized representative of the DoD CIO to be non-applicable or to have an alternative, but equally effective, security measure that may be implemented in its place. (C) If the DoD CIO has previously adjudicated the contractor’s requests indicating that a requirement is not applicable or that an alternative security measure is equally effective, a copy of that approval shall be provided to the Contracting Officer when requesting its recognition under this contract. (D) If the Contractor intends to use an external cloud service provider to store, process, or transmit any covered defense information in performance of this contract, the Contractor shall require and ensure that the cloud service provider meets security requirements equivalent to those established by the Government for the Federal Risk and Authorization Management Program (FedRAMP) Moderate baseline (https://www.fedramp.gov/resources/documents/) and that the cloud service provider complies with requirements in paragraphs (c) through (g) of this clause for cyber incident reporting, malicious software, media preservation and protection, access to additional information and equipment necessary for forensic analysis, and cyber incident damage assessment. (3) Apply other information systems security measures when the Contractor reasonably determines that information systems security measures, in addition to those identified in paragraphs (b)(1) and (2) of this clause, may be required to provide adequate security in a dynamic environment or to accommodate special circumstances (e.g., medical devices) and any individual, isolated, or temporary deficiencies based on an assessed risk or vulnerability. These measures may be addressed in a system security plan. (c) Cyber incident reporting requirement. (1) When the Contractor discovers a cyber-incident that affects a covered contractor information system or the covered defense information residing therein, or that affects the contractor’s ability to perform the requirements of the contract that are designated as operationally critical support and identified in the contract, the Contractor shall— (i) Conduct a review for evidence of compromise of covered defense information, including, but not limited to, identifying compromised computers, servers, specific data, and user accounts. This review shall also include analyzing covered contractor information system(s) that were part of the cyber incident, as well as other information systems on the Contractor’s network(s), that may have been accessed as a result of the incident in order to identify compromised covered defense information, or that affect the Contractor’s ability to provide operationally critical support; and (ii) Rapidly report cyber incidents to DoD at https://dibnet.dod.mil. (2) Cyber incident report. The cyber incident report shall be treated as information created by or for DoD and shall include, at a minimum, the required elements at https://dibnet.dod.mil. (3) Medium assurance certificate requirement. In order to report cyber incidents in accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved medium assurance certificate, see https://public.cyber.mil/eca/. (d) Malicious software. When the Contractor or subcontractors discover and isolate malicious software in connection with a reported cyber incident, submit the malicious software to DoD Cyber Crime Center (DC3) in accordance with instructions provided by DC3 or the Contracting Officer. Do not send the malicious software to the Contracting Officer. Page 31 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (e) Media preservation and protection. When a Contractor discovers a cyber-incident has occurred, the Contractor shall preserve and protect images of all known affected information systems identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least 90 days from the submission of the cyber incident report to allow DoD to request the media or decline interest. (f) Access to additional information or equipment necessary for forensic analysis. Upon request by DoD, the Contractor shall provide DoD with access to additional information or equipment that is necessary to conduct a forensic analysis. (g) Cyber incident damage assessment activities. If DoD elects to conduct a damage assessment, the Contracting Officer will request that the Contractor provide all of the damage assessment information gathered in accordance with paragraph (e) of this clause. (h) DoD safeguarding and use of contractor attributional/proprietary information. The Government shall protect against the unauthorized use or release of information obtained from the contractor (or derived from information obtained from the contractor) under this clause that includes contractor attributional/proprietary information, including such information submitted in accordance with paragraph (c). To the maximum extent practicable, the Contractor shall identify and mark attributional/proprietary information. In making an authorized release of such information, the Government will implement appropriate procedures to minimize the contractor attributional/proprietary information that is included in such authorized release, seeking to include only that information that is necessary for the authorized purpose(s) for which the information is being released. (i) Use and release of contractor attributional/proprietary information not created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is not created by or for DoD is authorized to be released outside of DoD— (1) To entities with missions that may be affected by such information; (2) To entities that may be called upon to assist in the diagnosis, detection, or mitigation of cyber incidents; (3) To Government entities that conduct counterintelligence or law enforcement investigations; (4) For national security purposes, including cyber situational awareness and defense purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236); or (5) To a support services contractor (“recipient”) that is directly supporting Government activities under a contract that includes the clause at 252.204-7009 , Limitations on the Use or Disclosure of Third-Party Contractor Reported Cyber Incident Information. (j) Use and release of contractor attributional/proprietary information created by or for DoD. Information that is obtained from the contractor (or derived from information obtained from the contractor) under this clause that is created by or for DoD (including the information submitted pursuant to paragraph (c) of this clause) is authorized to be used and released outside of DoD for purposes and activities authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity, subject to all applicable statutory, regulatory, and policy based restrictions on the Government’s use and release of such information. (k) The Contractor shall conduct activities under this clause in accordance with applicable laws and regulations on the interception, monitoring, access, use, and disclosure of electronic communications and data. (l) Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting required by this clause in no way abrogates the Contractor’s responsibility for other safeguarding or cyber incident Page 32 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 reporting pertaining to its unclassified information systems as required by other applicable clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory requirements. (m) Subcontracts. The Contractor shall— (1) Include this clause, including this paragraph (m), in subcontracts, or similar contractual instruments, for operationally critical support, or for which subcontract performance will involve covered defense information, including subcontracts for commercial items, without alteration, except to identify the parties. The Contractor shall determine if the information required for subcontractor performance retains its identity as covered defense information and will require protection under this clause, and, if necessary, consult with the Contracting Officer; and (2) Require subcontractors to— (i) Notify the prime Contractor (or next higher-tier subcontractor) when submitting a request to vary from a NIST SP 800-171 security requirement to the Contracting Officer, in accordance with paragraph (b)(2)(ii)(B) of this clause; and (ii) Provide the incident report number, automatically assigned by DoD, to the prime Contractor (or next higher-tier subcontractor) as soon as practicable, when reporting a cyber-incident to DoD as required in paragraph (c) of this clause. (End of clause) 252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020) (a) Definitions. “Basic Assessment”, “Medium Assessment”, and “High Assessment” have the meaning given in the clause 252.204-7020, NIST SP 800-171 DoD Assessments. “Covered contractor information system” has the meaning given in the clause 252.204-7012, Safeguarding Covered Defense Information and Cyber Incident Reporting, of this solicitation. (b) Requirement. In order to be considered for award, if the Offeror is required to implement NIST SP 800- 171, the Offeror shall have a current assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) (see 252.204-7020) for each covered contractor information system that is relevant to the offer, contract, task order, or delivery order. The Basic, Medium, and High NIST SP 800-171 DoD Assessments are described in the NIST SP 800-171 DoD Assessment Methodology located at https://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_NIST_SP_800- 171.html. (c) Procedures. (1) The Offeror shall verify that summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) are posted in the Supplier Performance Risk System (SPRS) (https://www.sprs.csd.disa.mil/) for all covered contractor information systems relevant to the offer. (2) If the Offeror does not have summary level scores of a current NIST SP 800-171 DoD Assessment (i.e., not more than 3 years old unless a lesser time is specified in the solicitation) posted in SPRS, the Offeror may Page 33 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 conduct and submit a Basic Assessment to webptsmh@navy.mil for posting to SPRS in the format identified in paragraph (d) of this provision. (d) Summary level scores. Summary level scores for all assessments will be posted 30 days post-assessment in SPRS to provide DoD Components visibility into the summary level scores of strategic assessments. (1) Basic Assessments. An Offeror may follow the procedures in paragraph (c)(2) of this provision for posting Basic Assessments to SPRS. (i) The email shall include the following information: (A) Cybersecurity standard assessed (e.g., NIST SP 800-171 Rev 1). (B) Organization conducting the assessment (e.g., Contractor self-assessment). (C) For each system security plan (security requirement 3.12.4) supporting the performance of a DoD contract— (1) All industry Commercial and Government Entity (CAGE) code(s) associated with the information system(s) addressed by the system security plan; and (2) A brief description of the system security plan architecture, if more than one plan exists. (D) Date the assessment was completed. (E) Summary level score (e.g., 95 out of 110, NOT the individual value for each requirement). (F) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (ii) If multiple system security plans are addressed in the email described at paragraph (d)(1)(i) of this section, the Offeror shall use the following format for the report: CAGE Codes Brief description of Date score Date of Total System Security Plan supported the plan of 110 will assessment Score by this plan architecture achieved (2) Medium and High Assessments. DoD will post the following Medium and/or High Assessment summary level scores to SPRS for each system assessed: (i) The standard assessed (e.g., NIST SP 800-171 Rev 1). (ii) Organization conducting the assessment, e.g., DCMA, or a specific organization (identified by Department of Defense Activity Address Code (DoDAAC)). (iii) All industry CAGE code(s) associated with the information system(s) addressed by the system security plan. Page 34 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 (iv) A brief description of the system security plan architecture, if more than one system security plan exists. (v) Date and level of the assessment, i.e., medium or high. (vi) Summary level score (e.g., 105 out of 110, not the individual value assigned for each requirement). (vii) Date that all requirements are expected to be implemented (i.e., a score of 110 is expected to be achieved) based on information gathered from associated plan(s) of action developed in accordance with NIST SP 800-171. (3) Accessibility. (i) Assessment summary level scores posted in SPRS are available to DoD personnel, and are protected, in accordance with the standards set forth in DoD Instruction 5000.79, Defense-wide Sharing and Use of Supplier and Product Performance Information (PI). (ii) Authorized representatives of the Offeror for which the assessment was conducted may access SPRS to view their own summary level scores, in accordance with the SPRS Software User’s Guide for Awardees/Contractors available at https://www.sprs.csd.disa.mil/pdf/SPRS_Awardee.pdf. (iii) A High NIST SP 800-171 DoD Assessment may result in documentation in addition to that listed in this section. DoD will retain and protect any such documentation as “Controlled Unclassified Information (CUI)” and intended for internal DoD use only. The information will be protected against unauthorized use and release, including through the exercise of applicable exemptions under the Freedom of Information Act (e.g., Exemption 4 covers trade secrets and commercial or financial information obtained from a contractor that is privileged or confidential). 252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE RESTRICTIONS (JAN 2011) (a) The terms used in this provision are defined in following clause or clauses contained in this solicitation-- (1) If a successful offeror will be required to deliver technical data, the Rights in Technical Data--Noncommercial Items clause, or, if this solicitation contemplates a contract under the Small Business Innovation Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovation Research (SBIR) Program clause. (b) If a successful offeror will not be required to deliver technical data, the Rights in Noncommercial Computer Software and Noncommercial Computer Software Documentation clause, or, if this solicitation contemplates a contract under the Small Business Innovation Research Program, the Rights in Noncommercial Technical Data and Computer Software--Small Business Innovation Research (SBIR) Program clause. The identification and assertion requirements in this provision apply only to technical data, including computer software documentation, or computer software to be delivered with other than unlimited rights. For contracts to be awarded under the Small Business Innovation Research Program, the notification and identification requirements do not apply to technical data or computer software that will be generated under the resulting contract. Notification and identification is not required for restrictions based solely on copyright. (c) Offers submitted in response to this solicitation shall identify, to the extent known at the time Page 35 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 an offer is submitted to the Government, the technical data or computer software that the Offeror, its subcontractors or suppliers, or potential subcontractors or suppliers, assert should be furnished to the Government with restrictions on use, release, or disclosure. (d) The Offeror's assertions, including the assertions of its subcontractors or suppliers or potential subcontractors or suppliers shall be submitted as an attachment to its offer in the following format, dated and signed by an official authorized to contractually obligate the Offeror: Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Technical Data or Computer Software. The Offeror asserts for itself, or the persons identified below, that the Government's rights to use, release, or disclose the following technical data or computer software should be restricted: Technical Data or Computer Software Asserted Name of Person to be Furnished Basis for Rights Asserting With Restrictions Assertion Category Restrictions** *For technical data (other than computer software documentation) pertaining to items, components, or processes developed at private expense, identify both the deliverable technical data and each such item, component, or process. For computer software or computer software documentation identify the software or documentation. **Generally, development at private expense, either exclusively or partially, is the only basis for asserting restrictions. For technical data, other than computer software documentation, development refers to development of the item, component, or process to which the data pertain. The Government's rights in computer software documentation generally may not be restricted. For computer software, development refers to the software. Indicate whether development was accomplished exclusively or partially at private expense. If development was not accomplished at private expense, or for computer software documentation, enter the specific basis for asserting restrictions. *Enter asserted rights category (e.g., government purpose license rights from a prior contract, rights in SBIR data generated under another contract, limited, restricted, or government purpose rights under this or a prior contract, or specially negotiated licenses). **Corporation, individual, or other person, as appropriate. *Enter "none" when all data or software will be submitted without restrictions. Date _ _ _ _ _ _ _ _ _ _ _ Printed Name and Title _ _ _ _ _ _ _ _ _ _ _ Page 36 of 37

---

  • Section K- Representations and Certifications
  • Attachment 7 Signature _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _(End of identification and assertion) (e) An offeror's failure to submit, complete, or sign the notification and identification required by paragraph (d) of this provision with its offer may render the offer ineligible for award. (f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of this provision shall be listed in an attachment to that contract. Upon request by the Contracting Officer, the Offeror shall provide sufficient information to enable the Contracting Officer to evaluate any listed assertion. Page 37 of 37

---

Attch 8 - CIRAS - Section L

Section L- INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
Attachment 8
I. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated by
reference:
A. FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS
52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN
ITERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS - REPRESENTATION
(JAN 2017)
52.204-06 UNIQUE ENTITY IDENTIFIER (OCT 2016)
52.204-07 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.215-01 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2017)
52.215-01 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2017) -
ALTERNATE I (OCT 1997)
52.215-01 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (JAN 2017) -
ALTERNATE II (OCT 1997)
52.215-16 FACILITIES CAPITAL COST OF MONEY (JUN 2003)
52.215-22 LIMITATIONS ON PASS-THROUGH CHARGES--IDENTIFICATION OF
SUBCONTRACT EFFORT (OCT 2009)
52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB
1999)
52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER
(JUL 2013)
52.233-02 SERVICE OF PROTEST (SEP 2006)
Para (a) Official or location is:
Joycelyn M. Roux
Contracting Officer
AFRL/RQKPC
B. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT SOLICITATION PROVISIONS
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
252.215-7008 ONLY ONE OFFER (JUL 2019)
252.215-7009 PROPOSAL ADEQUACY CHECKLIST (JAN 2014)
252.215-7010 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER
THAN CERTIFIED COST OR PRICING DATA (DEVIATION 2020-O0020) (AUG 2020)
252.215-7012 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA
(JAN 2018)
Alt III, Para (c) Submit the cost portion of the proposal via the following electronic media:
Email-
The cost file(s) spreadsheets must be in Microsoft Excel and include the formulas for
calculating cost element bases (i.e., G&A, O/H, etc.)
252.215-7013 SUPPLIES AND SERVICES PROVIDED BY NONTRADITIONAL DEFENSE
CONTRACTORS (JAN 2018)
252.227-7028 TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE
GOVERNMENT (JUN 1995)
II. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated in full
text:
FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS IN FULL TEXT
52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and
Page 1 of 3

---

Section L- INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
Attachment 8
effect as if they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is cautioned that the listed provisions may include blocks that must be completed by
the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions,
the offeror may identify the provision by paragraph identifier and provide the appropriate information with
its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at
this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acquisition.gov/dfars
https://www.acquisition.gov/affars
52.252-05 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1)
provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48
CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after
the name of the regulation.
OTHER SOLICITATION PROVISIONS IN FULL TEXT
L011 APPLICABLE CLAUSES (APR 2013)
The appropriate clauses to be included in the contract will be determined based on Offeror's response to
the Section K representations.
(a) Patent Rights. If the Offeror is a small business firm or nonprofit organization, then FAR
52.227-11, PATENT RIGHTS -- OWNERSHIP BY THE CONTRACTOR, and DFARS 252.227-7039,
PATENTS - REPORTING OF SUBJECT INVENTIONS will be used in Section I. Otherwise, DFARS
252.227-7038, PATENT RIGHTS - OWNERSHIP BY THE CONTRACTOR (LARGE BUSINESS), will be
included in Section I consistent with FAR Part 27.
(b) Cost Accounting Standards. Section I of this solicitation may contain the three Cost
Accounting Standards clauses at FAR 52.230-3, 52.230-4, 52.230-5, and/or 52.230-6. The resultant
contract will contain only those clauses required based on the Offeror's response to the Section K
certification titled Cost Accounting Standards Notices and Certification (National Defense).
(c) State of New Mexico. Section I of this solicitation may contain the clause at FAR 52.229-10,
STATE OF NEW MEXICO GROSS RECEIPTS AND COMPENSATING TAX. The resultant contract will
contain this clause only if performance is in whole or in part within the State of New Mexico and the
contract directs or authorizes the contractor to acquire property as a direct cost under the contract.
(d) Educational institutions and nonprofit organizations. If a cost-reimbursement type contract is
contemplated and the offeror is an educational institution, paragraph (a) of the clause at FAR 52.216-7,
Allowable Cost and Payment shall be altered in the resultant contract to refer to FAR Subpart 31.3 for
determining allowable costs. Similarly, if the offeror is a nonprofit organization (other than an educational
institution, a State or local government, or a nonprofit organization exempted under OMB Circular No. A-
122), paragraph (a) of the clause at FAR 52.216-7 shall be altered to refer to FAR Subpart 31.7. In
addition, if the offeror is an educational institution, DFARS 252.209-7005, MILITARY RECRUITING ON
CAMPUS, will be added to Section I of the resultant contract.
(e) Subcontracting Plan. DFARS 219.708 was amended to require the use of clause 252.219-
7004, Small Business Subcontracting Plan (Test Program), instead of 252.219-7003, Small Business
Subcontracting Plan (DoD Contracts), and FAR 52.219-9, Small Business Subcontracting Plan, in prime
contracts with contractors that have comprehensive subcontracting plans approved under the test
program described in DFARS 219.702. Also, include in the prime contract, solely for the purpose of
Page 2 of 3

---

Section L- INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
Attachment 8
flowing the clauses down to subcontractors, FAR clause 52.219-9, Small Business
Subcontracting Plan and 252.219-7003, or when contract will not be reported in
FPDS, FAR clause 52.219-9, Small Business Subcontracting Plan with its Alternate III
and 252.219-7003 Small Business Subcontracting Plan (DoD Contracts) with its
Alternate I.
L021 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS (OCT 2005)
FAR 52.219-9 AND DFARS 252.219-7003 are included in this solicitation and will be
incorporated into any resultant contract. A subcontracting plan is required from all
offerors other than small business concerns for proposals exceeding $500,000 which
contain subcontracting opportunities. The plan shall be submitted with the initial
proposal and will be concurrently negotiated. If a cost proposal is required by this
solicitation, it must relate to, and substantiate, the submissions under FAR 52.219-
9(d). Also substantiate the reasonableness of any additional costs to be expended in
pursuit of the small disadvantaged business goal. The offeror's submission must
provide sufficient information to support the contracting officer's review of the
subcontracting plan to determine: (a) if it is acceptable (otherwise an offeror will be
ineligible to receive the contract award); and (b) if at the time of contract completion
any small disadvantaged business subcontracting incentive or award fee has been
earned. Contractors who have been selected for participation in the DoD test program
authorized by Section 834 of Public Law 101-189 and who have approved
comprehensive subcontracting plans are not required to negotiate subcontracting
plans on an individual contract basis. If the offeror has an approved comprehensive
subcontracting plan under the DoD test program, the offeror shall provide a copy of its
approved comprehensive subcontracting plan in lieu of the individual plan required
herein. Any contract resulting from this solicitation which includes a comprehensive
subcontracting plan will include the clause at 252.219-7004, Small Business and Small
Disadvantaged Business Subcontracting Plan (Test Program), in lieu of the clauses at
FAR 52.219-9, and DFARS 252.219-7003.
L037 DD FORM 1423 (FEB 1997)
(a) All technical data and identified administrative reports contractually
required shall be supplied in accordance with attached CDRL or DD Form 1423.
(b) The offeror may propose alternative offers which recommend
substitutions or eliminations of the stated requirements. Substantiate each
recommendation and describe the projected savings that would result by accepting
the alternative offer.
L045 ACCESS TO AIR FORCE COMPUTER SYSTEMS (FEB 2011)
If performance under this contract will require access to Air Force computer systems
(stand alone or networked), compliance with Air Force Instruction (AFI) 33-119 and Air
Force Instruction (AFI) 33-200 is mandatory. It should be noted that such access
requires, at a minimum, a National Agency Check or Entrance National Agency Check
in accordance with DoD 5200.2-R, Personal Security Program.
Offerors should make themselves familiar with local procedures for processing such
requirements, and be prepared to be in compliance on the first day of contract
performance. Failure to comply with this requirement may be considered a failure to
perform.
Page 3 of 3

---

Attch 9 - CIRAS - Model Contract

1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES
SOLICITATION, OFFER AND AWARD
UNDER DPAS (15 CFR 350) DO-A1 1 21
2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. RE QUISITION/PURCHASE NO.
SEALED BID (IFB)
FA8650-21-R-2205
NEGOTIATED (RFP)
7. ISSUED BY AFRL/RQKPC CODE FA8650 8. ADDRESS OFFER TO (If other than Item 7)
USAF/AFMC
AFRL WRIGHT RESEARCH SITE
2130 EIGHTH STREET, BUILDING 45
WRIGHT-PATTERSON AFB OH 45433-7541
JOYCELYN M. ROUX 937-713-9975
JOYCELYN.ROUX@US.AF.MIL
NOTE: In sealed bid solicitations “offer” and “offeror” mean “bid” and “bidder”.
SOLICITATION
9.
10.FOR A. NAME B. TELEPHONE (Include area code) C. E-MAIL ADDRESS
INFORMATION (NO COLLECT CALLS)
CALL: See Block 7 See Block 7 See Block 7
11. TABLE OF CONTENTS
(√) SEC. DESCRIPTION PAGE(S) (√) SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE PART II - CONTRACT CLAUSES
√ A SOLICITATION/CONTRACT FORM 1 √ I CONTRACT CLAUSES 12
√ B SUPPLIES OR SERVICES AND PRICES/COSTS 2 PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACH.
√ C DESCRIPTION/SPECS./WORK STATEMENT 4 √ J LIST OF ATTACHMENTS 21
√ D PACKAGING AND MARKING 5 PART IV - REPRESENTATIONS AND INSTRUCTIONS
√ E INSPECTION AND ACCEPTANCE 6 √ K REPRESENTATIONS, CERTIFICATIONS, K - 1
√ F DELIVERIES OR PERFORMANCE 7 AND OTHER STATEMENTS OF OFFERORS
√ G CONTRACT ADMINISTRATION DATA 8 √ L INSTRS, CONDS, AND NOTICES TO OFFERORS L - 1
√ H SPECIAL CONTRACT REQUIREMENTS 11 √ M EVALUATION FACTORS FOR AWARD M - 1
OFFER (Must be fully completed by offeror)
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within calendar days (60 calendar days unless a
different period is inserted by the offeror) from the date of receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set
opposite each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS
(See Section I, Clause No. 52.232-8) % % % %
14. ACKNOWLEDGEMENTS OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE
(The offeror acknowledges receipt of amend-
ments to the SOLICITATION for offerors and
related documents numbered and dated:
15A. NAME CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN
AND OFFER (Type or print)
ADDRESS
OF
OFFEROR
15B. TELEPHONE NO. (Include area 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE
code) IS DIFFERENT FROM ABOVE - ENTER
SUCH ADDRESS IN SCHEDULE.
AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETI-
TION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM
(4 copies unless otherwise specified)
10 U.S.C. 2304(c) ( ) 41 U.S.C. 253(c) ( )
24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE
26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE
(Signature of Contracting Officer)
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (REV. 9-97)
PREVIOUS EDITION IS UNUSABLE Prescribed by GSA
ConWrite Version 7.4.1600 FAR (48 CFR) 53.21(c)
Created 28 Jan 2021 2:46 PM

---

PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
RESEARCH AND DATA
0001 1
Lot
Noun: RESEARCH AND DEVELOPMENT
PSC: AC12
NSN: N - Not Applicable
DD1423 is Exhibit: A
Contract type: U - COST PLUS FIXED FEE
Inspection: DESTINATION
Acceptance: DESTINATION
FOB: DESTINATION
Descriptive Data:
Conduct Research entitled " " in accordance with the Statement of Work, dated
.
Deliver data in accordance with Exhibit A, Contract Data Requirements List, DD Form
1423, dated .
SECTION B FA8650-21-R-2205
PAGE 2 OF 21

---

PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION B FA8650-21-R-2205
PAGE 3 OF 21

---

PART I - THE SCHEDULE
SECTION C - DESCRIPTION/SPECS./WORK STATEMENT
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION C FA8650-21-R-2205
PAGE 4 OF 21

---

PART I - THE SCHEDULE
SECTION D - PACKAGING AND MARKING
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION D FA8650-21-R-2205
PAGE 5 OF 21

---

PART I - THE SCHEDULE
SECTION E - INSPECTION AND ACCEPTANCE
NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:
FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES
52.246-08 INSPECTION OF RESEARCH AND DEVELOPMENT -- COST-REIMBURSEMENT
(MAY 2001)
52.246-08 INSPECTION OF RESEARCH AND DEVELOPMENT -- COST-REIMBURSEMENT
(MAY 2001) - ALTERNATE I (APR 1984)
52.246-09 INSPECTION OF RESEARCH AND DEVELOPMENT (SHORT FORM) (APR 1984)
SECTION E FA8650-21-R-2205
PAGE 6 OF 21

---

PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
SHIP MARK TRANS
ITEM SUPPLIES SCHEDULE DATA QTY TO FOR PRI DATE
0001 1 U ASREQ
Noun: RESEARCH AND DEVELOPMENT
Descriptive Data:
The technical Period of Performance (PoP) ends: DD/MM/20XX
The draft Scientific and Technical Report is due no later than: DD/MM/20XX (30 days
after technical PoP ends)
The Government will provide comments on the draft Scientific and Technical Report no
later than: DD/MM/20XX (60 days after technical PoP ends)
The Contractor shall deliver the final Scientific and Technical Report no later than:
DD/MM/20XX (90 days after technical PoP ends)
NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:
FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES
52.242-15 STOP-WORK ORDER (AUG 1989) - ALTERNATE I (APR 1984)
SECTION F FA8650-21-R-2205
PAGE 7 OF 21

---

PART I - THE SCHEDULE
SECTION G - CONTRACT ADMINISTRATION DATA
NOTICE: The following contract clauses pertinent to this section are hereby incorporated in full text:
DEFENSE FAR SUPP CONTRACT CLAUSES IN FULL TEXT
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (DEC 2018)
(a) Definitions. As used in this clause-
“Department of Defense Activity Address Code (DoDAAC)” is a six position code that uniquely identifies a
unit, activity, or organization.
“Document type” means the type of payment request or receiving report available for creation in Wide
Area WorkFlow (WAWF).
“Local processing office (LPO)” is the office responsible for payment certification when payment
certification is done external to the entitlement system.
“Payment request” and “receiving report” are defined in the clause at 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(b) Electronic invoicing. The WAWF system provides the method to electronically process vendor
payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation
Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports.
(c) WAWF access. To access WAWF, the Contractor shall—
(1) Have a designated electronic business point of contact in the System for Award
Management at https://www.sam.gov; and
(2) Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step
procedures for self-registration available at this web site.
(d) WAWF training. The Contractor should follow the training instructions of the WAWF Web-
Based Training Course and use the Practice Training Site before submitting payment requests through
WAWF. Both can be accessed by selecting the “Web Based Training” link on the WAWF home page at
https://wawf.eb.mil/
(e) WAWF methods of document submission. Document submissions may be via web entry,
Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when
submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following
document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a
cost voucher.
(ii) For fixed price line items-
SECTION G FA8650-21-R-2205
PAGE 8 OF 21

---

PART I - THE SCHEDULE
SECTION G - CONTRACT ADMINISTRATION DATA
(A) That require shipment of a deliverable, submit the invoice and
receiving report specified by the Contracting Officer.
(Contracting Officer: Insert applicable invoice and receiving report document type(s) for fixed price
line items that require shipment of a deliverable.)
(B) For services that do not require shipment of a deliverable, submit
either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the
applicable invoice and receiving report, as specified by the Contracting Officer.
(Contracting Officer: Insert either “Invoice 2in1” or the applicable invoice and receiving report
document type(s) for fixed price line items for services.)
(iii) For customary progress payments based on costs incurred, submit a
progress payment request.
(iv) For performance based payments, submit a performance based payment
request.
(v) For commercial item financing, submit a commercial item financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR)
52.213-1 is included in the contract.
[Note: The Contractor may use a WAWF “combo” document type to create some combinations of invoice
and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing Data
Table below only to fill in applicable fields in WAWF when creating payment requests and receiving
reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC (Insert Pay Official DoDAAC or N/A)
Issue By DoDAAC (Insert Issue By DoDAAC or N/A)
Admin DoDAAC (Insert Admin DoDAAC or N/A)
Inspect By DoDAAC (Insert Inspect by DoDAAC or N/A)
Ship To Code (Insert applicable DoDAAC info or "See Schedule" if multiple ship to/acceptance
locations apply, or N/A)
Ship From Code (Insert Ship From Code or N/A)
Mark For Code (Insert Mark For Code or N/A)
Service Approver (DoDAAC) (Insert Approver DoDAAC or N/A)
Service Acceptor (DoDAAC) (Insert Acceptor DoDAAC or N/A)
Accept at Other DoDAAC (Insert appropriate DoDAAC or N/A)
LPO DoDAAC (Insert LPO DoDAAC or N/A)
DCAA Auditor DoDAAC (Insert Auditor DoDAAC or N/A)
Other DoDAAC(s) (Insert other DoDAACs or N/A)
(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations
apply, insert “See Schedule” or “Not applicable.”)
(**Contracting Officer: If the contract provides for progress payments or performance-based payments,
insert the DoDAAC for the contract administration office assigned the functions under FAR
42.302(a)(13).)
SECTION G FA8650-21-R-2205
PAGE 9 OF 21

---

PART I - THE SCHEDULE
SECTION G - CONTRACT ADMINISTRATION DATA
(4) Payment request. The Contractor shall ensure a payment request includes
documentation appropriate to the type of payment request in accordance with the payment clause,
contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as
applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the
requirements of DFARS Appendix F.
(g) WAWF point of contact.
(1) The Contractor may obtain clarification regarding invoicing in WAWF from the
following contracting activity’s WAWF point of contact.
(Contracting Officer: Insert applicable information or “Not applicable.”)
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
SECTION G FA8650-21-R-2205
PAGE 10 OF 21

---

PART I - THE SCHEDULE
SECTION H - SPECIAL CONTRACT REQUIREMENTS
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION H FA8650-21-R-2205
PAGE 11 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
Contract Clauses in this section are from the FAR, Defense FAR Sup, Air Force FAR Sup, and the Air Force
Materiel Command FAR Sup, and are current through the following updates:
Database_Version: 7.4.x.1600; Issued: 12/3/2019; FAR: FAC 2020-01; DFAR: DPN20191127; DL.: DL 98-021;
Class Deviations: CD 2020-O0001; AFFAR: 2002 Edition; AFAC: AFAC 2017-1003; IPN: 98-009
I. NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:
A. FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES
52.202-01 DEFINITIONS (JUN 2020)
52.203-03 GRATUITIES (APR 1984)
52.203-05 COVENANT AGAINST CONTINGENT FEES (MAY 2014)
52.203-06 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)
52.203-07 ANTI-KICKBACK PROCEDURES (JUN 2020)
52.203-08 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR
IMPROPER ACTIVITY (MAY 2014)
52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014)
52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
(JUN 2020)
52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO
INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JUN 2020)
52.204-04 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT
PAPER (MAY 2011)
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT
AWARDS (JUN 2020)
52.204-12 UNIQUE ENTITY IDENTIFIER MAINTENANCE (OCT 2016)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS
(DEC 2014)
52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES
DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED
ENTITIES (JUL 2018)
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (AUG 2020)
52.209-06 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
(JUN 2020)
52.209-09 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY
MATTERS (OCT 2018)
52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS
(NOV 2015)
52.215-02 AUDIT AND RECORDS -- NEGOTIATION (JUN 2020)
52.215-08 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997)
52.215-11 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA--
MODIFICATIONS (JUN 2020)
52.215-13 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA--MODIFICATIONS (JUN
2020) - ALTERNATE I (AUG 2020)
52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER
THAN CERTIFIED COST OR PRICING DATA--MODIFICATIONS (JUN 2020) -
ALTERNATE III (OCT 1997)
Alt III, Para (c), Submit the cost portion of the proposal via the following electronic media:
'?????'
SECTION I FA8650-21-R-2205
PAGE 12 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)
52.219-08 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2018)
52.219-16 LIQUIDATED DAMAGES -- SUBCONTRACTING PLAN (JAN 1999)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (NOV 2020)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (NOV 2020) -
ALTERNATE I (MAR 2020)
Para (h)(1), NAICS codes '?????'
52.222-03 CONVICT LABOR (JUN 2003)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
52.222-37 EMPLOYMENT REPORTS ON VETERANS (JUN 2020)
52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS
ACT (DEC 2010)
52.222-50 COMBATING TRAFFICKING IN PERSONS (OCT 2020)
52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (OCT 2015)
52.222-99 ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION) (JUN 2014)
52.223-06 DRUG-FREE WORKPLACE (MAY 2001)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE
DRIVING (JUN 2020)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (JUN 2008)
52.227-01 AUTHORIZATION AND CONSENT (JUN 2020) - ALTERNATE I (APR 1984)
52.227-02 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT
INFRINGEMENT (JUN 2020)
52.228-07 INSURANCE -- LIABILITY TO THIRD PERSONS (MAR 1996)
52.230-02 COST ACCOUNTING STANDARDS (JUN 2020)
52.230-05 COST ACCOUNTING STANDARDS - EDUCATIONAL INSTITUTION (JUN 2020)
52.232-09 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984)
52.232-17 INTEREST (MAY 2014)
52.232-20 LIMITATION OF COST (APR 1984)
52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) - ALTERNATE I (APR 1984)
52.232-25 PROMPT PAYMENT (JAN 2017)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD
MANAGEMENT (OCT 2018)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS (DEC 2013)
52.233-01 DISPUTES (MAY 2014)
52.233-03 PROTEST AFTER AWARD (AUG 1996) - ALTERNATE I (JUN 1985)
52.233-04 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
52.242-01 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984)
52.242-03 PENALTIES FOR UNALLOWABLE COSTS (MAY 2014)
52.242-04 CERTIFICATION OF FINAL INDIRECT COSTS (JAN 1997)
52.242-13 BANKRUPTCY (JUL 1995)
52.243-02 CHANGES -- COST-REIMBURSEMENT (AUG 1987) - ALTERNATE V (APR 1984)
52.244-02 SUBCONTRACTS (JUN 2020) - ALTERNATE I (JUN 2020)
Para (d), Contractor shall obtain the Contracting Officer's written consent before placing
the following subcontracts: '?????'
Para (j), the following subcontracts which were evaluated during negotiations: '?????'
52.244-05 COMPETITION IN SUBCONTRACTING (DEC 1996)
52.244-06 SUBCONTRACTS FOR COMMERCIAL ITEMS (NOV 2020)
52.245-01 GOVERNMENT PROPERTY (JAN 2017)
52.245-09 USE AND CHARGES (APR 2012)
52.246-23 LIMITATION OF LIABILITY (FEB 1997)
52.246-26 REPORTING NONCONFORMING ITEMS (JUN 2020)
SECTION I FA8650-21-R-2205
PAGE 13 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
52.247-01 COMMERCIAL BILL OF LADING NOTATIONS (FEB 2006)
52.247-67 SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT (FEB 2006)
Para (c). Insert address. '?????'
52.249-06 TERMINATION (COST-REIMBURSEMENT) (MAY 2004)
52.249-14 EXCUSABLE DELAYS (APR 1984)
52.253-01 COMPUTER GENERATED FORMS (JAN 1991)
B. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
(SEP 2011)
252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-
CONTRACT-RELATED FELONIES (DEC 2008)
252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (SEP
2013)
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7004 LEVEL I ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (FEB
2019)
252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE
TELECOMMUNICATIONS EQUIPMENT OR SERVICES (DEC 2019)
252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV 2020)
252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE
GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM
(MAY 2019)
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (MAR 2016)
Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item
Description or n/a. '?????'
Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item
Description. If items are identified in the Schedule, insert "See Schedule" '?????'
Para (c)(1)(iii). Attachment Nr. '?????'
Para (c)(1)(iv). Attachment Nr. '?????'
Para (f)(2)(iii). Line item number or n/a. '?????'
252.211-7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY (AUG 2012)
252.211-7008 USE OF GOVERNMENT-ASSIGNED SERIAL NUMBERS (SEP 2010)
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (DEC 2017)
252.225-7017 PHOTOVOLTAIC DEVICES (DEVIATION 2020-O0019) (JUL 2020)
252.225-7030 RESTRICTION ON ACQUISITION OF CARBON, ALLOY, AND ARMOR STEEL PLATE
(DEC 2006)
252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)
252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (APR 2019)
252.227-7013 RIGHTS IN TECHNICAL DATA--NONCOMMERCIAL ITEMS (FEB 2014)
252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION (JAN 2011)
252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT (MAR 2000)
252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (SEP 2016)
252.227-7038 PATENT RIGHTS--OWNERSHIP BY THE CONTRACTOR (LARGE BUSINESS) (JUN
2012) - ALTERNATE II (DEC 2007)
252.227-7039 PATENTS--REPORTING OF SUBJECT INVENTIONS (APR 1990)
252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
(DEC 2018)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.232-7011 PAYMENTS IN SUPPORT OF EMERGENCIES AND CONTINGENCY OPERATIONS
(MAY 2013)
SECTION I FA8650-21-R-2205
PAGE 14 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS—
PROHIBITION ON FEES AND CONSIDERATION (APR 2020)
252.235-7010 ACKNOWLEDGMENT OF SUPPORT AND DISCLAIMER (MAY 1995)
Para (a), name of contracting agency(ies): 'United States Air Force'
Para (a), contract number(s): 'FA865021R2205'
Para (b), name of contracting agency(ies): 'United States Air Force'
252.235-7011 FINAL SCIENTIFIC OR TECHNICAL REPORT (DEC 2019)
252.237-7999 REQUIREMENT FOR ACCOUNTING FIRMS USED TO SUPPORT DEPARTMENT OF
DEFENSE AUDITS (DEVIATION 2019-O0007) (MAR 2019)
252.239-7018 SUPPLY CHAIN RISK (FEB 2019)
252.242-7004 MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (MAY 2011)
252.242-7006 ACCOUNTING SYSTEM ADMINISTRATION (FEB 2012)
252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2012)
252.244-7001 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION - ALTERNATE I (MAY
2014) - ALTERNATE I (MAY 2014)
252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY
(APR 2012)
252.245-7002 REPORTING LOSS OF GOVERNMENT PROPERTY (DEVIATION 2020-O0004) (FEB
2020)
252.245-7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION (APR 2012)
252.245-7004 REPORTING, REUTILIZATION, AND DISPOSAL (DEC 2017)
Insert Item(s) '?????'
Insert Item(s) '?????'
C. AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES
5352.201-9101 OMBUDSMAN (OCT 2019)
Para (c). Ombudsmen names, addresses, phone numbers, fax, and email addresses.
'?????'
5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (OCT
2019)
II. NOTICE: The following contract clauses pertinent to this section are hereby incorporated in full text:
FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES IN FULL TEXT
52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (JUN
2016)
(a) Definitions. As used in this clause--
Covered contractor information system means an information system that is owned or operated by a
contractor that processes, stores, or transmits Federal contract information.
Federal contract information means information, not intended for public release, that is provided by or
generated for the Government under a contract to develop or deliver a product or service to the
Government, but not including information provided by the Government to the public (such as on public
Web sites) or simple transactional information, such as necessary to process payments.
Information means any communication or representation of knowledge such as facts, data, or opinions, in
any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual
(Committee on National Security Systems Instruction (CNSSI) 4009).
SECTION I FA8650-21-R-2205
PAGE 15 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
Information system means a discrete set of information resources organized for the collection,
processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502).
Safeguarding means measures or controls that are prescribed to protect information systems.
(b) Safeguarding requirements and procedures.
(1) The Contractor shall apply the following basic safeguarding requirements and procedures to
protect covered contractor information systems. Requirements and procedures for basic safeguarding of
covered contractor information systems shall include, at a minimum, the following security controls:
(i) Limit information system access to authorized users, processes acting on behalf of
authorized users, or devices (including other information systems).
(ii) Limit information system access to the types of transactions and functions that
authorized users are permitted to execute.
(iii) Verify and control/limit connections to and use of external information systems.
(iv) Control information posted or processed on publicly accessible information systems.
(v) Identify information system users, processes acting on behalf of users, or devices.
(vi) Authenticate (or verify) the identities of those users, processes, or devices, as a
prerequisite to allowing access to organizational information systems.
(vii) Sanitize or destroy information system media containing Federal Contract
Information before disposal or release for reuse.
(viii) Limit physical access to organizational information systems, equipment, and the
respective operating environments to authorized individuals.
(ix) Escort visitors and monitor visitor activity; maintain audit logs of physical access; and
control and manage physical access devices.
(x) Monitor, control, and protect organizational communications (i.e., information
transmitted or received by organizational information systems) at the external boundaries and key internal
boundaries of the information systems.
(xi) Implement subnetworks for publicly accessible system components that are
physically or logically separated from internal networks.
(xii) Identify, report, and correct information and information system flaws in a timely
manner.
(xiii) Provide protection from malicious code at appropriate locations within organizational
information systems.
(xiv) Update malicious code protection mechanisms when new releases are available.
(xv) Perform periodic scans of the information system and real-time scans of files from
external sources as files are downloaded, opened, or executed.
(2) Other requirements. This clause does not relieve the Contractor of any other specific
safeguarding requirements specified by Federal agencies and departments relating to covered contractor
SECTION I FA8650-21-R-2205
PAGE 16 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
information systems generally or other Federal safeguarding requirements for controlled unclassified
information (CUI) as established by Executive Order 13556.
(c) Subcontracts. The Contractor shall include the substance of this clause, including this paragraph (c),
in subcontracts under this contract (including subcontracts for the acquisition of commercial items, other
than commercially available off-the-shelf items), in which the subcontractor may have Federal contract
information residing in or transiting through its information system.
52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acquisition.gov/dfars
https://www.acquisition.gov/affars
52.252-06 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter
1) clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation
Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of
"(DEVIATION)" after the name of the regulation.
DEFENSE FAR SUPP CONTRACT CLAUSES IN FULL TEXT
252.222-7999 COMBATING RACE AND SEX STEREOTYPING (DEVIATION 2021-O0001) (NOV
2020)
(a) Definitions. As used in this clause-
“Race or sex scapegoating” means assigning fault, blame, or bias to a race or sex, or to members of a
race or sex because of their race or sex.
“Race or sex stereotyping” means ascribing character traits, values, moral and ethical codes, privileges,
status, or beliefs to a race or sex, or to an individual because of his or her race or sex.
(b) Exemptions. The exemptions that apply to Executive Order (E.O.) 11246 (see FAR 22.807)
also apply to E.O. 13950 and the requirements of this clause.
(c) Compliance with E.O. 13950, Combating Race and Sex Stereotyping. Unless exempted
under paragraph (b) of this clause, the Contractor shall not use any workplace training that inculcates in
its employees any form of race or sex stereotyping or any form of race or sex scapegoating, including the
concepts that-
(1) One race or sex is inherently superior to another race or sex;
(2) An individual, by virtue of his or her race or sex, is inherently racist, sexist, or
oppressive, whether consciously or unconsciously;
(3) An individual should be discriminated against or receive adverse treatment solely or
partly because of his or her race or sex;
SECTION I FA8650-21-R-2205
PAGE 17 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
(4) Members of one race or sex cannot and should not attempt to treat others without
respect to race or sex;
(5) An individual’s moral character is necessarily determined by his or her race or sex;
(6) An individual, by virtue of his or her race or sex, bears responsibility for actions
committed in the past by other members of the same race or sex;
(7) Any individual should feel discomfort, guilt, anguish, or any other form of
psychological distress on account of his or her race or sex; or
(8) Meritocracy or traits such as a hard work ethic are racist or sexist, or were created by
a particular race to oppress another race.
(d) Notice. The Contractor shall send, to each labor union or representative of workers with
which it has a collective bargaining agreement or other contract or understanding, the notice provided
below advising the labor union or workers’ representative of the Contractor’s commitments under this
clause, and post copies of the notice in conspicuous places available to employees and applicants for
employment.
NOTICE
E.O. 13950, Combating Race and Sex Stereotyping
Employers Holding Federal Contracts or Subcontracts
Contractors shall not use any workplace training that inculcates in its employees any form of race
or sex stereotyping or any form of race or sex scapegoating, including the following concepts that-
(1) One race or sex is inherently superior to another race or sex;
(2) An individual, by virtue of his or her race or sex, is inherently racist, sexist, or
oppressive, whether consciously or unconsciously;
(3) An individual should be discriminated against or receive adverse treatment solely or
partly because of his or her race or sex;
(4) Members of one race or sex cannot and should not attempt to treat others without
respect to race or sex;
(5) An individual’s moral character is necessarily determined by his or her race or sex;
(6) An individual, by virtue of his or her race or sex, bears responsibility for actions
committed in the past by other members of the same race or sex;
(7) Any individual should feel discomfort, guilt, anguish, or any other form of
psychological distress on account of his or her race or sex; or
(8) Meritocracy or traits such as a hard work ethic are racist or sexist, or were created by
a particular race to oppress another race.
For use in this notice-
“Race or sex scapegoating” means assigning fault, blame, or bias to a race or sex, or to
members of a race or sex because of their race or sex; and
SECTION I FA8650-21-R-2205
PAGE 18 OF 21

---

PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
“Race or sex stereotyping” means ascribing character traits, values, moral and ethical
codes, privileges, status, or beliefs to a race or sex, or to an individual because of his or her race or sex.
Any person who believes a contractor has violated its nondiscrimination or affirmative action
obligations under this notice should immediately contact the Office of Federal Contract Compliance
Programs (OFCCP) Complaint Hotline to Combat Race and Sex Stereotyping at 202-343-2008 or via
email at OFCCPComplaintHotline@dol.gov.
(End of notice)
(e) Noncompliance. In the event it is determined that the Contractor is not in compliance with
this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled,
terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further
Government contracts, under the procedures authorized in E.O. 11246, as amended. In addition,
sanctions may be imposed and remedies invoked against the Contractor as provided in E.O. 11246, as
amended; in the rules, regulations, and orders of the Secretary of Labor; or as otherwise provided by law.
(f) Subcontracts. (1) The Contractor shall include the substance of this clause, including this
paragraph (f), in all subcontracts that exceed $10,000 and are not exempted by the rules, regulations, or
orders of the Secretary of Labor issued under E.O. 11246, as amended, so that these terms and
conditions will be binding upon each subcontractor.
(2)The Contractor shall take such action with respect to any subcontract as the Director
of OFCCP may direct as a means of enforcing these terms and conditions, including sanctions for
noncompliance, provided, that if the Contractor becomes involved in, or is threatened with, litigation with a
subcontractor as a result of such direction, the Contractor may request the United States to enter into the
litigation to protect the interests of the United States.
AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES IN FULL
TEXT
5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL-AFRL (OCT
2019)
(a) For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access
Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following
criteria:
(1)Require logical access to Department of Defense computer networks and systems in
either:
(i)the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work, which requires the use of a CAC for installation entry control or
physical access to facilities and buildings.
(b)Contractors and their personnel shall use the following procedures to obtain CACs:
(1) Contractors shall provide a listing of personnel who require a CAC to the contracting
officer. The government will provide the contractor instruction on how to complete the Contractor
Verification System (CVS) application and then notify the contractor when approved.
SECTION I FA8650-21-R-2205
PAGE 19 OF 21

---

PART III - LIST OF DOCUMENTS, EXHIBITS & ATTACHMENTS
SECTION J - LIST OF ATTACHMENTS
(2) Contractor personnel shall obtain a CAC from the nearest Real Time Automated
Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military
Personnel Flight (MPF)).
(c)While visiting or performing work on installation(s)/location(s), contractor personnel shall wear
or prominently display the CAC as required by the governing local policy.
(d)During the performance period of the contract, the contractor shall:
(1)Within 7 working days of any changes to the listing of the contract personnel
authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing
to the authorizing government official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a
change in status for contractor personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following
a CACs expiration date; and
(4)Report lost or stolen CACs in accordance with local policy/directives.
(e)Within 7 working days following completion/termination of the contract, the contractor shall
return all CACs issued to their personnel to the issuing office or the location specified by local
policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.
SECTION I FA8650-21-R-2205
PAGE 20 of 21

---

PART III - LIST OF DOCUMENTS, EXHIBITS & ATTACHMENTS
SECTION J - LIST OF ATTACHMENTS
NO EXHIBITS OR ATTACHMENTS IN THIS SECTION
SECTION I FA8650-21-R-2205
PAGE 21 of 21

---

FA8650-21-S-2205 - CIRAS - BAA

2-Step Broad Agency Announcement
T he 2-Step Process reduces acquisition resources for both the Government and
industry. It may be considered when a large number of proposals are anticipated or
to determine if further Government interest is warranted. If further interest is not
warranted, industry saves unnecessary bid and proposal costs and the Government
saves review time.
Overview Information
NAICS Code: The NAICS Code for this acquisition is
541715 (Research and Technology in the Physical, Engineering, and Life
Sciences (except Nanotechnology and Biotechnology) with the Aircraft,
Aircraft Engine and Engine Parts exception), and the small business size
standard is 1,500 employees.
Federal Agency Name: Air Force Research Laboratory, AFRL/RQ Aerospace
Systems Directorate, Aerospace Vehicles Division (AFRL/RQV)
Broad Agency Announcement Title: Collaborations for Innovative Research on
Aerospace Structure (CIRAS)
Broad Agency Announcement Type: This is the Initial Announcement (Two
Step Closed BAA with Calls)
Broad Agency Announcement Number: FA8650-21-S-2205
Catalog of Federal Domestic Assistance (CFDA) Number(s): 12.800 AIR
FORCE DEFENSE RESEARCH SCIENCES PROGRAM
THIS WILL BE A TWO-STEP CLOSED BAA WITH CALLS SOLICITATION:
This Two Step Closed BAA with Calls will be effective for a period of 5 years from
the date of publication. Calls are individual solicitations for research that will be
issued in (https://beta.SAM.gov ) and (http://Grants.Gov), based on available
funding and agency needs.
First Step: WHITE PAPER DUE DATE AND TIME: The Air Force Research
Laboratory, Aerospace Systems Directorate, Aerospace Vehicles Division
(AFRL/RQV), will be soliciting white papers described in the Calls to be
published in (https://beta.SAM.gov ) and (http://Grants.Gov) at a later date.
Each Call will contain the specific requirements and submission due date and
time. Unless otherwise stated in a Call , all other requirements are contained
in this BAA. Small businesses are encouraged to propose on all or any part of
these upcoming Calls.
Page 1 of 21

---

Offerors should be alert for any individual Calls and or BAA
Amendments.
Second Step: PROPOSAL DUE DATE AND TIME: To be provided in the
Requests for Proposals sent to offerors that submit White Papers considered to
meet the needs of the Air Force.
Submission: White Papers must be submitted to the Contracting Point of Contact
(POC): Joycelyn Roux and Jodonna Alvarez, AFRL/RQKPC,
Jodonna.alvarez@us.af.mil and Joycelyn.roux@us.af.mil
Solicitation Request: Air Force Research Laboratory, AFRL/RQ Aerospace
Systems Directorate, Aerospace Vehicles Division (AFRL/RQV), Wright Patterson Air
Force Base will be soliciting white papers on research effort described in future
Calls.
Type of Contract/Instrument: 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), and Cooperative Agreement. Cost reimbursement
contracts require successful offerors to have an accounting system considered
adequate for tracking costs applicable to the contract.
Estimated Program Cost: Anticipated funding for the entire program is $6M. The
estimated cost for each Call will be specified in each individual Call.
Anticipated Number of Awards: The Air Force anticipates awarding a minimum
of one award per individual Call. However, the Air Force reserves the right to
award zero, one, or more awards for all, some or none of the effort solicited for
each individual Call based on the offeror’s ability to perform desired work and
funding fluctuations.
Brief Program Summary: The Aerospace Vehicles Division (RQV), Aerospace
Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting
research in aircraft structural design, analysis, and experimentation, specifically in
the following areas:
1. Innovative structural concepts for reducing weight and/or improving
performance
2. Generation of realistic load and environmental spectra
3. Advanced structural design and analysis methods
Page 2 of 21

---

4. Advanced techniques for experimental validation of structural models and
simulations
Communication Between Prospective Offerors and Government
Representatives:
The acquisition team intends to manage communications in a manner best designed
to facilitate the submittal of optimal proposals while not providing any unfair
competitive advantages. Technical communications will be managed by the
Program Manager identified below. Technical questions may be addressed after the
Two Step Closed BAA release. Questions determined to provide a competitive
advantage will be answered via (https://beta.SAM.gov ) and (http://Grants.Gov).
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 Contracting Officers are legally authorized to
commit the Government.
Address technical questions to the Technical POC: Eric Tuegel, Program
Manager, AFRL/RQVS, 2130 8th Street, WPAFB, OH 45433, 937-656-8826,
eric.tuegel@us.af.mi
Address contracting questions to the Contracting POC: Jodonna Alvarez and
Joycelyn Roux, AFRL/RQKPC, Contracting Officer, 2130 Eighth Street Building 45,
Wright Patterson AFB OH 45433-7541, jodonna.alvarez@us.af.mil, 937-713-9966,
and joycelyn.roux@us.af.mil, 937-713-9795
Full Text Announcement
I. Program Description: Air Force Research Laboratory, Aerospace Systems
Directorate, Aerospace Vehicles Division (AFRL/RQV) is soliciting white papers
(and later technical and cost proposals) on the following research effort:
Note: White papers will be solicited in future Calls.
1. Statement of Objective/Description of Technical Area(s): The
objective of this Two Step Closed BAA with Calls is to advance the technology
and/ or increase knowledge and understanding of:
a. Innovative structural concepts for reducing weight and/or improving
performance
b. Generation of realistic load and environmental spectra
c. Advanced structural design and analysis methods
d. Advanced techniques for experimental validation of structural models and
simulations
The complete Statement of Objectives (SOO) is Attachment 1 to this Two
Step Closed BAA.
Page 3 of 21

---

2. Within Scope Modifications: Potential offerors are advised that due to the
inherent uncertainty of research and development efforts, awards resulting
from this announcement may be modified during performance to make within
scope changes, to include but not limited to, modifications which increase
overall contract ceiling amount.
3. Deliverable Items:
a. Data Items: See attached DD Form 1423-1 CDRLS (Attachment 2)
b. Software: TBD per individual Call
c. Hardware: TBD per individual Call
d. Other: TBD per individual Call
4. Schedule:
a. Overall effort: TBD per individual Call
b. Data Items: Specified on individual CDRL(s)
c. Software: TBD per individual Call
d. Hardware: TBD per individual Call
5. Other Requirements:
a. This announcement incorporates FAR and supplement provisions and
clauses by reference. The full text of provisions and clauses can be found
at Acquisition.gov.
b. Program Security Classification: Unclassified. If a DD254 is applicable,
offerors must verify their Cognizant Security Office information is current
with Defense Counterintelligence and Security Agency (DCSA) at
www.dcsa.mil.
d. OPSEC: See attached SOO for OPSEC guidance.
e. 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 effort may be subject to export control, then a Certified DD Form
2345, Militarily Critical Technical Data Agreement, will be required to be
submitted with proposal.
f. Export-Controlled Items: As prescribed by DFARS 225.7901-4, DFARS
252.225-7048, “Export-Controlled Item (JUN 2013)” is contained in this
solicitation. This clause shall be contained in ALL resulting contracts.
6. Other Information:
a. Government Furnished Property (GFP) Availability: GFP is not anticipated
to be made available under any resulting contract.
b. Base Support/ Network Access: Base Support is anticipated. The
Government will provide the following: work space, phones, network
access, material, equipment, services, or other support for the
performance of this effort.
(1) Available Base Facilities: Base Support will be located at Building 65,
Wright Patterson AFB, Ohio 45433
c. Multiple awards subject to Fair Opportunity are not anticipated
Page 4 of 21

---

d. Data Rights Desired:
(1) Noncommercial Technical Data: Unlimited Rights desired, will accept
Government Purpose Rights (GPR)
(2) Noncommercial Computer Software (NCS): Unlimited Rights desired
will accept GPR
(3) NCS Documentation: Unlimited Rights desired, will accept GPR
(4) Commercial Computer Software Rights: Customary License
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 noncommercial technical
data and NCS developed or delivered under this contract are of significant
concern to the Government. The Government will therefore evaluate any
restrictions on the use of noncommercial 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 accordance with DFARS 252.227-7013(b)(1) and 252.227-7014(b)(1),
the Government shall receive unlimited rights in all noncommercial
technical data and computer software developed exclusively with
Government funds.
In accordance with DFARS 252.227-7013(b)(2) and DFARS 252.227-
7014(b)(2), the Government shall receive Government Purpose Rights in
all noncommercial technical data and computer software developed with
mixed funding. “Developed with mixed funding” means, “development
was accomplished partially with costs charged to indirect cost pools
and/or costs not allocated to a government contract, and partially with
costs charged directly to a government contract. Offerors that propose
delivery of noncommercial technical data, NCS, or NCS documentation
subject to Government Purpose Rights should fully explain how a portion
of the data was developed at private expense. Specifically, offerors must
explain what noncommercial 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 address whether those
portions or processes are segregable.
Offerors that propose delivery of noncommercial technical data with
Limited Rights, NCS with Restricted Rights, or NCS documentation with
Limited Rights will be considered. Proposals should fully explain what
noncommercial 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.
Page 5 of 21

---

Offerors shall include the data rights assertions as required by DFARS
252.227-7017, Identification and Assertion of Restrictions on the
Government’s Use, Release, or Disclosure of Technical Data or Computer
Software. The assertions list is included in Section K and due at time of
proposals. Assertions must be completed with specificity. Each assertion
must identify the technical data or computer software to be delivered and
the associated item, component, or process developed exclusively or
partially at private expense to which it pertains. Nonconforming data
rights assertion lists will not be accepted until submitted in accordance
with DFARS 252.227-7017.
Terms used in this section are defined in the clauses at 252.227-7013,
Rights in Technical Data-Noncommercial Items, and 252.227-7014, Rights
in Noncommercial Computer Software and Noncommercial Computer
Software Documentation.
THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERCIAL):
If any such software, noncommercial or commercial, is not reasonably
identifiable at proposal submission, it must still be approved by the
contracting officer prior to incorporation. This obligation to obtain pre-
approval by the contracting officer, as described above, continues
throughout contract administration.
Noncommercial Computer Software:
DFARS 252.227-7014(d) describes requirements for incorporation of third
party noncommercial copyrighted computer software and computer
software documentation and is incorporated as follows:
The Contractor shall not, without the written approval of the
Contracting Officer, incorporate any copyrighted computer software or
computer software documentation in the software or documentation to
be delivered under this contract unless the Contractor is the copyright
owner or has obtained for the Government the license rights necessary
to perfect a license or licenses in the deliverable software or
documentation of the appropriate scope set forth in DFARS 252.227-
7014(b), and prior to delivery of such—
(1) Computer software, has provided a statement of the license
rights obtained in a form acceptable to the Contracting Officer;
or
(2) Computer software documentation, has affixed to the
transmittal document a statement of the license rights obtained.
In addition, all noncommercial computer software will receive the
appropriate level rights set forth in DFARS 252-7014(b), which could
include: Unlimited rights, GPR, Restricted Rights, or specifically negotiated
license.
Commercial Computer Software:
Page 6 of 21

---

For commercial computer software, the Government will neither accept nor
execute a DD Form 250 for such software deliverables until the Contractor
obtains from all third party software suppliers and/or vendors (Licensor)
licenses for any commercial computer software to be delivered that are
consistent with Federal Statutes, Federal Case Law, and Federal
Regulations.
The following is a non-exhaustive list of terms and conditions which are
inconsistent with Federal law and shall not be included in the commercial
computer software license agreement between the Licensor and the
Government:
1. The license shall not subject the Government to a contingent
liability or a liability that is indefinite or indeterminate, including but
not limited to: indemnification clauses, unilateral price increases, the
right to attorney fees, automatic assessment of charges, or automatic
renewal provisions. These provisions constitute obligations in advance
or in excess of an appropriation and violate the Anti-Deficiency Act.
2. The license shall be governed by Federal Statutes, Federal Case
Law, and Federal Regulations, and shall not be subject to the laws or
jurisdiction of any municipality, state, or foreign country. The license
shall not bind the Government to litigation in a particular forum or
venue or require the Government to participate in arbitration.
3. 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.
4. The Licensor shall not have the authority to unilaterally terminate
the license. All remedies available shall be consistent with the
Disputes and Termination Clauses in the underlying basic contract.
5. The Licensor shall not have the right to enter the premise or
monitor Government networks for the purpose of auditing the use of
the license.
6. The Licensor shall not have the authority to control or otherwise
influence any litigation between a third party and the Government. The
United States Department of Justice has the sole authority to
represent the Government in all litigation matters.
7. The Licensor shall not use the fact that the Government is using the
Licensor's products in any notification or advertisement to the public
(e.g., no publicity rights permitted).
8. The license shall not require automatic updates or give Licensor the
authority to unilaterally replace the software.
[IF APPLICABLE] Additionally, the Contractor may be required to
obtain licenses that comply with the following terms and
conditions, based on the Government’s needs:
1. [IF APPLICABLE] The license shall not disclaim all warranties through
use of an “as is” provision.
2. [IF APPLICABLE] The license shall neither restrict the Government
from using the product at various sites nor limit use of the product by
Page 7 of 21

---

various Government agencies or third parties performing work on
behalf of the Air Force under the [PROGRAM NAME]. In performance
of the [PROGRAM NAME], Government personnel as well as
Government contractors may use the software, subject to any
negotiated limits on number of users, as applicable.
3. [IF APPLICABLE] [The license shall not limit the Government’s use of
the software at other Government and Government contractor sites.]
[The license shall authorize the Government to use the software at the
following sites: [list].
4. [IF APPLICABLE] The license shall not restrict the Government from
copying or embedding elements of accessible code into other
applications (e.g., nesting code, derivative works).
The Contractor may obtain agreement from the Licensor to insert the
clause below in 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 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]:
[Section X: deleted; Section Y: amended as follows […]”
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. If the software in question is
required to be delivered to the Government, the Licensor must grant the
Government a sublicense that allows the Government to use the software
to meet its requirements.
The Contractor shall provide documentation to clearly correlate or map
any commercial computer software to be delivered to:
a) Contract Line Item Numbers (CLINS);
b) Contract Deliverables (CDRLS);
c) Paragraphs in the statement of work (SOW); and
d) Portions of any functional block diagrams and/or system
architecture diagrams, so that it can be readily determined where
certain commercial computer software corresponding to certain
software license agreement(s) are physically located on the system
to be delivered under the contract
II. Award Information
1. Anticipated Award Date: TBD per individual Call.
Page 8 of 21

---

2. Anticipated funding for the program (not per contract)
FY21 FY22 FY23 FY24 FY25 FY26 Total
$50,000 $950,000 $1,250,000 $1,250,000 $1,250,000 $1,250,000 $6,000,000
This funding profile is an estimate only and not a contractual obligation for
funding. All funding is subject to change due to Government discretion and
availability. Potential offerors should be aware that due to unanticipated
budget fluctuations funding in any or all areas may change with little or no
notice.
III. Eligibility Information
1. Eligible Offeror: This is an unrestricted solicitation. Small businesses are
encouraged to propose.
2. Cost Sharing or Matching: Cost Sharing is not required, but is allowed.
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. 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
FFRDC, and that determination must be included in the FFRDC’s proposal. In
addition, AFRL 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, contact the Program Manager identified in the BAA. If those
discussions result in a mutual interest to pursue your agency's participation,
the effort will be pursued independent of this announcement.
5. Other:
a. Foreign Participation: If a foreign participant is identified, the offeror will
be required to submit their country of origin and a detailed description of
the information that is to be provided to the foreign participant at each
stage of the contract and that information will be sent to our Foreign
Disclosure Office for determination of release.
b. This acquisition is MAY BE subject to export control laws and regulations
(International Traffic in Arms Regulations (ITAR)). TBD per individual
Call.
c. There are no limits on the number of white papers/proposals an offeror
may submit.
Page 9 of 21

---

d. You may be ineligible for award if all requirements of this solicitation are
not met on the white paper (and later proposal) due date as identified in
individual Call.
IV. White Paper / Proposal and Submission Information
1. Overview: This Announcement consists of a Two-Step Process described in
detail below. White Papers/Proposals submitted for individual Calls shall be
in accordance with this announcement. There will be no other solicitation
issued in regard to this requirement. The Government intends to review
white papers/proposals and award some, all, or none of the proposals
received without negotiation/discussion; however, the Government reserves
the right to negotiate with those offeror(s) whose proposal is selected for
funding.
Offerors should be alert for any individual Calls and or BAA amendments.
For additional information, a copy of the Broad Agency Announcement (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
2. First Step (White Paper) Instructions:
a. General: The FIRST STEP requests a white paper and a rough order of
magnitude (ROM) cost. The white paper shall include a discussion of the
nature and scope of the research and the offeror’s proposed technical
approach. The Government will review the white papers in accordance
with the FIRST STEP Peer or Scientific Review criteria, set forth in Section
V below. Based on this review, the Government will determine which of
them have the potential to best meet the Air Force’s needs. Offerors will
be notified of the disposition of their white paper. It is anticipated that
Government review of the white papers submitted will take 30 working
days. Those offerors submitting white papers assessed as meeting Air
Force needs will be asked to submit a technical and cost proposal. Those
offerors not requested to submit a technical and cost proposal will be
notified but may, however, still elect to submit a technical and cost
proposal. An offeror submitting a proposal without first submitting a white
paper will not be eligible for an award. The cost of preparing white
papers in response to this Solicitation is not considered an allowable direct
charge to any resulting or any other contract; however, it may be an
allowable expense to the normal bid and proposal indirect cost as
specified in FAR 31.205-18.
b. Page Limitation: The White Paper shall be limited to 5 pages, prepared
and submitted in Word format. Font shall be standard 10-point business
font Arial. Character spacing must be “normal,” not condensed in any
Page 10 of 21

---

manner. Pages shall be double-spaced (must use standard double-space
function in Microsoft Word), double-sided (each side counts as one page),
8.5 by 11 inches, with at least one-inch margins on both sides, top and
bottom. All text, including text in tables and charts, must adhere to all
font size and line spacing requirements listed herein. Font and line
spacing requirements do not have to 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. Pages shall be numbered
starting with the cover page being Page 1, and the last page being no
greater than Page 5. The page limitation covers all information including
indices, photographs, foldouts (counted as 1 page for each 8.5 by 11
portion) tables, charts, appendices, attachments, resumes, etc. The
Government will not consider pages in excess of these limitations.
Offerors should submit the White Paper electronically (email) to the
Contracting POCs, identified in the Overview Information.
c. Format: The white paper will be formatted as follows:
(1) Section A: BAA Number, Title of Program, Name of Company,
Business Size, Company’s Commercial and Government Entity
(CAGE) number, Dun & Bradstreet (D&B) Data Universal Numbering
System (DUNS) number, Contracting POC and Technical POC with
appropriate telephone numbers, fax numbers, and email addresses
for the POCs.
(2) Section B: Period of Performance and Task Objectives;
(3) Section C: Technical Summary and Proposed Deliverables; and
(4) Section D: Cost of Task (Rough Order of Magnitude (ROM)).
(5) Section E: Quad Chart. The Quad chart should include Objective,
Description of Effort, List of Related Accomplishments/Research
Efforts/Contracts, Program Technical Approach, Challenges, Benefits of
Proposed Technology, Major Goals/Milestones by FY, Cost by FY,
Contact Information. See Attachment 4 for the Quad chart Guidance
and Template. The Quad Chart Guidance includes font and text
formatting.
d. Technical Portion: The technical portion of the white paper shall include a
discussion of the nature and scope of the research and the offeror’s
proposed technical approach/solution. It may also include any proposed
deliverables. Resumes, descriptions of facilities and equipment, a
proposed Statement of Work are not required at this point.
e. Cost Portion: The cost portion of the white paper shall include a ROM cost
estimate. No detailed price or cost support information should be
forwarded; only a time-phased bottom line figure should be provided.
f. Other Information: Multiple white papers within the purview of this
announcement may be submitted by each offeror. If the offeror wishes to
Page 11 of 21

---

restrict its white papers, they must be marked with the restrictive
language stated in FAR 52.215-1(e).
g. White Paper/Proposal Content Summary: You may be ineligible for award
if all requirements of this solicitation are not met on the proposal due
date.
3. Second Step (Proposal) Instructions:
Note: If you intend to submit a proposal for an assistance instrument, go to
Attachment 5 which discusses how to find the assistance opportunity, prepare
the cover page, and complete the certification. This section also provides the
process for electronic submission of proposals for assistance instruments that
may be submitted in addition to BAA Section IV Paragraph 3.a.(5).
a. General Instructions:
(1) The SECOND STEP consists of offerors submitting a technical and
cost proposal within 30 working days of the proposal request. After
receipt, proposals will be reviewed in accordance with the award
criteria in Section V. below. Proposals will be categorized and
subsequently selected for negotiations.
(2) Offerors should apply the restrictive notice prescribed in FAR 52.215-
1(e) Instructions to Offerors—Competitive Acquisition. Offerors
should consider proposal instructions contained in the Broad Agency
Announcement (BAA) Guide for Industry, which can be accessed on
line at
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20G
uide%202020.pdf?ver=7AivkWvoUoptKgypgCuIvw%3d%3d.
This guide is specifically designed to assist the offeror in
understanding the BAA proposal process.
(3) Technical/management and cost/business volumes should be
submitted in separate volumes and must be valid for 180 days.
(4) Proposals must reference the announcement number FA8650-21-S-
2205.
The cost file(s) spreadsheets must be in Microsoft Excel and include
the formulas for calculating cost element bases (i.e., G&A, O/H,
etc.)
(5) Offerors are advised that only Contracting Officers are legally
authorized to contractually bind or otherwise commit the
Government.
(6) The cost of preparing proposals in response to this BAA is not
considered an allowable direct charge to any resulting or any other
contract; however, it may be an allowable expense to the normal
bid and proposal indirect cost as specified in FAR 31.205-18.
(7) No classified technical proposals or cost volumes are expected.
Offerors are encouraged to keep all elements of the proposal
package unclassified. In the rare case where an offeror has a need
Page 12 of 21

---

to submit a classified appendix, please contact the technical POC for
delivery instructions.
b. Technical/Management Proposal:
(1) Page Limitations: The following describes proposal page limitations:
a) The Technical/Management Proposal shall be limited to 20 pages.
Technical/Management proposals and Statements of Work must be
provided in Microsoft Word. Signed pages may be submitted in
Adobe.
b) Font shall be standard 10-point business font Arial.
c) Character spacing must be “normal,” not condensed in any
manner.
d) Pages shall be double-spaced (must use standard double-space
function in Microsoft Word), double sided (each side counts as one
page), 8.5 by 11 inches, with at least one-inch margins on both
sides, top and bottom.
e) All text, including text in tables and charts, must adhere to all
font size and line spacing requirements listed herein. Font and line
spacing requirements do not have to 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.
f) Pages shall be numbered starting with the cover page being Page
1, and the last page being no greater than Page 20. The page
limitation covers all information including indices, photographs,
foldouts (counted as 1 page for each 8.5 by 11 portion) tables,
charts, appendices, attachments, resumes, etc.
g) The proposal page limit does not include the offeror’s proposed
Statement of Work (SOW) and Quad Chart; however, the same
formatting rules apply to the SOW, which is limited to 5 pages.
The Quad Chart is limited to 1 page.
h) Please Note: The Government will check the proposal and
SOW for conformance to the stated requirements. Any
pages in excess of the stated page limitation after the
format check will not be considered for review purposes.
(2) The Technical/Management proposal(s) shall include a discussion of
the nature and scope of the research and the technical approach.
Additional information on prior work in this area, descriptions of
available equipment, use of base support (if desired), data and
facilities and resumes of personnel who will be participating in this
effort should also be included as attachments to the technical
proposal. This volume shall include a SOW detailing the technical
tasks proposed to be accomplished under the proposed effort and
suitable for contract incorporation. Do not include any
Page 13 of 21

---

proprietary information in the SOW. Refer to the BAA Guide for
Industry referenced above to assist in SOW preparation. In addition
to the contractor proposed SOW, a Government generated SOW
attachment containing additional contracting requirements will be
included in any resulting contracts. The SOW attachment is included
as Attachment 3 to this BAA.
(3) Any questions concerning the technical proposal or SOW preparation
shall be referred to the Contracting POC.
c. Cost/Business Proposal:
(1) Separate the proposal into a business section and cost section.
Adequate price competition is anticipated
a) See attachment 7 for the Section K - Representations and
Certifications and attachment 8 for the Section L – Instructions,
Conditions, and Notices to Offerors and
b) See Attachment 9 for the Model Contract and Attachment 10 for
Model Assistance Instrument. Note that the document awarded
may include contract line items (CLINs)/clauses/articles in addition
to those in the model(s), and/or some of the CLIN/clauses/articles
in the model(s) may be deleted, depending on the specific
circumstances of the individual award. Any additions or deletions
will be negotiated with the offeror prior to award.
c) The business section should contain all business aspects to the
proposed contract, such as type of contract, any exceptions to terms
and conditions of the announcement including the model contract,
any information not technically related, etc. Provide rationale for
exceptions.
d) Associate Contractor Agreements: Associate Contractor Agreements
(ACAs) are agreements between contractors working on
Government contracts that require them to share information, data,
technical knowledge, expertise, or resources. The contracting
officer 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 contracting officer will identify associate
contractors with whom agreements are required.
e) Identify any technical data that will be delivered with less than
unlimited rights.
f) Subcontracting Plans: For efforts to exceed $750,000,
Subcontracting Plans shall be submitted in the cost/business
proposal. Reference FAR 19.704 and DFARS 219.704 for
subcontracting plan requirements. Small business concerns are
exempt from this requirement
g) Limitations on Pass-Through Charges: As prescribed in FAR
15.408(n)(1) & 15.408(n)(2), provisions 52.215-22, “Limitations on
Page 14 of 21

---

Pass Through Charges- Identification of Subcontract Effort (Oct
2009),” apply.
h) Completed Certifications and Representations (Section K) are due
with the proposal. Certifications and Representations (Section K)
can be found at Atch. 7. Offerors may also be required to submit
updated or supplemental Certifications and Representations based
on the specifics of their proposal.
i) If an offeror proposes the use of Government Furnished Property
(GFP), other than GFP identified in the BAA, the offer must
specifically identify each piece of GFP in the Cost/Business Proposal
and propose and substantiate a rental cost for evaluation purposes
in accordance with FAR 45.202. Include the following information in
the proposal:
(i) A list describing all Government property that the offeror or its
subcontractors propose to use on a rent-free basis. The list
shall identify the accountable contract under which the property
is held and the authorization for its use (from the contracting
officer having cognizance of the property);
(ii) The dates during which the property will be used and, for any
property that will be used concurrently in performing two or
more contracts, the amounts of the respective uses in sufficient
detail to support prorating the rent;
(iii) The amount of rent that would otherwise be charged in
accordance with FAR 52.245-9, Use and Charges; and
(iv) The voluntary consensus standard or industry leading practices
and standards to be used in the management of Government
property, or existing property management plans, methods,
practices, or procedures for accounting for property.
(2) Cost Element Breakdown: Clear, concise, and accurate cost
proposals reflect the offeror's financial plan for accomplishing the
effort contained in the technical proposal. As a part of its cost
proposal, the offeror shall submit the information outlined below,
together with supporting breakdowns. All direct costs (labor,
material, travel, computer, etc.) as well as labor and overhead rates
should be provided by contractor fiscal year (CFY). Detailed cost
element breakdowns by Government Fiscal Year or calendar year are
not required. The supporting schedules may include summary level
estimating rationale used to generate the proposed costs. The cost
element breakdown(s) should include the following if applicable.
a) Direct Labor: Direct labor should be detailed by number of labor
hours by category of labor.
b) Labor and Overhead Rates: Direct labor hours, with their
applicable rates, must be broken out and the bases used clearly
identified. The source of labor and overhead rates and all pricing
Page 15 of 21

---

factors should be identified. For instance, if a Forward Pricing Rate
Agreement (FPRA) is in existence, that should be noted, along with
the Administrative Contracting Officer’s (ACO's) name and
telephone number. If the rates are based on current experience in
your organization, provide the historical base used and clearly
identify all escalation, by year, applied to derive the proposed
rates. If computer usage is determined by a rate, identify the basis
used and rationale used to derive the rate.
c) Material/Equipment: List all material/equipment items by type
and kind with associated costs and advise if the costs are based on
vendor quotes, data and/or engineering estimates; provide copies
of vendor quotes and/or catalog pricing data.
d) Subcontractor Costs: Submit all subcontractor proposals and
analyses with your cost proposal (See FAR 15.404-3(b)). If the
subcontractor will not submit cost and pricing information to the
offeror, this information must be submitted directly to the
Government for analysis. On all subcontracts and interdivisional
transfers, provide the method of selection used to determine the
subcontractor and the proposed contract type of each subcontract.
An explanation shall be provided if the offeror proposes a different
amount than that quoted by the subcontractor. The offeror’s
proposal must:
(i) Identify principal items/services to be subcontracted.
(ii) Identify prospective subcontractors and the basis on which they
were selected. If non-competitive, provide selected source
justification.
(iii) Identify the type of contractual business arrangement
contemplated for the subcontract and provide rationale
(iv) Identify the basis for the subcontract costs (e.g., firm quote or
engineering estimate, etc.).
(v) Identify the cost or pricing data submitted by the subcontractor.
(vi) Provide an analysis of the proposed subcontract in accordance
with FAR 15.404-3(b). Provide an analysis concerning the
reasonableness, realism and completeness of each
subcontractor’s proposal. If the analysis is based on
comparison with prior prices, identify the basis on which the
prior prices were determined to be reasonable. The analysis
should include, but not be limited to, an analysis of: materials,
labor, travel, other direct costs and proposed profit or fee
rates.
e) Special Tooling or Test Equipment: When special tooling,
and/or test equipment is proposed, attach a brief description of
items and indicate if they are solely for the performance of this
particular contract or project and if they are or are not already
available in the offeror's existing facilities. Indicate quantities, unit
Page 16 of 21

---

prices, whether items are to be purchased or fabricated, whether
items are of a severable nature and the basis of the price. These
items may be included under Direct Material in the summary
format.
f) Consultants: When consultants are proposed to be used in the
performance of the contract, indicate the specific project or area in
which such services are to be used. Identify each consultant,
number of hours or days to be used and the consultant's rate per
hour or day. State the basis of said rate and give your analysis of
the acceptability of the consultant's rate.
g) Travel: Travel costs must be justified and related to the needs of
the project. Identify the number of trips, the destination and
purpose. Travel costs should be broken out by trip with number of
travelers, airfare, per diem, lodging, etc.
h) Computer Use: Detail the amount and kind of computer usage, the
cost, and how the costs were derived.
i) Facilities Capital Cost of Money: If Facilities Capital Cost of
Money is proposed, a properly executed DD Form 1861 is required.
j) Project Funding Profile: Offerors should include a project funding
profile by Government Fiscal Year (GFY) (1 Oct through 30 Sept)
for budgetary purposes. This will enable the Government to easily
identify program funding needs by GFY.
k) If an offeror takes exceptions to the requirements Called out in the
announcement (e.g., base support, Government-furnished property
(GFP), CDRLs), the exceptions should be clearly stated in the cost
proposal.
l) Forward Pricing Rate Agreements: Offerors who have forward
pricing rate agreements (FPRA’s) and forward pricing rate
recommendations (FPRR’s) should submit them with their proposal.
m) Cost/Business proposals have no page limitations.
e. Proposal Content Summary: You may be ineligible for award if all
requirements of this solicitation are not met on the proposal due date.
V. White Paper / Proposal Review Information
1. FIRST STEP – White Paper Peer or Scientific Review Criteria: The
Government will review White Papers to determine which of them have the
potential to best meet the Air Force’s needs based on the following criteria,
which are listed in equal order of importance:
a. Is the technical approach consistent with the technologies listed in the
BAA?
b. Is the research of interest to the Government?
c. Is appropriate funding available?
Page 17 of 21

---

2. SECOND STEP – Proposal Peer or Scientific Review Criteria: Proposals
will be reviewed against the criteria listed below. The technical aspect, which
is ranked as the first order of priority, shall be reviewed based on the
following criteria that are of equal order of importance.
a. Technical:
(1) Unique and innovative approach proposed to accomplish the
technical objectives. New and creative solutions and/or advances
in knowledge, understanding, technology, and the state of the
art.
(2) The offeror’s understanding of the scope of the technical effort.
(3) Soundness of the offeror’s technical approach.
(4) The potential for AFRL to transition the research and development
deliverables to future Government needs. Any proposed
restrictions on technical data or computer software will be
considered.
(5) Availability of qualified technical personnel and their experience
with the applicable technologies.
(6) Availability, from any source, of necessary research, test,
laboratory, or shop facilities.
b. Cost/Price: The cost/price criterion includes the realism of the
proposed cost. Cost/Price is a substantial factor, but ranked as the
second order of priority. (If an offeror proposes the use of GFP other
than any GFP identified in this BAA, and that proposed GFP provides
the offeror an unfair competitive advantage, then FAR 45.202 requires
rental equivalent be applied to the Cost Factor for evaluation purposes
only).
3. SECOND STEP / PROPOSAL - Review and Selection Process
a. Categories: Based on the Peer or Scientific Review, proposals will be
categorized as Selectable or Not Selectable (see definitions below).
The selection of one or more sources for award will be based on the
Peer or Scientific Review, as well as importance to agency programs
and funding availability.
(1) Selectable: Proposals are recommended for acceptance if
sufficient funding is available
(2) Not Selectable: Even if sufficient funding existed, the proposal
should not be funded.
Note: The Government reserves the right to award some, all, or none
of proposals. When the Government elects to award only a part of a
Page 18 of 21

---

proposal, the selected part may be categorized as Selectable, though
the proposal as a whole may not merit such a categorization.
b. No other criteria will be used.
c. Prior to award of a potentially successful offer, the Contracting Officer
will make a determination regarding price reasonableness.
VI. Award Administration Information
1. Award Notices: Offerors will be notified whether their proposal is
recommended for award on or about 45 calendar days after submission of
their proposal. The notification is not to be construed to mean that any
contract or assistance award is assured, as availability of funds and
successful negotiations are prerequisites to any award.
2. Administrative and National Policy Requirements: See Section I.
3. Reporting: See I.3.a.,CDRLs.
VII. Other Information
1. Acquisition of Commercial Items: Based upon market research, the
Government is not using the policies contained in Part 12, Acquisition of
Commercial Items, in this solicitation. However, interested offerors may
identify to the Contracting Officer their interest and capability to satisfy the
Government’s requirement with a commercial item within 15 days of this
notice.
2. Support Contractors: Only Government employees will participate in Peer
or Scientific Reviews. Offerors are advised that employees of commercial
firms under contract to the Government may be used to administratively
process proposals, monitor contract performance, or perform other
administrative duties requiring access to other contractors' proprietary
information. These support contracts include nondisclosure agreements
prohibiting their contractor employees from disclosing any information
submitted by other contractors or using such information for any purpose
other than that for which it was furnished.
3. Feedback Sessions:
a. Contracts: When requested, a Feedback Session will be provided with
content consistent with the procedures that govern BAAs (FAR 35.016).
The process will follow the time guidelines outlined in the award notice
described in Paragraph VI.1.
Page 19 of 21

---

b. Assistance Instruments: When requested, an informal feedback
session will be provided. The process will follow the time guidelines
outlined in the award notice described in Paragraph VI.1.
4. Item Unique Identification and Valuation. It is DoD policy that
contractors shall be required to identify the Government’s unit acquisition
cost for all deliverable end items for which Item Unique Identification applies.
Therefore, proposals must clearly break out the unit acquisition cost for any
deliverable items. See DFARS 211.274-3, Policy for Valuation, for more
information. (Per DoD, “fully burdened unit costs” to the Government would
include all direct, indirect, G&A costs, and an appropriate portion of fee). For
more information, see the following website:
http://www.acq.osd.mil/dpap/pdi/uid/index.html.
5. 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 Pre-award Registry
https://ofccp.dol-esa.gov/preaward/pa_reg.html. Award may be delayed if you
are not currently listed in the registry and the contracting officer must
request a pre-award clearance from the OFCCP.
6. Updates of Publicly Available Information Regarding Responsibility
Matters: Any contract or assistance award that exceeds $600,000; and
when 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.”
7. Offerors are required to submit the completed provision at DFARS 252.215-
7009 Proposal Adequacy Checklist with their proposal. (See Atch. 6).
8. White Paper / Proposal Reminders: You may be ineligible for award if all
requirements of this solicitation are not met on the proposal due date.
a. Step One: White Papers are due to the Contracting POC.
b. Step One: White Papers are due per individual Call announcement.
c. Step One and Step Two: White Paper and Proposal page limits are
strictly enforced.
d. Step One and Step Two: White Papers and Proposals must be submitted
in the format specified.
e. Step Two: Proposals are due to the Contracting POC.
f. Step Two: The Cost/Business Proposal must contain all information
described in the Cost/Business Proposal Submission Section.
g. Step Two: Offerors other than small businesses must include a
subcontracting plan.
Page 20 of 21

---

h. Step Two: Offerors who have Forward Pricing Rate Agreements (FPRA’s)
or Forward Pricing Rate Recommendations (FPRR’s) should submit them
with their proposal.
i. Step Two: If a DD254 is applicable, offerors must verify their Cognizant
Security Office information is current with Defense Counterintelligence and
Security Agency (DCSA) at www.dcsa.mil.
j. Step Two: If a Call is subject to export control, offerors must submit a
Certified DD Form 2345, Militarily Critical Technical Data Agreement, with
proposal.
ATTACHMENTS
List of Attachments:
1. Statement of Objectives (SOO)
2. CDRLs
3. Statement of Work (SOW) Supplemental Requirements
4. Quad Chart Template
5. Proposals for Assistance Instruments
6. Proposal Adequacy Checklist (if applicable; used when APC is not anticipated)
7. Section K- Representations and Certifications
8. Section L – Instructions, Conditions, and Notices to Offerors
9. Model Contract
10. Model Assistance Instrument
Page 21 of 21

---

FA8650-21-S-2205 - CIRAS BAA Amendment 1

Broad Agency Announcement (BAA)
FA8650-21-S-2205, Amendment 01
Collaborations for Innovative Research on Aerospace Structure (CIRAS)
12 May 2021
BROAD AGENCY ANNOUNCEMENT TITLE: Broad Agency
Announcement FA8650-21-S-2205- “Collaborations for Innovative Research on
Aerospace Structure (CIRAS)”
FEDERAL AGENCY NAME: Air Force Research Laboratory, Aerospace
Systems Directorate, Aerospace Vehicles Division, AFRL/RQV
TECHNICAL POC: Eric Tuegel, Program Manager, AFRL/RQVS, 2130 8th
Street, WPAFB, OH 45433, 937-656-8826, eric.tuegel@us.af.mil
CONTRACTING POC: Jodonna Alvarez, AFRL/RQKPC, Contracting Officer,
2130 Eighth Street Building 45, Wright Patterson AFB OH 45433-7541,
jodonna.alvarez@us.af.mil, 937-713-9966, and
Joycelyn Roux, Contracting Officer, 2130 Eighth Street Building 45, Wright
Patterson AFB OH 45433-7541 joycelyn.roux@us.af.mil, 937-713-9795
The BAA, FA8650-21-S-2205, Collaborations for Innovative Research on
Aerospace Structure (CIRAS) page 1, is being amended as follows:
1.) THIS WILL BE A TWO-STEP CLOSED BAA WITH CALLS
SOLICITATION: This Two Step Closed BAA with Calls will be effective
for a period of 5 years from the date of publication. Calls are individual
solicitations for research that will be issued in (https://beta.SAM.gov ) and
(http://Grants.Gov), based on available funding and agency needs.
** NO OTHER CHANGES ARE BEING ACCOMPLISHED BY THIS
AMENDMENT. **
1

---

FA8650-21-S-2205 - CIRAS BAA Amendment 2

Broad Agency Announcement (BAA)
BAA-RQKPC-2205, Amendment 02
Collaborations for Innovative Research on Aerospace Structure (CIRAS)
8 August 2023
BROAD AGENCY ANNOUNCEMENT TITLE: Broad Agency Announcement BAA-
RQKPC-2205- “Collaborations for Innovative Research on Aerospace Structure (CIRAS)”
FEDERAL AGENCY NAME: Air Force Research Laboratory, Aerospace Systems
Directorate, Aerospace Vehicles Division, AFRL/RQV
CONTRACTING POC:
Jodonna Alvarez- AFRL/RQKPC, Contracting Officer,
2130 Eighth Street Building 45, Wright Patterson AFB OH 45433-7541,
jodonna.alvarez@us.af.mil, 937-713-9966, and
Joycelyn Roux – AFRL/RQKPC, Contracting Officer,
2130 Eighth Street Building 45, Wright Patterson AFB OH 45433-7541
joycelyn.roux@us.af.mil, 937-713-9795
The BAA-RQKPC-2205, Collaborations for Innovative Research on Aerospace Structure
(CIRAS) is being amended as follows:
1.) REVISING TECHNICAL POC (page 3 of BAA)
FROM:
James J. Joo, Ph.D. - AFRL/RQVS,
2790 D Street, WPAFB, OH 45433-7402,
Phone: 937-656-8759, work cell (937) 238-9210
James.joo.1@us.af.mil
TO:
Thomas Spradlin – AFRL/RQVS,
2790 D ST
B20065 R400WT
Wright Patterson AFB OH 45433
Phone: 312-986-8813
Thomas.spradlin.1@us.af.mil
1

---

2.) Incorporating the Science and Technology (S&T) Protection Requirement: In
accordance with Air Force Research Laboratory Instruction (AFRLI) 61-113.
(#5. Other Requirements (g) page 4).
3.) Revising Attachment 3 Statement of Work (SOW) Supplemental Requirements to
incorporate the Science and Technology (S&T) Protection Requirement.
4.) Revising Attachment 5 Statement of Work (SOW) Supplemental Requirements for
Assistance Instruments to incorporate the Science and Technology (S&T) Protection
Requirement.
5.) Revising Attachment 2 Contract Data Requirements Lists (CDRLs) adding CDRL
A008 Technical Information Report (SF 424)
6.) Incorporating Attachment 11 to the BAA -Standard Form (SF) 424, Research and
Related Senior/Key Person Profile (Expanded) Form
7.) Incorporating Attachment 12 to the BAA Security Program Questionnaire
8.) Additional FAR Clause 52.204-27 Prohibition on a ByteDance Covered Application
(June 2023) is hereby incorporated into the CIRAS BAA contract clauses. In
accordance with the OMB Memorandum M-23-13 the contracting officer shall insert
the FAR Clause 52.204-27 Prohibition on a ByteDance Covered Application in all
solicitations and contracts unless an exception is granted.
9.) Additional Article for Grants/Assistance Instruments –
Part 9 Additional Requirements - National Policy Requirements Article
Article 9.05 Prohibition on a ByteDance Covered Application (June 2023)
is hereby incorporated into the CIRAS BAA Articles for Grants/Assistance
Instruments, in accordance with the OMB Memorandum M-23-13 the
Grants/Agreements Officer shall insert the Article 9.05 Prohibition on a ByteDance
Covered Application in all solicitations and awards unless an exception is granted.
** NO OTHER CHANGES ARE BEING ACCOMPLISHED BY THIS AMENDMENT.
**
2

---

2-Step Broad Agency Announcement
The 2-Step Process reduces acquisition resources for both the Government and
industry. It may be considered when a large number of proposals are anticipated or
to determine if further Government interest is warranted. If further interest is not
warranted, industry saves unnecessary bid and proposal costs and the Government
saves review time.
Overview Information
NAICS Code: The NAICS Code for this acquisition is
541715 (Research and Technology in the Physical, Engineering, and Life
Sciences (except Nanotechnology and Biotechnology) with the Aircraft,
Aircraft Engine and Engine Parts exception), and the small business size
standard is 1,500 employees.
Federal Agency Name: Air Force Research Laboratory, AFRL/RQ Aerospace
Systems Directorate, Aerospace Vehicles Division (AFRL/RQV)
Broad Agency Announcement Title: Collaborations for Innovative Research on
Aerospace Structure (CIRAS)
Broad Agency Announcement Type: This is the Initial Announcement (Two
Step Closed BAA with Calls)
Broad Agency Announcement Number: FA8650-21-S-2205
Catalog of Federal Domestic Assistance (CFDA) Number(s): 12.800 AIR
FORCE DEFENSE RESEARCH SCIENCES PROGRAM
THIS WILL BE A TWO-STEP CLOSED BAA WITH CALLS SOLICITATION:
This Two Step Closed BAA with Calls will be effective for a period of 5 years from
the date of publication. Calls are individual solicitations for research that will be
issued in (https://beta.SAM.gov ) and (http://Grants.Gov), based on available
funding and agency needs.
First Step: WHITE PAPER DUE DATE AND TIME: The Air Force Research
Laboratory, Aerospace Systems Directorate, Aerospace Vehicles Division
(AFRL/RQV), will be soliciting white papers described in the Calls to be
published in (https://beta.SAM.gov ) and (http://Grants.Gov) at a later date.
Each Call will contain the specific requirements and submission due date and
time. Unless otherwise stated in a Call , all other requirements are contained
in this BAA. Small businesses are encouraged to propose on all or any part of
these upcoming Calls.
Page 1 of 22

---

Offerors should be alert for any individual Calls and or BAA
Amendments.
Second Step: PROPOSAL DUE DATE AND TIME: To be provided in the
Requests for Proposals sent to offerors that submit White Papers considered to
meet the needs of the Air Force.
Submission: White Papers must be submitted to the Contracting Point of Contact
(POC): Joycelyn Roux and Jodonna Alvarez, AFRL/RQKPC,
Jodonna.alvarez@us.af.mil and Joycelyn.roux@us.af.mil
Solicitation Request: Air Force Research Laboratory, AFRL/RQ Aerospace
Systems Directorate, Aerospace Vehicles Division (AFRL/RQV), Wright Patterson Air
Force Base will be soliciting white papers on research effort described in future
Calls.
Type of Contract/Instrument: 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), and Cooperative Agreement. Cost reimbursement
contracts require successful offerors to have an accounting system considered
adequate for tracking costs applicable to the contract.
Estimated Program Cost: Anticipated funding for the entire program is $6M. The
estimated cost for each Call will be specified in each individual Call.
Anticipated Number of Awards: The Air Force anticipates awarding a minimum
of one award per individual Call. However, the Air Force reserves the right to
award zero, one, or more awards for all, some or none of the effort solicited for
each individual Call based on the offeror’s ability to perform desired work and
funding fluctuations.
Brief Program Summary: The Aerospace Vehicles Division (RQV), Aerospace
Systems Directorate (RQ), Air Force Research Laboratory (AFRL), is soliciting
research in aircraft structural design, analysis, and experimentation, specifically in
the following areas:
1. Innovative structural concepts for reducing weight and/or improving
performance
2. Generation of realistic load and environmental spectra
3. Advanced structural design and analysis methods
Page 2 of 22

---

4. Advanced techniques for experimental validation of structural models and
simulations
Communication Between Prospective Offerors and Government
Representatives:
The acquisition team intends to manage communications in a manner best designed
to facilitate the submittal of optimal proposals while not providing any unfair
competitive advantages. Technical communications will be managed by the
Program Manager identified below. Technical questions may be addressed after the
Two Step Closed BAA release. Questions determined to provide a competitive
advantage will be answered via (https://beta.SAM.gov ) and (http://Grants.Gov).
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 Contracting Officers are legally authorized to
commit the Government.
Address technical questions to the Technical POC: Thomas Spradlin, AFRL/
RQVS 2790 D Street, B20065 WPAFB, OH 45433-7402, phone 312-986-8813,
Email: thomas.spradlin.1@us.af.mil
Address contracting questions to the Contracting POC: Jodonna Alvarez and
Joycelyn Roux, AFRL/RQKPC, Contracting Officer, 2130 Eighth Street Building 45,
Wright Patterson AFB OH 45433-7541, jodonna.alvarez@us.af.mil, 937-713-9966,
and joycelyn.roux@us.af.mil, 937-713-9795
Full Text Announcement
I. Program Description: Air Force Research Laboratory, Aerospace Systems
Directorate, Aerospace Vehicles Division (AFRL/RQV) is soliciting white papers
(and later technical and cost proposals) on the following research effort:
Note: White papers will be solicited in future Calls.
1. Statement of Objective/Description of Technical Area(s): The
objective of this Two Step Closed BAA with Calls is to advance the technology
and/ or increase knowledge and understanding of:
a. Innovative structural concepts for reducing weight and/or improving
performance
b. Generation of realistic load and environmental spectra
c. Advanced structural design and analysis methods
d. Advanced techniques for experimental validation of structural models and
simulations
The complete Statement of Objectives (SOO) is Attachment 1 to this
Two Step Closed BAA.
Page 3 of 22

---

2. Within Scope Modifications: Potential offerors are advised that due to the
inherent uncertainty of research and development efforts, awards resulting
from this announcement may be modified during performance to make within
scope changes, to include but not limited to, modifications which increase
overall contract ceiling amount.
3. Deliverable Items:
a. Data Items: See attached DD Form 1423-1 CDRLS (Attachment 2)
b. Software: TBD per individual Call
c. Hardware: TBD per individual Call
d. Other: TBD per individual Call
4. Schedule:
a. Overall effort: TBD per individual Call
b. Data Items: Specified on individual CDRL(s)
c. Software: TBD per individual Call
d. Hardware: TBD per individual Call
5. Other Requirements:
a. This announcement incorporates FAR and supplement provisions and
clauses by reference. The full text of provisions and clauses can be found
at Acquisition.gov.
b. Program Security Classification: Unclassified. If a DD254 is applicable,
offerors must verify their Cognizant Security Office information is current
with Defense Counterintelligence and Security Agency (DCSA) at
www.dcsa.mil.
d. OPSEC: See attached SOO for OPSEC guidance.
e. 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 effort may be subject to export control, then a Certified DD Form
2345, Militarily Critical Technical Data Agreement, will be required to be
submitted with proposal.
f. Export-Controlled Items: As prescribed by DFARS 225.7901-4, DFARS
252.225-7048, “Export-Controlled Item (JUN 2013)” is contained in this
solicitation. This clause shall be contained in ALL resulting contracts.
g. Science and Technology (S&T) Protection: In accordance with Air Force
Research Laboratory Instruction (AFRLI) 61-113, “Science and
Technology (S&T) Protection for the Air Force Research Laboratory”,
offerors are required to submit the following as part of their proposal:
1) A completed initial Standard Form (SF) 424, Research and Related
Senior/Key Person Profile (Expanded) Form, (Attachment 11) for all
Senior/Key Personnel proposed in support of the AFRLI 61-113
Personnel Risk Assessment requirement.
2) Documentation of a Security Program Plan in support of the AFRLI
61-113 Initial Institution S&T Protection Program Review requirement.
Page 4 of 22

---

This must include, at a minimum, a completed Security Program
Questionnaire (Attachment 12). Submittal may also include a pre-
existing plan that that the offeror uses as a matter of course or plan
developed specifically for this acquisition. The purpose of requesting the
plan is to assess the offeror’s capacity for protection of the
Government’s S&T. Failure to demonstrate a plan adequate to meet the
needs of the requirements, as determined by the Government in its sole
discretion, may be grounds for considering the proposal un-awardable.
Government Procedures
The Government will review the submitted S&T protection
documentation only for those proposals categorized as Selectable and
selected for funding and negotiations.
S&T Protection Initial Risk Review:
• Personnel Risk Assessment: The Government will review non-
government research key/senior performers identified by the offeror on
the initial SF 424 for workload conflicts and conflicts of interest.
• Initial Institution S&T Protection Program Review: The Government
will review the offeror’s security program information submitted in
accordance with paragraph 2 of this section (above) to identify any
potential risks and ensure appropriate measures are in place to protect
S&T information.
The Government may require the offeror to submit additional
information and/or a mitigation plan for any identified S&T protection
risks. If the Government determines the offeror failed to provide
adequate additional information; or an acceptable mitigation plan; or it
is determined the offeror’s S&T protection approach is high risk and
does not provide adequate protection of S&T information, the
Government may reject the proposal and withdraw it from consideration
for award.
S&T Protection Annual Risk Review: In accordance with Attachment
(SOW Supplemental Requirements), the Contractor shall provide an SF
424 with the following information:
1) an initial report of all Senior/Key Personnel at the time of award;
2) an annual report of all Senior/Key Personnel providing support; and
3) a report for any new Senior/Key Personnel who join the contract,
agreement, grant, or OT.
Page 5 of 22

---

Any updated SF 424s for new Senior/Key Personnel supporting the award
require coordination from the Government prior to the contractor
employee receiving access to S&T information. The purpose of this report
is oversight and should not be construed as relieving the
contractor/recipient of any S&T Protection requirements within the
contract, grant, agreement, or OT.
6. Other Information:
a. Government Furnished Property (GFP) Availability: GFP is not anticipated
to be made available under any resulting contract.
b. Base Support/ Network Access: Base Support is anticipated. The
Government will provide the following: work space, phones, network
access, material, equipment, services, or other support for the
performance of this effort.
(1) Available Base Facilities: Base Support will be located at Building 65,
Wright Patterson AFB, Ohio 45433
c. Multiple awards subject to Fair Opportunity are not anticipated
d. Data Rights Desired:
(1) Noncommercial Technical Data: Unlimited Rights desired, will accept
Government Purpose Rights (GPR)
(2) Noncommercial Computer Software (NCS): Unlimited Rights desired
will accept GPR
(3) NCS Documentation: Unlimited Rights desired, will accept GPR
(4) Commercial Computer Software Rights: Customary License
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 noncommercial technical
data and NCS developed or delivered under this contract are of significant
concern to the Government. The Government will therefore evaluate any
restrictions on the use of noncommercial 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 accordance with DFARS 252.227-7013(b)(1) and 252.227-7014(b)(1),
the Government shall receive unlimited rights in all noncommercial
technical data and computer software developed exclusively with
Government funds.
In accordance with DFARS 252.227-7013(b)(2) and DFARS 252.227-
7014(b)(2), the Government shall receive Government Purpose Rights in
all noncommercial technical data and computer software developed with
mixed funding. “Developed with mixed funding” means, “development
was accomplished partially with costs charged to indirect cost pools
and/or costs not allocated to a government contract, and partially with
costs charged directly to a government contract. Offerors that propose
delivery of noncommercial technical data, NCS, or NCS documentation
subject to Government Purpose Rights should fully explain how a portion
of the data was developed at private expense. Specifically, offerors must
explain what noncommercial technical data, NCS, or NCS documentation
Page 6 of 22

---

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 address whether those
portions or processes are segregable.
Offerors that propose delivery of noncommercial technical data with
Limited Rights, NCS with Restricted Rights, or NCS documentation with
Limited Rights will be considered. Proposals should fully explain what
noncommercial 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. Offerors shall include the data rights assertions as required
by DFARS 252.227-7017, Identification and Assertion of Restrictions on
the Government’s Use, Release, or Disclosure of Technical Data or
Computer Software. The assertions list is included in Section K and due
at time of proposals. Assertions must be completed with specificity. Each
assertion must identify the technical data or computer software to be
delivered and the associated item, component, or process developed
exclusively or partially at private expense to which it pertains.
Nonconforming data rights assertion lists will not be accepted until
submitted in accordance with DFARS 252.227-7017.
Terms used in this section are defined in the clauses at 252.227-7013,
Rights in Technical Data-Noncommercial Items, and 252.227-7014, Rights
in Noncommercial Computer Software and Noncommercial Computer
Software Documentation.
THIRD PARTY SOFTWARE (COMMERCIAL AND NONCOMMERCIAL):
If any such software, noncommercial or commercial, is not reasonably
identifiable at proposal submission, it must still be approved by the
contracting officer prior to incorporation. This obligation to obtain pre-
approval by the contracting officer, as described above, continues
throughout contract administration.
Noncommercial Computer Software:
DFARS 252.227-7014(d) describes requirements for incorporation of third
party noncommercial copyrighted computer software and computer
software documentation and is incorporated as follows:
The Contractor shall not, without the written approval of the
Contracting Officer, incorporate any copyrighted computer software or
computer software documentation in the software or documentation to
be delivered under this contract unless the Contractor is the copyright
owner or has obtained for the Government the license rights necessary
to perfect a license or licenses in the deliverable software or
documentation of the appropriate scope set forth in DFARS 252.227-
7014(b), and prior to delivery of such—
(1) Computer software, has provided a statement of the license
Page 7 of 22

---

rights obtained in a form acceptable to the Contracting Officer;
or
(2) Computer software documentation, has affixed to the
transmittal document a statement of the license rights obtained.
In addition, all noncommercial computer software will receive the
appropriate level rights set forth in DFARS 252-7014(b), which could
include: Unlimited rights, GPR, Restricted Rights, or specifically negotiated
license.
Commercial Computer Software: For commercial computer software, the
Government will neither accept nor execute a DD Form 250 for such software
deliverables until the Contractor obtains from all third party software suppliers
and/or vendors (Licensor) licenses for any commercial computer software to be
delivered that are consistent with Federal Statutes, Federal Case Law, and
Federal Regulations.
The following is a non-exhaustive list of terms and conditions which are
inconsistent with Federal law and shall not be included in the commercial
computer software license agreement between the Licensor and the
Government:
1. The license shall not subject the Government to a contingent
liability or a liability that is indefinite or indeterminate, including but
not limited to: indemnification clauses, unilateral price increases, the
right to attorney fees, automatic assessment of charges, or automatic
renewal provisions. These provisions constitute obligations in advance
or in excess of an appropriation and violate the Anti-Deficiency Act.
2. The license shall be governed by Federal Statutes, Federal Case
Law, and Federal Regulations, and shall not be subject to the laws or
jurisdiction of any municipality, state, or foreign country. The license
shall not bind the Government to litigation in a particular forum or
venue or require the Government to participate in arbitration.
3. 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.
4. The Licensor shall not have the authority to unilaterally terminate
the license. All remedies available shall be consistent with the
Disputes and Termination Clauses in the underlying basic contract.
5. The Licensor shall not have the right to enter the premise or
monitor Government networks for the purpose of auditing the use of
the license.
6. The Licensor shall not have the authority to control or otherwise
influence any litigation between a third party and the Government. The
United States Department of Justice has the sole authority to
represent the Government in all litigation matters.
7. The Licensor shall not use the fact that the Government is using the
Licensor's products in any notification or advertisement to the public
(e.g., no publicity rights permitted).
8. The license shall not require automatic updates or give Licensor the
authority to unilaterally replace the software.
Page 8 of 22

---

[IF APPLICABLE] Additionally, the Contractor may be required to
obtain licenses that comply with the following terms and
conditions, based on the Government’s needs:
1. [IF APPLICABLE] The license shall not disclaim all warranties through
use of an “as is” provision.
2. [IF APPLICABLE] 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 Air Force under the [PROGRAM NAME]. In performance
of the [PROGRAM NAME], Government personnel as well as
Government contractors may use the software, subject to any
negotiated limits on number of users, as applicable.
3. [IF APPLICABLE] [The license shall not limit the Government’s use of
the software at other Government and Government contractor sites.]
[The license shall authorize the Government to use the software at the
following sites: [list].
4. [IF APPLICABLE] The license shall not restrict the Government from
copying or embedding elements of accessible code into other
applications (e.g., nesting code, derivative works).
The Contractor may obtain agreement from the Licensor to insert the
clause below in 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 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]:
[Section X: deleted; Section Y: amended as follows […]”
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. If the software in question is
required to be delivered to the Government, the Licensor must grant the
Government a sublicense that allows the Government to use the software
to meet its requirements.
The Contractor shall provide documentation to clearly correlate or map
any commercial computer software to be delivered to:
a) Contract Line Item Numbers (CLINS);
b) Contract Deliverables (CDRLS);
c) Paragraphs in the statement of work (SOW); and
d) Portions of any functional block diagrams and/or system
architecture diagrams, so that it can be readily determined where
certain commercial computer software corresponding to certain
software license agreement(s) are physically located on the system
to be delivered under the contract
Page 9 of 22

---

II. Award Information
1. Anticipated Award Date: TBD per individual Call.
2. Anticipated funding for the program (not per contract)
FY21 FY22 FY23 FY24 FY25 FY26 Total
$50,000 $950,000 $1,250,000 $1,250,000 $1,250,000 $1,250,000 $6,000,000
This funding profile is an estimate only and not a contractual obligation for
funding. All funding is subject to change due to Government discretion and
availability. Potential offerors should be aware that due to unanticipated
budget fluctuations funding in any or all areas may change with little or no
notice.
III. Eligibility Information
1. Eligible Offeror: This is an unrestricted solicitation. Small businesses are
encouraged to propose.
2. Cost Sharing or Matching: Cost Sharing is not required, but is allowed.
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. 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
FFRDC, and that determination must be included in the FFRDC’s proposal. In
addition, AFRL 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, contact the Program Manager identified in the BAA. If those
discussions result in a mutual interest to pursue your agency's participation,
the effort will be pursued independent of this announcement.
5. Other:
a. Foreign Participation: If a foreign participant is identified, the offeror will
be required to submit their country of origin and a detailed description of
the information that is to be provided to the foreign participant at each
stage of the contract and that information will be sent to our Foreign
Disclosure Office for determination of release.
b. This acquisition is MAY BE subject to export control laws and regulations
(International Traffic in Arms Regulations (ITAR)). TBD per individual
Call.
c. There are no limits on the number of white papers/proposals an offeror
Page 10 of 22

---

may submit. You may be ineligible for award if all requirements of this
solicitation are not met on the white paper (and later proposal) due date
as identified in individual Call.
IV. White Paper / Proposal and Submission Information
1. Overview: This Announcement consists of a Two-Step Process described in
detail below. White Papers/Proposals submitted for individual Calls shall be
in accordance with this announcement. There will be no other solicitation
issued in regard to this requirement. The Government intends to review
white papers/proposals and award some, all, or none of the proposals
received without negotiation/discussion; however, the Government reserves
the right to negotiate with those offeror(s) whose proposal is selected for
funding.
Offerors should be alert for any individual Calls and or BAA amendments.
For additional information, a copy of the Broad Agency Announcement (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
2. First Step (White Paper) Instructions:
a. General: The FIRST STEP requests a white paper and a rough order of
magnitude (ROM) cost. The white paper shall include a discussion of the
nature and scope of the research and the offeror’s proposed technical
approach. The Government will review the white papers in accordance
with the FIRST STEP Peer or Scientific Review criteria, set forth in Section
V below. Based on this review, the Government will determine which of
them have the potential to best meet the Air Force’s needs. Offerors will
be notified of the disposition of their white paper. It is anticipated that
Government review of the white papers submitted will take 30 working
days. Those offerors submitting white papers assessed as meeting Air
Force needs will be asked to submit a technical and cost proposal. Those
offerors not requested to submit a technical and cost proposal will be
notified but may, however, still elect to submit a technical and cost
proposal. An offeror submitting a proposal without first submitting a white
paper will not be eligible for an award. The cost of preparing white
papers in response to this Solicitation is not considered an allowable direct
charge to any resulting or any other contract; however, it may be an
allowable expense to the normal bid and proposal indirect cost as
specified in FAR 31.205-18.
b. Page Limitation: The White Paper shall be limited to 5 pages, prepared
and submitted in Word format. Font shall be standard 10-point business
font Arial. Character spacing must be “normal,” not condensed in any
manner. Pages shall be double-spaced (must use standard double-
space function in Microsoft Word), double-sided (each side counts as one
Page 11 of 22

---

page),
8.5 by 11 inches, with at least one-inch margins on both sides, top and
bottom. All text, including text in tables and charts, must adhere to all
font size and line spacing requirements listed herein. Font and line
spacing requirements do not have to 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. Pages shall be numbered
starting with the cover page being Page 1, and the last page being no
greater than Page 5. The page limitation covers all information including
indices, photographs, foldouts (counted as 1 page for each 8.5 by 11
portion) tables, charts, appendices, attachments, resumes, etc. The
Government will not consider pages in excess of these limitations.
Offerors should submit the White Paper electronically (email) to the
Contracting POCs, identified in the Overview Information.
c. Format: The white paper will be formatted as follows:
(1) Section A: BAA Number, Title of Program, Name of Company,
Business Size, Company’s Commercial and Government Entity
(CAGE) number, Dun & Bradstreet (D&B) Data Universal Numbering
System (DUNS) number, Contracting POC and Technical POC with
appropriate telephone numbers, fax numbers, and email addresses
for the POCs.
(2) Section B: Period of Performance and Task Objectives;
(3) Section C: Technical Summary and Proposed Deliverables; and
(4) Section D: Cost of Task (Rough Order of Magnitude (ROM)).
(5) Section E: Quad Chart. The Quad chart should include Objective,
Description of Effort, List of Related Accomplishments/Research
Efforts/Contracts, Program Technical Approach, Challenges, Benefits of
Proposed Technology, Major Goals/Milestones by FY, Cost by FY,
Contact Information. See Attachment 4 for the Quad chart Guidance
and Template. The Quad Chart Guidance includes font and text
formatting.
d. Technical Portion: The technical portion of the white paper shall include a
discussion of the nature and scope of the research and the offeror’s
proposed technical approach/solution. It may also include any proposed
deliverables. Resumes, descriptions of facilities and equipment, a
proposed Statement of Work are not required at this point.
e. Cost Portion: The cost portion of the white paper shall include a ROM cost
estimate. No detailed price or cost support information should be
forwarded; only a time-phased bottom line figure should be provided.
f. Other Information: Multiple white papers within the purview of this
announcement may be submitted by each offeror. If the offeror wishes to
Page 12 of 22

---

restrict its white papers, they must be marked with the restrictive
language stated in FAR 52.215-1(e).
g. White Paper/Proposal Content Summary: You may be ineligible for award
if all requirements of this solicitation are not met on the proposal due
date.
3. Second Step (Proposal) Instructions:
Note: If you intend to submit a proposal for an assistance instrument, go to
Attachment 5 which discusses how to find the assistance opportunity, prepare
the cover page, and complete the certification. This section also provides the
process for electronic submission of proposals for assistance instruments that
may be submitted in addition to BAA Section IV Paragraph 3.a.(5).
a. General Instructions:
(1) The SECOND STEP consists of offerors submitting a technical and
cost proposal within 30 working days of the proposal request. After
receipt, proposals will be reviewed in accordance with the award
criteria in Section V. below. Proposals will be categorized and
subsequently selected for negotiations.
(2) Offerors should apply the restrictive notice prescribed in FAR 52.215-
1(e) Instructions to Offerors—Competitive Acquisition. Offerors
should consider proposal instructions contained in the Broad Agency
Announcement (BAA) Guide for Industry, which can be accessed on
line at
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20G
uide%202020.pdf?ver=7AivkWvoUoptKgypgCuIvw%3d%3d.
This guide is specifically designed to assist the offeror in
understanding the BAA proposal process.
(3) Technical/management and cost/business volumes should be
submitted in separate volumes and must be valid for 180 days.
(4) Proposals must reference the announcement number FA8650-21-S-
2205.
The cost file(s) spreadsheets must be in Microsoft Excel and include
the formulas for calculating cost element bases (i.e., G&A, O/H,
etc.)
(5) Offerors are advised that only Contracting Officers are legally
authorized to contractually bind or otherwise commit the
Government.
(6) The cost of preparing proposals in response to this BAA is not
considered an allowable direct charge to any resulting or any other
contract; however, it may be an allowable expense to the normal
bid and proposal indirect cost as specified in FAR 31.205-18.
(7) No classified technical proposals or cost volumes are expected.
Offerors are encouraged to keep all elements of the proposal
package unclassified. In the rare case where an offeror has a need
Page 13 of 22

---

to submit a classified appendix, please contact the technical POC for
delivery instructions.
b. Technical/Management Proposal:
(1) Page Limitations: The following describes proposal page limitations:
a) The Technical/Management Proposal shall be limited to 20 pages.
Technical/Management proposals and Statements of Work must be
provided in Microsoft Word. Signed pages may be submitted in
Adobe.
b) Font shall be standard 10-point business font Arial.
c) Character spacing must be “normal,” not condensed in any
manner.
d) Pages shall be double-spaced (must use standard double-space
function in Microsoft Word), double sided (each side counts as one
page), 8.5 by 11 inches, with at least one-inch margins on both
sides, top and bottom.
e) All text, including text in tables and charts, must adhere to all
font size and line spacing requirements listed herein. Font and line
spacing requirements do not have to 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.
f) Pages shall be numbered starting with the cover page being Page
1, and the last page being no greater than Page 20. The page
limitation covers all information including indices, photographs,
foldouts (counted as 1 page for each 8.5 by 11 portion) tables,
charts, appendices, attachments, resumes, etc.
g) The proposal page limit does not include the offeror’s proposed
Statement of Work (SOW) and Quad Chart; however, the same
formatting rules apply to the SOW, which is limited to 5 pages.
The Quad Chart is limited to 1 page.
h) Please Note: The Government will check the proposal and
SOW for conformance to the stated requirements. Any
pages in excess of the stated page limitation after the
format check will not be considered for review purposes.
(2) The Technical/Management proposal(s) shall include a discussion of
the nature and scope of the research and the technical approach.
Additional information on prior work in this area, descriptions of
available equipment, use of base support (if desired), data and
facilities and resumes of personnel who will be participating in this
effort should also be included as attachments to the technical
proposal. This volume shall include a SOW detailing the technical
tasks proposed to be accomplished under the proposed effort and
suitable for contract incorporation. Do not include any
proprietary information in the SOW. Refer to the BAA Guide
for Industry referenced above to assist in SOW preparation. In
Page 14 of 22

---

addition to the contractor proposed SOW, a Government generated
SOW attachment containing additional contracting requirements
will be included in any resulting contracts. The SOW attachment is
included as Attachment 3 to this BAA.
(3) Any questions concerning the technical proposal or SOW preparation
shall be referred to the Contracting POC.
c. Cost/Business Proposal:
(1) Separate the proposal into a business section and cost section.
Adequate price competition is anticipated.
a) See attachment 7 for the Section K - Representations and
Certifications and attachment 8 for the Section L – Instructions,
Conditions, and Notices to Offerors and
b) See Attachment 9 for the Model Contract and Attachment 10 for
Model Assistance Instrument. Note that the document awarded
may include contract line items (CLINs)/clauses/articles in addition
to those in the model(s), and/or some of the CLIN/clauses/articles
in the model(s) may be deleted, depending on the specific
circumstances of the individual award. Any additions or deletions
will be negotiated with the offeror prior to award.
c) The business section should contain all business aspects to the
proposed contract, such as type of contract, any exceptions to terms
and conditions of the announcement including the model contract,
any information not technically related, etc. Provide rationale for
exceptions.
d) Associate Contractor Agreements: Associate Contractor Agreements
(ACAs) are agreements between contractors working on
Government contracts that require them to share information, data,
technical knowledge, expertise, or resources. The contracting
officer 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 contracting officer will identify associate
contractors with whom agreements are required.
e) Identify any technical data that will be delivered with less than
unlimited rights.
f) Subcontracting Plans: For efforts to exceed $750,000,
Subcontracting Plans shall be submitted in the cost/business
proposal. Reference FAR 19.704 and DFARS 219.704 for
subcontracting plan requirements. Small business concerns are
exempt from this requirement.
g) Limitations on Pass-Through Charges: As prescribed in FAR
15.408(n)(1) & 15.408(n)(2), provisions 52.215-22, “Limitations on
Page 15 of 22

---

Pass Through Charges- Identification of Subcontract Effort (Oct
2009),” apply.
h) Completed Certifications and Representations (Section K) are due
with the proposal. Certifications and Representations (Section K)
can be found at Atch. 7. Offerors may also be required to submit
updated or supplemental Certifications and Representations based
on the specifics of their proposal.
i) If an offeror proposes the use of Government Furnished Property
(GFP), other than GFP identified in the BAA, the offer must
specifically identify each piece of GFP in the Cost/Business Proposal
and propose and substantiate a rental cost for evaluation purposes
in accordance with FAR 45.202. Include the following information in
the proposal:
(i) A list describing all Government property that the offeror or its
subcontractors propose to use on a rent-free basis. The list
shall identify the accountable contract under which the property
is held and the authorization for its use (from the contracting
officer having cognizance of the property).
(ii) The dates during which the property will be used and, for any
property that will be used concurrently in performing two or
more contracts, the amounts of the respective uses in sufficient
detail to support prorating the rent;
(iii) The amount of rent that would otherwise be charged in
accordance with FAR 52.245-9, Use and Charges; and
(iv) The voluntary consensus standard or industry leading practices
and standards to be used in the management of Government
property, or existing property management plans, methods,
practices, or procedures for accounting for property.
(2) Cost Element Breakdown: Clear, concise, and accurate cost
proposals reflect the offeror's financial plan for accomplishing the
effort contained in the technical proposal. As a part of its cost
proposal, the offeror shall submit the information outlined below,
together with supporting breakdowns. All direct costs (labor,
material, travel, computer, etc.) as well as labor and overhead rates
should be provided by contractor fiscal year (CFY). Detailed cost
element breakdowns by Government Fiscal Year or calendar year are
not required. The supporting schedules may include summary level
estimating rationale used to generate the proposed costs. The cost
element breakdown(s) should include the following if applicable.
a) Direct Labor: Direct labor should be detailed by number of labor
hours by category of labor.
b) Labor and Overhead Rates: Direct labor hours, with their
applicable rates, must be broken out and the bases used clearly
identified. The source of labor and overhead rates and all pricing
Page 16 of 22

---

factors should be identified. For instance, if a Forward Pricing Rate
Agreement (FPRA) is in existence, that should be noted, along with
the Administrative Contracting Officer’s (ACO's) name and
telephone number. If the rates are based on current experience in
your organization, provide the historical base used and clearly
identify all escalation, by year, applied to derive the proposed
rates. If computer usage is determined by a rate, identify the basis
used and rationale used to derive the rate.
c) Material/Equipment: List all material/equipment items by type
and kind with associated costs and advise if the costs are based on
vendor quotes, data and/or engineering estimates; provide copies
of vendor quotes and/or catalog pricing data.
d) Subcontractor Costs: Submit all subcontractor proposals and
analyses with your cost proposal (See FAR 15.404-3(b)). If the
subcontractor will not submit cost and pricing information to the
offeror, this information must be submitted directly to the
Government for analysis. On all subcontracts and interdivisional
transfers, provide the method of selection used to determine the
subcontractor and the proposed contract type of each subcontract.
An explanation shall be provided if the offeror proposes a different
amount than that quoted by the subcontractor. The offeror’s
proposal must:
(i) Identify principal items/services to be subcontracted.
(ii) Identify prospective subcontractors and the basis on which they
were selected. If non-competitive, provide selected source
justification.
(iii) Identify the type of contractual business arrangement
contemplated for the subcontract and provide
rationale.
(iv) Identify the basis for the subcontract costs (e.g., firm quote or
engineering estimate, etc.).
(v) Identify the cost or pricing data submitted by the subcontractor.
(vi) Provide an analysis of the proposed subcontract in accordance
with FAR 15.404-3(b). Provide an analysis concerning the
reasonableness, realism and completeness of each
subcontractor’s proposal. If the analysis is based on
comparison with prior prices, identify the basis on which the
prior prices were determined to be reasonable. The analysis
should include, but not be limited to, an analysis of: materials,
labor, travel, other direct costs and proposed profit or fee
rates.
e) Special Tooling or Test Equipment: When special tooling,
and/or test equipment is proposed, attach a brief description of
items and indicate if they are solely for the performance of this
particular contract or project and if they are or are not already
available in the offeror's existing facilities. Indicate quantities, unit
Page 17 of 22

---

prices, whether items are to be purchased or fabricated, whether
items are of a severable nature and the basis of the price. These
items may be included under Direct Material in the summary
format.
f) Consultants: When consultants are proposed to be used in the
performance of the contract, indicate the specific project or area in
which such services are to be used. Identify each consultant,
number of hours or days to be used and the consultant's rate per
hour or day. State the basis of said rate and give your analysis of
the acceptability of the consultant's rate.
g) Travel: Travel costs must be justified and related to the needs of
the project. Identify the number of trips, the destination and
purpose. Travel costs should be broken out by trip with number of
travelers, airfare, per diem, lodging, etc.
h) Computer Use: Detail the amount and kind of computer usage, the
cost, and how the costs were derived.
i) Facilities Capital Cost of Money: If Facilities Capital Cost of
Money is proposed, a properly executed DD Form 1861 is required.
j) Project Funding Profile: Offerors should include a project funding
profile by Government Fiscal Year (GFY) (1 Oct through 30 Sept)
for budgetary purposes. This will enable the Government to easily
identify program funding needs by GFY.
k) If an offeror takes exceptions to the requirements Called out in the
announcement (e.g., base support, Government-furnished property
(GFP), CDRLs), the exceptions should be clearly stated in the cost
proposal.
l) Forward Pricing Rate Agreements: Offerors who have forward
pricing rate agreements (FPRA’s) and forward pricing rate
recommendations (FPRR’s) should submit them with their proposal.
m) Cost/Business proposals have no page limitations.
*Proposal Content Summary: You may be ineligible for award if all
requirements of this solicitation are not met on the proposal due date.
V. White Paper / Proposal Review Information
1. FIRST STEP – White Paper Peer or Scientific Review Criteria: The
Government will review White Papers to determine which of them have the
potential to best meet the Air Force’s needs based on the following criteria,
which are listed in equal order of importance:
a. Is the technical approach consistent with the technologies listed in the
BAA?
b. Is the research of interest to the Government?
c. Is appropriate funding available?
2. SECOND STEP – Proposal Peer or Scientific Review Criteria: Proposals will
be reviewed against the criteria listed below. The technical aspect, which is
Page 18 of 22

---

ranked as the first order of priority, shall be reviewed based on the following
criteria that are of equal order of importance.
a. Technical:
(1) Unique and innovative approach proposed to accomplish the
technical objectives. New and creative solutions and/or advances
in knowledge, understanding, technology, and the state of the
art.
(2) The offeror’s understanding of the scope of the technical effort.
(3) Soundness of the offeror’s technical approach.
(4) The potential for AFRL to transition the research and development
deliverables to future Government needs. Any proposed
restrictions on technical data or computer software will be
considered.
(5) Availability of qualified technical personnel and their experience
with the applicable technologies.
(6) Availability, from any source, of necessary research, test,
laboratory, or shop facilities.
b. Cost/Price: The cost/price criterion includes the realism of the
proposed cost. Cost/Price is a substantial factor, but ranked as the
second order of priority. (If an offeror proposes the use of GFP other
than any GFP identified in this BAA, and that proposed GFP provides
the offeror an unfair competitive advantage, then FAR 45.202 requires
rental equivalent be applied to the Cost Factor for evaluation purposes
only).
3. SECOND STEP / PROPOSAL - Review and Selection Process
a. Categories: Based on the Peer or Scientific Review, proposals will be
categorized as Selectable or Not Selectable (see definitions below). The
selection of one or more sources for award will be based on the Peer or
Scientific Review, as well as importance to agency programs and
funding availability.
(1) Selectable: Proposals are recommended for acceptance if
sufficient funding is available
(2) Not Selectable: Even if sufficient funding existed, the proposal
should not be funded.
Note: The Government reserves the right to award some, all, or none
of proposals. When the Government elects to award only a part of a
Page 19 of 22

---

proposal, the selected part may be categorized as Selectable, though
the proposal as a whole may not merit such a categorization.
b. No other criteria will be used.
c. Prior to award of a potentially successful offer, the Contracting Officer
will make a determination regarding price reasonableness.
d. As indicated in Section I.5-g above, the Government will conduct a S&T
Protection Initial Risk Review only for those proposals categorized as
Selectable and selected for funding and negotiations.
VI. Award Administration Information
1. Award Notices: Offerors will be notified whether their proposal is
recommended for award on or about 45 calendar days after submission of
their proposal. The notification is not to be construed to mean that any
contract or assistance award is assured, as availability of funds and
successful negotiations are prerequisites to any award.
2. Administrative and National Policy Requirements: See Section I.
3. Reporting: See I.3.a.,CDRLs.
VII. Other Information
1. Acquisition of Commercial Items: Based upon market research, the
Government is not using the policies contained in Part 12, Acquisition of
Commercial Items, in this solicitation. However, interested offerors may
identify to the Contracting Officer their interest and capability to satisfy the
Government’s requirement with a commercial item within 15 days of this
notice.
2. Support Contractors: Only Government employees will participate in Peer
or Scientific Reviews. Offerors are advised that employees of commercial
firms under contract to the Government may be used to administratively
process proposals, monitor contract performance, or perform other
administrative duties requiring access to other contractors' proprietary
information. These support contracts include nondisclosure agreements
prohibiting their contractor employees from disclosing any information
submitted by other contractors or using such information for any purpose
other than that for which it was furnished.
3. Feedback Sessions:
a. Contracts: When requested, a Feedback Session will be provided
with content consistent with the procedures that govern BAAs (FAR
35.016). The process will follow the time guidelines outlined in the
Page 20 of 22

---

award notice described in Paragraph VI.1.
b. Assistance Instruments: When requested, an informal feedback
session will be provided. The process will follow the time guidelines
outlined in the award notice described in Paragraph VI.1.
4. Item Unique Identification and Valuation. It is DoD policy that
contractors shall be required to identify the Government’s unit acquisition
cost for all deliverable end items for which Item Unique Identification applies.
Therefore, proposals must clearly break out the unit acquisition cost for any
deliverable items. See DFARS 211.274-3, Policy for Valuation, for more
information. (Per DoD, “fully burdened unit costs” to the Government would
include all direct, indirect, G&A costs, and an appropriate portion of fee). For
more information, see the following website:
http://www.acq.osd.mil/dpap/pdi/uid/index.html.
5. 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 Pre-award Registry
https://ofccp.dol-esa.gov/preaward/pa_reg.html. Award may be delayed if you
are not currently listed in the registry and the contracting officer must
request a pre-award clearance from the OFCCP.
6. Updates of Publicly Available Information Regarding Responsibility
Matters: Any contract or assistance award that exceeds $600,000; and
when 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.”
7. Offerors are required to submit the completed provision at DFARS 252.215-
7009 Proposal Adequacy Checklist with their proposal. (See Atch. 6).
8. White Paper / Proposal Reminders: You may be ineligible for award if all
requirements of this solicitation are not met on the proposal due date.
a. Step One: White Papers are due to the Contracting POC.
b. Step One: White Papers are due per individual Call announcement.
c. Step One and Step Two: White Paper and Proposal page limits are
strictly enforced.
d. Step One and Step Two: White Papers and Proposals must be submitted
in the format specified.
e. Step Two: Proposals are due to the Contracting POC.
f. Step Two: The Cost/Business Proposal must contain all information
described in the Cost/Business Proposal Submission Section.
g. Step Two: Offerors other than small businesses must include a
subcontracting plan.
h. Step Two: Offerors who have Forward Pricing Rate Agreements (FPRA’s)
Page 21 of 22

---

or Forward Pricing Rate Recommendations (FPRR’s) should submit them
with their proposal.
i. Step Two: If a DD254 is applicable, offerors must verify their Cognizant
Security Office information is current with Defense Counterintelligence and
Security Agency (DCSA) at www.dcsa.mil.
j. Step Two: If a Call is subject to export control, offerors must submit a
Certified DD Form 2345, Militarily Critical Technical Data Agreement, with
proposal.
ATTACHMENTS
List of Attachments:
1. Statement of Objectives (SOO)
2. CDRLs
3. Statement of Work (SOW) Supplemental Requirements
4. Quad Chart Template
5. Statement of Work (SOW) Supplemental Requirements for Assistance Instruments
6. Proposal Adequacy Checklist (if applicable; used when APC is not anticipated)
7. Section K- Representations and Certifications
8. Section L – Instructions, Conditions, and Notices to Offerors
9. Model Contract
10. Model Assistance Instrument
11. Standard Form (SF) 424, Research and Related Senior/Key Person Profile (Expanded)
Form
12. Security Program Questionnaire
*Please note: The attachments are for planning and estimating purposes only.
Attachments will be tailored to each specific award.
Page 22 of 22

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST
(1 Data Item)
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
16. REMARKS (Continued)
DD FORM 1423-1, FEB 2001 Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages

---

INSTRUCTIONS FOR COMPLETING DD FORM 1423
(See DoD 5010.12-M for detailed instructions.)
FOR THE CONTRACTOR
FOR GOVERNMENT PERSONNEL
Item A. Self-explanatory. Item 17. Specify appropriate price group from one of the following
groups of effort in developing estimated prices for each data item
Item B. Self-explanatory. listed on the DD Form 1423.
Item C. Mark (X) appropriate category: TDP - Technical Data Package;
TM - Technical Manual; Other - other category of data, such as
a. Group I. Definition -Data which is not otherwise essential
"Provisioning,""Configuration Management," etc.
to the contractor's performance of the primary contracted effort
Item D. Enter name of system/item being acquired that data will support. (production, development, testing, and administration) but which is
required by DD Form 1423.
Item E. Self-explanatory (to be filled in after contract award).
Item F. Self-explanatory (to be filled in after contract award). Estimated Price - Costs to be included under Group I are
those applicable to preparing and assembling the data item in
Item G. Signature of preparer of CDRL.
conformance with Government requirements, and the
Item H. Date CDRL was prepared. administration and other expenses related to reproducing and
delivering such data items to the Government.
Item I. Signature of CDRL approval authority.
Item J. Date CDRL was approved. b. Group II. Definition - Data which is essential to the
performance of the primary contracted effort but the contractor is
required to perform additional work to conform to Government
Item 1. See DoD FAR Supplement Subpart 4.71 for proper numbering.
requirements with regard to depth of content, format, frequency of
submittal, preparation, control, or quality of the data item.
Item 2. Enter title as it appears on data acquisition document cited in Item
4.
Item 3. Enter subtitle of data item for further definition of data item Estimated Price - Costs to be included under Group II are
(optional entry). those incurred over and above the cost of the essential data item
without conforming to Government requirements, and the
Item 4. Enter Data Item Description (DID) number, military specification administrative and other expenses related to reproducing and
number, or military standard number listed in DoD 5010.12-L (AMSDL), or
delivering such data item to the Government.
one-time DID number, that defines data content and format requirements.
Item 5. Enter reference to tasking in contract that generates requirement
for the data item (e.g., Statement of Work paragraph number). c. Group III. Definition - Data which the contractor must
develop for his internal use in performance of the primary
Item 6. Enter technical office responsible for ensuring adequacy of the contracted effort and does not require any substantial change to
data item. conform to Government requirements with regard to depth of
content, format, frequency of submittal, preparation, control, and
Item 7. Specify requirement for inspection/acceptance of the data item quality of the data item.
by the Government.
Item 8. Specify requirement for approval of a draft before preparation of
Estimated Price - Costs to be included under Group III are
the final data item.
the administrative and other expenses related to reproducing and
Item 9. For technical data, specify requirement for contractor to mark the delivering such data item to the Government.
appropriate distribution statement on the data (ref. DoDD 5230.24).
Item 10. Specify number of times data items are to be delivered. d. Group IV. Definition - Data which is developed by the
contractor as part of his normal operating procedures and his effort
Item 11. Specify as-of date of data item, when applicable.
in supplying these data to the Government is minimal.
Item 12. Specify when first submittal is required.
Item 13. Specify when subsequent submittals are required, when Estimated Price -Group IV items should normally be shown
applicable. on the DD Form 1423 at no cost.
Item 14. Enter addressees and number of draft/final copies to be delivered
to each addressee. Explain reproducible copies in Item 16.
Item 18. For each data item, enter an amount equal to that portion
Item 15. Enter total number of draft/final copies to be delivered.
of the total price which is estimated to be attributable to the
production or development for the Government of that item of data.
Item 16. Use for additional/clarifying information for Items 1 through 15.
Examples are: Tailoring of documents cited in Item 4; Clarification of These estimated data prices shall be developed only from those
submittal dates in Items 12 and 13; Explanation of reproducible copies in costs which will be incurred as a direct result of the requirement to
Item 14.; Desired medium for delivery of the data item. supply the data, over and above those costs which would
otherwise be incurred in performance of the contract if no data
were required. The estimated data prices shall not include any
amount for rights in data. The Government's right to use the data
shall be governed by the pertinent provisions of the contract.
DD FORM 1423-1 (BACK), FEB 2001

---

Attachment 3
Statement of Work (SOW)
Supplemental Requirements (AFRL/PZL)
26 January 2021
The following paragraphs are also considered be a part of the SOW/PWS requirements and the
Contractor is responsible for compliance to the same extent as the rest of the SOW/PWS.
1. Implementation of Disclosure of Information - In order to comply with DFARS 252.204-7000,
Disclosure of Information, the following copies of the information to be released are required at
least 50 days prior to the scheduled release date:
(a) One copy(ies) to: Contracting Officer
(b) One copy(ies) to: Program Manager
2. Communications Security (COMSEC) Monitoring - All communications with DoD organizations are
subject to Communications Security (COMSEC) review. Contractor personnel will be aware that
telecommunications networks are continually subject to interception by unfriendly intelligence
organizations. The DoD has authorized the military departments to conduct COMSEC monitoring
and recording of telephone calls originating from or terminating at DoD organizations. Therefore
civilian contractor personnel are advised that any time they place a call to or receive a call from a
USAF organization they are subject to COMSEC procedures. The Contractor will assume the
responsibility for ensuring wide and frequent dissemination of the above information to all
employees dealing with official DoD information.
3. The contractor shall submit all Controlled Unclassified Information (documents designated as FOR
OFFICIAL USE ONLY, ITAR, limited distribution etc.) by one of the following controlled means by
using either USPS mail or electronically via Safe Access File Exchange (SAFE) website, DOD
encryption wizard (https://spi.dod.mil/ewizard.htm) or obtaining a DOD approved PKI cert
(http://www.identrust.com/certificates/eca/index.html or http://www.eca.orc.com/) and sending
the information via encrypted email.
Page 1 of 5
(Version 2.0 5 Nov 2020)

---

4. Key Positions and Minimum Qualifications
(a) Contractor personnel holding the position titles and having the qualifications listed below are
considered essential to the work being performed under this contract:
Key Positions: Minimum Qualifications:
(list by job title) (list minimum qualifications in terms of education
and/or experience)
__________ ________________________________
__________ _______________________________
_________ _______________________________
(b) The contractor shall notify the contracting officer before the departure of any individual in a key
position and identify the proposed substitution. Any proposed personnel substitution that does not
meet the minimum qualification requirements described above requires the prior written approval of
the contracting officer.
5. Packaging and Marking
(a) All hardware deliverable contract items shall be packaged in accordance with established
commercial practices.
(b) When special delivery and/or handling instructions are required, all boxes and/or crates must
contain the following statement in plain sight and in bold letters: INSTRUCTION TO RECEIVING OFFICE -
DO NOT OPEN; CONTENTS ARE SENSITIVE TO DAMAGE WHEN IMPROPERLY OPENED OR HANDLED.
CONTACT THE RESPONSIBLE TECHNICAL PROJECT OFFICER IMMEDIATELY UPON RECEIPT. CONTACT:
TBD
6. Program Manager – The Government Program Manager for this effort is TBD.
7. Program Focal Points – The individuals listed below are identified as focal points for this contract.
Principal Investigator: TBD; Technical Contract Manager: TBD; Alternate: TBD.
8. Base Support - Base support may be provided by the Government to the Contractor in accordance
with this SOW.
(a) The Contractor will require use of base support on a rent-free, non-interference basis to include
Government-controlled working space, material, equipment, services (including automatic data
Page 2 of 5
(Version 2.0 5 Nov 2020)

---

processing), or other support (excluding use of the Defense Switched Network (DSN)) which the
Government determines can be made available at, or through, any Air Force installation where
this contract shall be performed.
(b) Unless otherwise stipulated in the contract schedule, the Contractor will use base support on a
no-charge-for-use basis and the value shall be a part of the Government's contract
consideration.
(c) The Contractor will immediately report (with a copy to the cognizant CAO) inadequacies,
defective base support, or non-availability of support stipulated by the contract schedule,
together with a recommended plan for obtaining the required support. Facilities are not be
purchased under this contract by the Contractor. Additionally, the Contractor (or authorized
representative) will not purchase, or otherwise furnish any base support requirement provided
by the SOW/PWS (or authorize others to do so), without prior written approval of the
Contracting Officer regarding the price, terms, and conditions of the proposed purchase, or
approval of other arrangements.
(d) Following are installations where base support will be provided: (Building 65, WPAFB, OH
45433).
(e) The base support to be furnished under this contract is (working space, phones, network
access, material, equipment, services, or other support in the performance of this effort).
Because of the nature and location(s) of the work performed, the value of such support is
undeterminable. The Contractor is not authorized to incur any costs resulting from nonsupport
prior to Contracting Officer direction.
(f) In the performance of this contract or any major subcontract, no direct or indirect costs for
support will be incurred if the Government determines that support is available at, or through
any Air Force Installation where this contract shall be performed.
9. Implementation of Patent Rights Clause –
(a) “Interim or Final Invention Reports 1) listing the subject invention(s) and stating that all subject
inventions have been disclosed, or 2) stating that there are no such inventions, shall be sent to
both the Administrative Contracting Officer (insert “at the address located on the face of the
contract” or name and address for the ACO) and to _______________________ (insert contact
information, name/or position title, email, and phone number for person(s) at the procuring
contract office who performs patent administration) within the timeframes specified in the
Patent Rights clause of this contract.
(b) Contractors are highly encouraged to use DD Form 882, Report of Invention and Subcontracts,
to submit these reports. The DD Form 882 may also be used for the notification of an award of
any subcontract(s) for experimental, developmental or research work which contain a “Patent
Rights” clause.
(c) All other notifications required by the contract shall also be sent to the addresses in paragraph
(a). This provision also constitutes the request for the following information for any subject
invention for which the contractor has retained ownership (1) the filing date, (2) serial number
and title, (3) a copy of the patent application, and (4) patent number and issue date. Submittal
shall be to (insert contact information for person(s) at the procuring contract office who will
handle patent administration, e.g., name and/or position, email, phone numbers, etc.).
Page 3 of 5
(Version 2.0 5 Nov 2020)

---

10. Information Regarding Non-US Citizens Assigned to this Project –
(a) Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S.
Government Information Technology (IT) networks in connection with the work on this contract
must be U.S. citizens. For the purpose of base and network access, 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. It
also does not apply to dual citizens who possess US citizenship, to include Naturalized citizens.
Any waivers to this requirement must be granted in writing by the Contracting Officer prior to
providing access. Specific format for waiver request will be provided upon request to the
Contracting Officer. The above requirements are in addition to any other contract requirements
related to obtaining a Common Access Card (CAC).
(b) For purposes of paragraph (a) above, if an IT network/system does not require AFRL to endorse
a contractor’s application to said network/system in order to gain access, the organization
operating the IT network/system is responsible for controlling access to its system. If an IT
network/system requires an U.S. Government sponsor to endorse the application in order for
access to the IT network/system; AFRL will only endorse the following types of applications;
consistent with the requirements above:
(1) Contractor employees who are U.S. citizens performing work under this contract.
(2) Contractor employees who are non-U.S. citizens and who have been granted a waiver.
Any additional access restrictions established by the IT network/system owner apply.
11. Fundamental Research -
Pursuant to DFARS 252.204-7000, Disclosure of Information, the exception allowing release in Paragraph
(a)(3) is applicable to Statement of Work section(s)/task(s) _________, only as long as the work remains
in the public domain, or is considered fundamental research and not sensitive or inappropriate for
public release. Any time work progresses to the non-public domain, exceeds the scope of fundamental
research, or you have reason to believe the work has become sensitive or inappropriate for release to
the public, then this exception no longer applies.
12. Science and Technology (S&T) Protection:
The requirements below are in accordance with Air Force Research Laboratory Instruction (AFRLI)
61-113,
“Science and Technology (S&T) Protection for the Air Force Research Laboratory”.
a. Initial/Annual/New SF 424, Research and Related Senior/Key Person Profile (Expanded) Form,
Page 4 of 5
(Version 2.0 5 Nov 2020)

---

Requirement: In accordance with CDRL A030, the Contractor shall provide an SF 424 with the
following information:
1) an initial report of all Senior/Key Personnel at the time of award;
2) an annual report of all Senior/Key Personnel providing support; and
3) a report for any new Senior/Key Personnel who join the contract, agreement, grant, or OT. Any
updated SF 424s for new Senior/Key Personnel supporting the award require coordination from the
Government prior to the Contractor employee receiving access to S&T information.
Page 5 of 5
(Version 2.0 5 Nov 2020)

---

Attachment 5
Statement of Work (SOW)
Supplemental Requirements for Assistance Instruments (AFRL/PZL)
The following paragraphs are also considered be a part of the SOW requirements and the
Contractor is responsible for compliance to the same extent as the rest of the SOW.
I. Science and Technology (S&T) Protection: The requirements below are in accordance with
Air Force Research Laboratory Instruction (AFRLI) 61-113, “Science and Technology (S&T)
Protection for the Air Force Research Laboratory”.
a. Initial/Annual/New SF 424, Research and Related Senior/Key Person Profile
(Expanded) Form, Requirement: The Contractor shall provide an SF 424 with the
following information:
i. Initial SF 424: An initial report of all Senior/Key Personnel at the time of
award. This form is required with proposal submission.
ii. Annual SF 424: An annual report of all Senior/Key Personnel providing
support. The first submission is due 30 days after 12 months after receipt of
award. Subsequent submissions are due every 12 months after first annual
submission, and throughout the technical effort.
iii. New/Revised SF424: A report for any new Senior/Key Personnel who join
the contract, agreement, grant, or OT. Any updated SF 424s for new
Senior/Key Personnel supporting the award require coordination from the
Government prior to the contractor employee receiving access to S&T
information. These reports are required to provide updates and supplements
to the SF 424 as appropriate during the period of performance. Identify
changes from previous versions. Permanent change pages shall conform to
the requirements, quality, style, and format of the basic documentation.
Submission: Annual and Revised SF 424s shall be submitted electronically in Microsoft Office
Suite compatible format, PDG, or RTF as coordinated with the Air Force Program Manager. For
email delivery, include the award number in the subject line. The recipient shall submit one
copy of the SF 424 to:
(1) AFRL Program Manager
(2) AFRL/XX Security
Note: Submit classified Data (up to and including SECRET) via the SIPRNET or as coordinated
with the requiring office. Submit Export Controlled Data as coordinated with the requiring
office.
Note: Submit electronically. Electronic submittals shall be encrypted or password protected.
Page 1 of 6

---

Attachment 5
Mark all data delivered with the following Distribution Statement: Distribution authorized to
XXXXX.
NOTE to PCO/Buyer: If the specific effort is covered by an S&T protection plan (identified by
the PM) the following paragraph is applicable.
b. S&T Protection Plan Requirement: The Recipient shall support the USG in the
planning, development, and implementation of the S&T Protection Plan as required
and adhere to the S&T Protection Plan in the course of executing this requirement,
incorporating any previous planning conducted on the baseline system. The
Recipient shall adhere to and be compliant with the guidance established in the S&T
Protection Plan found at Attachment XX.
II. System Award Management: To apply for grants and other funding opportunities the
applicant entity must be registered in the System for Award Management (SAM). Proposals
will not be accepted through Grants.gov or other methods unless the entity is registered in
SAM.
III. Certifications:
1. SAM: SAM is now the central repository for common Government-wide financial
assistance certifications and representations. Registration in SAM now includes the
acceptance of Certifications and Assurances. SAM may be accessed at:
https://sam.gov/content/home The Financial Assistance Certifications Report is an
attestation that the entity will abide by the requirements of the various laws and
regulations; therefore, as applicable, you are still required to submit any documentation,
including the SF LLL Disclosure of Lobbying Activities (if applicable), and informing
DoD of unpaid delinquent tax liability or a felony conviction under any Federal law.
(Note: Grant offices should include any other requirements, such as IRB certifications.)
2. Note to Agreements/Grants Officer: In the rare event that additional certification(s) or
representation(s) are required (beyond those identified in SAM) due to law or regulations,
specific DoD program needs, or as necessary to conduct business, you may add them as
warranted by adding them as an attachment to the funding opportunity. For example, this
will likely be necessary for Title III programs. If doing so, add the following statement here,
or preface the Certification(s) or Representation(s) Attachment with the following statement:
“This program contains unique certifications and representations not identified in the SAM
repository and are included as an attachment to this funding opportunity. By checking “I
Agree” on the SF 424 Block 21 or the SF 424 (R&R) block 17 you agree to abide by the
following statement: 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
Page 2 of 6

---

Attachment 5
statements or claims may subject me to criminal, civil, or administrative penalties. (U.S.
Code, Title 218, Section 1001)”
IV. Grants.gov: If you are submitting an assistance instrument proposal, you may do so
electronically through Grants.gov, in addition to submitting in accordance with BAA Section
IV Paragraph 2.a.iv., but you are not required to submit via Grants.gov. (The CO may
request an email from the offeror be submitted notifying the Contracting POC when a
proposal is submitted electronically via Grants.gov.) The application submission and receipt
instructions follow below. Read the following instructions carefully and completely:
1. Electronic Delivery
DoD is participating in the Grants.gov initiative to provide the grant community with a
single site to find and apply for grant funding opportunities. Applicants may submit their
applications online through Grants.gov in accordance with the BAA.
2. How to Register to Apply through Grants.gov
a. Instructions: Read the instructions below about registering to apply for funds under
this BAA. Applicants should read the registration instructions carefully and prepare
the information requested before beginning the registration process. Reviewing and
assembling the required information before beginning the registration process will
alleviate last-minute searches for required information.
The registration process can take up to four weeks to complete. Therefore,
registration should be done in sufficient time to ensure it does not impact your ability
to meet required application submission deadlines.
If individual applicants are eligible to apply for this grant funding opportunity, refer
to:
https://www.grants.gov/web/grants/applicants/registration.html
Organization applicants can find complete instructions here:
https://www.grants.gov/web/grants/applicants/organization-registration.html
(1) Obtain a DUNS Number: All entities applying for funding, including renewal
funding, must have a Data Universal Numbering System (DUNS) number from
Dun & Bradstreet (D&B). Applicants must enter the DUNS number in the data
entry field labeled "Organizational DUNS" on the SF-424 form.
For more detailed instructions for obtaining a DUNS number, refer to:
https://www.grants.gov/web/grants/applicants/organization-registration/step-1-
obtain-duns-number.html
Page 3 of 6

---

Attachment 5
(2) Register with SAM: In addition to having a DUNS number, organizations applying
online through Grants.gov (or otherwise) must register with the System for Award
Management (SAM).
For more detailed instructions for registering with SAM, refer to:
https://www.grants.gov/web/grants/applicants/organization-registration/step-2-
register-with-sam.html
(3) Create a Grants.gov Account: The next step in the registration process is to create
an account with Grants.gov. Applicants must know their organization's DUNS
number to complete this process. Completing this process automatically triggers
an email request for applicant roles to the organization's E-Business Point of
Contact (EBiz POC) for review. The EBiz POC is a representative from your
organization who is the contact listed for SAM. To apply for grants on behalf of
your organization, you will need the Authorized Organizational Representative
(AOR) role.
For more detailed instructions about creating a profile on Grants.gov, refer to:
https://www.grants.gov/web/grants/applicants/registration/add-profile.html
(4) Authorize Grants.gov Roles: After creating an account on Grants.gov, the EBiz
POC receives an email notifying them of your registration and request for roles.
The EBiz POC will then log in to Grants.gov and authorize the appropriate roles,
which may include the AOR role, thereby giving you permission to complete and
submit applications on behalf of the organization. You will be able to submit your
application online any time after you have been approved as an AOR.
b. Electronic Signature: When applications are submitted through Grants.gov, the name
of the organization's AOR that submitted the application is inserted into the signature
line of the application, serving as the electronic signature. The EBiz POC must
authorize individuals who are able to make legally binding commitments on behalf of
the organization as an AOR; this step is often missed and it is crucial for valid and
timely submissions.
3. How to Submit an Application via Grants.gov
Grants.gov applicants can apply online using Workspace. Workspace is a shared, online
environment where members of a grant team may simultaneously access and edit
different webforms within an application. For each BAA, you can create individual
instances of a workspace.
Below is an overview of applying on Grants.gov. For access to complete instructions on
how to apply for opportunities, refer to:
https://www.grants.gov/web/grants/applicants/apply-for-grants.html
Page 4 of 6

---

Attachment 5
a. Create a Workspace: Creating a workspace allows you to complete it online and route
it through your organization for review before submitting.
b. Complete a Workspace: Add participants to the workspace, complete all the required
forms, and check for errors before submission.
(1) Adobe Reader: If you decide not to apply by filling out webforms you can
download individual PDF forms in Workspace so that they will appear similar to
other Standard forms. The individual PDF forms can be downloaded and saved to
your local device storage, network drive(s), or external drives, then accessed
through Adobe Reader.
NOTE: Visit the Adobe Software Compatibility page on Grants.gov to download
the appropriate version of the software at:
https://www.grants.gov/web/grants/applicants/adobe-software-compatibility.html
(2) Mandatory Fields in Forms: In the forms, you will note fields marked with an
asterisk and a different background color. These fields are mandatory fields that
must be completed to successfully submit your application.
(3) Complete SF-424 Fields First: The forms are designed to fill in common required
fields across other forms, such as the applicant name, address, and DUNS
number. To trigger this feature, an applicant must complete the SF-424
information first. Once it is completed, the information will transfer to the other
forms.
c. Submit an Application via Workspace: An application may be submitted through
workspace by clicking the Sign and Submit button on the Manage Workspace page,
under the Forms tab. Grants.gov recommends submitting your application package at
least 24-48 hours prior to the close date to provide you with time to correct any
potential technical issues that may disrupt the application submission.
d. Track an Application via Workspace: After successfully submitting a workspace
package, a Grants.gov Tracking Number (GRANTXXXXXXXX) is automatically
assigned to the package. The number will be listed on the Confirmation page that is
generated after submission.
For additional training resources, including video tutorials, refer to:
https://www.grants.gov/web/grants/applicants/applicant-training.html
Applicant Support: Grants.gov provides applicants 24/7 support via the toll-free number
1-800-518-4726 and email at support@grants.gov. For questions related to the specific
grant opportunity, contact the number listed in the application package of the grant you
are applying for.
Page 5 of 6

---

Attachment 5
If you are experiencing difficulties with your submission, it is best to call the Grants.gov
Support Center and get a ticket number. The Support Center ticket number will assist the
DoD with tracking your issue and understanding background information on the issue.
4. Timely Receipt Requirements and Proof of Timely Submission
a. Online Submission. All applications must be received by the due date established for
each program. Proof of timely submission is automatically recorded by Grants.gov.
An electronic date/time stamp is generated within the system when the application is
successfully received by Grants.gov. The applicant AOR will receive an
acknowledgement of receipt and a tracking number (GRANTXXXXXXXX) from
Grants.gov with the successful transmission of their application. Applicant AORs will
also receive the official date/time stamp and Grants.gov Tracking number in an email
serving as proof of their timely submission.
When the application is successfully retrieved from Grants.gov, and the download of
submissions is acknowledged, Grants.gov will provide an electronic acknowledgment
of receipt of the application to the email address of the applicant with the AOR role.
Again, proof of timely submission shall be the official date and time that Grants.gov
receives your application. Applications received by Grants.gov after the established
due date for the program will be considered late and will not be considered for
funding.
Applicants using slow internet, such as dial-up connections, should be aware that
transmission can take some time before Grants.gov receives your application. Again,
Grants.gov will provide either an error or a successfully received transmission in the
form of an email sent to the applicant with the AOR role. The Grants.gov Support
Center reports that some applicants end the transmission because they think that
nothing is occurring during the transmission process. Please be patient and give the
system time to process the application.
V. Assistance Opportunity: Go to https://www.grants.gov/web/grants/search-grants.html to
find the opportunity. Instructions are provided at
http://www.grants.gov/web/grants/applicants/apply-for-grants.html
Page 6 of 6

---

FA8650-21-S-2205
Attachment 11
RESEARCH & RELATED Senior/Key Person Profile (Expanded) OMB Number: 4040-0001
Expiration Date: 11/30/2025
PROFILE - Project Director/Principal Investigator
Prefix: *First Name: Middle Name:
*Last Name: Suffix:
Position/Title:
Department:
Organization Name:
Division:
*Street1:
Street2:
*City: County/ Parish:
*State: Province:
Country: USA: UNITED STATES Zip / Postal Code:
*Phone Number: Fax Number:
*E-Mail:
Credential, e.g., agency login:
*Project Role: PD/PI Other Project Role Category:
Degree Type:
Degree Year:
*Attach Biographical Sketch Add Attachment Delete Attachment View Attachment
Attach Current & Pending Support Add Attachment Delete Attachment View Attachment
PROFILE - Senior/Key Person 1
Prefix: *First Name: Middle Name:
*Last Name: Suffix:
Position/Title:
Department:
Organization Name:
Division:
*Street1:
Street2:
*City: County/ Parish:
*State: Province:
Country: USA: UNITED STATES Zip / Postal Code:
*Phone Number: Fax Number:
*E-Mail:
Credential, e.g., agency login:
*Project Role: Other Project Role Category:
Degree Type:
Degree Year:
Attach Biographical Sketch Add Attachment Delete Attachment View Attachment
Attach Current & Pending Support Add Attachment Delete Attachment View Attachment
Delete Entry Next Person
To ensure proper performance of this form; after adding 20 additional Senior/ Key Persons; please save your application, close the Adobe
Reader, and reopen it.

---

FA8650-21-S-2205
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 collaborators; 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:
Attachment 12

---

Call 0001

FA8650-21-S-2205
CALL 0001
BROAD AGENCY ANNOUNCEMENT
FA8650-21-S-2205, Call 0001
Air Force Research Laboratory
Aerospace Systems Directorate, Aerospace Vehicles Division
BROAD AGENCY ANNOUNCEMENT TITLE: Collaborations for Innovative
Research on Aerospace Structure (CIRAS)
BROAD AGENCY ANNOUNCEMENT NUMBER: FA8650-21-S-2205
PROPOSAL CALL ANNOUNCEMENT (Call) TITLE: Qualifying Additively
Manufactured Airframe Structure (QAMAS)
PROPOSAL CALL ANNOUNCEMENT (Call) NUMBER: 0001
__________________________________________________________________
I. PROGRAM DESCRIPTION
Background:
All requirements of Broad Agency Announcement (BAA) FA8650-21-S-2205
apply unless specifically amended and addressed in this Call. The baseline BAA
contains information applicable to all Calls issued under the BAA and provides
information on the overall program, proposal preparation and submission
requirements, proposal review and evaluation criteria, award administration,
agency contacts, etc.
The BAA consists of a Two-Step process. This Call is the FIRST STEP.
This Call is a request for White Papers.
The objective of the Call is to foster innovative research in technology and
methods to understand design considerations for AM parts for primary structures
to cost effectively address two of these five requirements: (3) developing
mechanical properties and design allowables, and (4) verifying that the
performance of the final parts is predictable. The initial focus would be for
limited life (attritable) aircraft with only hundreds of hours of life or less.
Following those results, the focus would shift to typical Air Force operations with
thousands of hours of life or more.
Call is specific to additive manufacturing (AM). Focus areas include the
following:
 The size, shape, orientation, frequency, and location of discontinuities in the
part,
 Anisotropy of strength and fatigue properties, and
 Residual stresses.
See Attachment 1, Statement of Objectives, for more information.
Page 1 of 4

---

FA8650-21-S-2205
CALL 0001
Also, for planning purposes, the following information is provided:
Estimated Program Cost: $300,000
Schedule: The total anticipated period of performance is 24 months; (21 months
technical period of performance 3 months delivery of final report).
First Step (White Paper) Instructions:
a. General: The FIRST STEP requests a white paper and a rough order of
magnitude (ROM) cost. The white paper shall include a discussion of the
nature and scope of the research and the offeror’s proposed technical
approach. The Government will review the white papers in accordance
with the FIRST STEP Peer or Scientific Review criteria, set forth in Section
II below. Based on this review, the Government will determine which of
them have the potential to best meet the Air Force’s needs. Offerors will
be notified of the disposition of their white paper. It is anticipated that
Government review of the white papers submitted will take 30 working
days. Those offerors submitting white papers assessed as meeting Air
Force needs will be asked to submit a technical and cost proposal. Those
offerors not requested to submit a technical and cost proposal will be
notified but may, however, still elect to submit a technical and cost
proposal. An offeror submitting a proposal without first submitting a white
paper will not be eligible for an award. The cost of preparing white
papers in response to this Solicitation is not considered an allowable direct
charge to any resulting or any other contract; however, it may be an
allowable expense to the normal bid and proposal indirect cost as
specified in FAR 31.205-18.
b. Page Limitation: The White Paper shall be limited to 5 pages, prepared
and submitted in Word format. Font shall be standard 10-point business
font Arial. Character spacing must be “normal,” not condensed in any
manner. Pages shall be double-spaced (must use standard double-space
function in Microsoft Word), double-sided (each side counts as one page),
8.5 by 11 inches, with at least one-inch margins on both sides, top and
bottom. All text, including text in tables and charts, must adhere to all
font size and line spacing requirements listed herein. Font and line
spacing requirements do not have to 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. Pages shall be numbered
starting with the cover page being Page 1, and the last page being no
greater than Page 5. The page limitation covers all information including
indices, photographs, foldouts (counted as 1 page for each 8.5 by 11
portion) tables, charts, appendices, attachments, resumes, etc. The
Government will not consider pages in excess of these limitations.
Page 2 of 4

---

FA8650-21-S-2205
CALL 0001
Offerors should submit the White Paper electronically (email) to the
Contracting POCs, identified in the Overview Information.
c. Format: The white paper will be formatted as follows:
(1) Section A: BAA Number, Title of Program, Name of Company,
Business Size, Company’s Commercial and Government Entity
(CAGE) number, Dun & Bradstreet (D&B) Data Universal Numbering
System (DUNS) number, Contracting POC and Technical POC with
appropriate telephone numbers, fax numbers, and email addresses
for the POCs.
(2) Section B: Period of Performance and Task Objectives;
(3) Section C: Technical Summary and Proposed Deliverables; and
(4) Section D: Cost of Task (Rough Order of Magnitude (ROM)).
(5) Section E: Quad Chart. The Quad chart should include Objective,
Description of Effort, List of Related Accomplishments/Research
Efforts/Contracts, Program Technical Approach, Challenges, Benefits
of Proposed Technology, Major Goals/Milestones by FY, Cost by FY,
Contact Information. See Attachment 4 for the Quad chart Guidance
and Template. The Quad Chart Guidance includes font and text
formatting.
d. Technical Portion: The technical portion of the white paper shall include a
discussion of the nature and scope of the research and the offeror’s
proposed technical approach/solution. It may also include any proposed
deliverables. Resumes, descriptions of facilities and equipment, a
proposed Statement of Work are not required at this point.
e. Cost Portion: The cost portion of the white paper shall include a ROM cost
estimate. No detailed price or cost support information should be
forwarded; only a time-phased bottom line figure should be provided.
f. Other Information: Multiple white papers within the purview of this
announcement may be submitted by each offeror. If the offeror wishes to
restrict its white papers, they must be marked with the restrictive
language stated in FAR 52.215-1(e).
II. White Paper Review Information
FIRST STEP – White Paper Peer or Scientific Review Criteria: The
Government will review White Papers to determine which of them have the
potential to best meet the Air Force’s needs based on the following criteria,
which are listed in equal order of importance:
a. Is the technical approach consistent with the technologies listed in the
BAA?
b. Is the research of interest to the Government?
Page 3 of 4

---

FA8650-21-S-2205
CALL 0001
c. Is appropriate funding available?
III. White Paper Reminders:
a. Step One: White Papers are due to the Contracting POC.
b. Step One: White Papers are due per individual Call announcement.
c. Step One: White Paper page limits are strictly enforced.
d. Step One: White Papers must be submitted in the format specified.
IV. WHITE PAPER DUE DATE AND TIME:
White papers are due 25 August 2021 NLT 2:00 pm. Local time.
V. White Paper Submission Information:
Due to COVID-19 and the current state of telework, white papers are to be sent via
electronic means only to the following individuals:
a. Contract Negotiator (Primary POC): Ms. Joycelyn Roux, AFRL/RQKPC,
joycelyn.roux@us.af.mil
b. Contracting Officer (Secondary POC): Ms. Jodonna Alvarez,
AFRL/RQKPC, jodonna.alvarez@us.af.mil
If the interested party anticipates the white paper will contain Controlled,
Unclassified, Information, then the interested party must request a DoD SAFE link
drop from the above 2 individuals no later than 7 days prior to receipt of white papers.
ATTACHMENT:
Attachment 1: Call 0001, Statement of Objectives (SOO)
Page 4 of 4

---

Call 0001-Atch1-Statement of Objectives

BAA-RQKPC-2205
CALL # 0001
25 June 2021
STATEMENT OF OBJECTIVES (SOO)
BAA: Collaborations for Innovative Research on Aerospace Structure (CIRAS)
Qualifying Additively Manufactured Airframe Structure
I. Background
Additive manufacturing (AM) offers many opportunities for reducing part count and making
complex shapes. AM of metal structure is hampered by the expense of qualifying each new part.
Among the issues that need to be addressed in the part qualification process are:
• The size, shape, orientation, frequency, and location of discontinuities in the part,
• Anisotropy of strength and fatigue properties, and
• Residual stresses.
These issues are a function of the part design, the build strategy, and even the specific machine,
by serial number, that the part is built with. Thus, every new AM part requires an extensive
effort to [1]:
1. Establish that the fabrication process is stable and repeatable,
2. Demonstrate that the process can be scaled up to produce parts in quantity,
3. Develop mechanical properties and design allowables,
4. Verify that the performance of the final part is predictable, and
5. Demonstrate that the part is sustainable (i.e., inspectable, maintainable, repairable, etc.)
As the Air Force and its industrial partners consider AM parts for primary structures in the
future, the Air Force Research Laboratory need to provide the Air Force Lifecycle Management
Center guidance on design practices that move away from a part by part qualification strategy to
one that provides guidance based on features including but not limited to roughness, wall
thickness, radii, overhang, material, etc.
II. Description of Effort
The Air Force Research Laboratory, Aerospace Systems Directorate is soliciting white papers
and potentially technical and cost proposals under this announcement to foster innovative
research in technology and methods to understand design considerations for AM parts for
primary structures to cost effectively address two of these five requirements: (3) developing
mechanical properties and design allowables, and (4) verifying that the performance of the final
parts is predictable. The initial focus would be for limited life (attritable) aircraft with only
hundreds of hours of life or less. Following those results, the focus would shift to typical Air
Force operations with thousands of hours of life or more.
III. Resources
Attachment - SOO
Page 1 of 2

---

BAA-RQKPC-2205
CALL # 0001
25 June 2021
AFRL will provide up to $150,000/yr for two years to support this research. AFRL anticipates
providing two years of support for this effort.
IV. OPSEC
Operations Security (OPSEC) must be an integral part of our daily activities. As we maintain
security on our future technologies that are vital to national interest, we must recognize and
prepare for the threat poised against our technology. Department of Defense policies mandate a
high degree of security throughout the acquisition process. However, heightened security
awareness and threat-based countermeasures are particularly essential during the research and
development phase when our technology is most vulnerable to espionage, sabotage, or
exploitation. It is the obligation of each employee or persons involved on this agreement be
constantly aware of and strictly adhere to security requirements designed to protect sensitive
unclassified and other information and resources produced by acquisition, research and
development, and technological security efforts outlined in this SOO. The recipient shall ensure
employees receive training and follow appropriate Operations Security (OPSEC) measures
during the performance of the agreement.
V. References
1. Structures Bulletin EZ-SB-19-01, “Durability and Damage Tolerance Certification for
Additive Manufacturing of Aircraft Structural Metallic Parts”, 10 June 2019,
https://daytonaero.com/usaf-structures-bulletins-library/
Attachment - SOO
Page 2 of 2

Focus Areas & Funding Uses

Fields of Work

science-research

Categories

Browse similar grants by category

Related Grants

Similar grants from this funder and related organizations

Ready to apply for Collaboration for Innovative Research on Aircraft Structure (CIRAS)?

Grantable helps you assess fit, draft narratives, and track deadlines — so you can submit stronger applications, faster.