NSWC CRANE - N00164 logo

Long Range Broad Agency Announcement (BAA) for NSWC Crane

NSWC CRANE - N00164

Federal

Funding Amount

Varies

Deadline

Rolling / Open

Grant Type

federal

Overview

Long Range Broad Agency Announcement (BAA) for NSWC Crane

This announcement seeks revolutionary research ideas, and technology demonstrators that offer potential for advancement and improvement of NSWC Crane’s primary mission areas. NSWC Crane is a field activity of the Naval Sea Systems Command. NSWC Crane supports a wide range of government agencies in the interest of national security. NSWC Crane may publish BAAs and other solicitations in response to specific needs. This BAA is issued to seek innovative solutions and ideas for topics not covered via other means. It is strongly encouraged that potential proposers review existing NSWC Crane solicitations to avoid duplication of effort and to contact the identified points of contact for each BAA topic to discuss specific details of the needs. The mission of NSWC Crane is to provide research, development, test and evaluation, acquisition engineering, in-service engineering and technical support in its assigned technical capabilities for the United States Navy, Department of Defense components and agencies, and other federal agencies and components engaged in national security. NSWC Crane also works to apply component and system-level product and industrial engineering to surface sensors, strategic systems, special warfare devices and electronic warfare systems, as well as to execute other responsibilities as assigned by the Commander, Naval Surface Warfare Center. The focus of NSWC Crane is “Harnessing the Power of Technology for the Warfighter.” Crane specializes in total lifecycle support in three broad focus areas: Expeditionary Warfare, Strategic Missions, and Electronic Warfare, which support ten assigned technical capabilities (TCs) listed below. 1. Electronic Warfare (EW) 2. Infrared and Pyrotechnic Countermeasures 3. Strategic Systems Hardware 4. Expeditionary Warfare and Systems 5. Advanced Electronics 6. Sensors and Surveillance Systems 7. Hypersonic Weapon Systems 8. Power and Energy Systems 9. Electro-optic and Infrared Technologies 10.Force level EW Mission Analysis, Advanced Concepts and Technologies Within each of the TCs, there are multiple thrust areas, which present considerable opportunities for innovative research and solutions to support national security imperatives. There is intentional overlapping space within the listed TC such that a potential technology or research idea may support multiple TCs. Any proposal should list the principal TC as well as any adjunct TCs that should be considered. Proposals that support multiple TCs are strongly desired but not necessary.

Eligibility

Eligible Applicant Types

unrestricted

How to Apply

N0016424SNB35_05

BAA #N0016424SNB35
Subj: Amendment 05 - extends opportunity deadline.
I. OVERVIEW OF THE RESEARCH OPPORTUNITY
This publication constitutes a Broad Agency Announcement (BAA) for awards by
Naval Surface Warfare Center Crane Division (NSWC Crane) Contracts Department, as
well as other federal entities where appropriate, as contemplated in Federal
Acquisition Regulation (FAR) 6.102(d)(2) and 35.016, the Department of Defense
Grants and Agreements regulations (DoDGARS) 32 CFR 22.315(a) and the, Office of
the Under Secretary of Defense for Acquisition and Sustainment Other Transaction
Guide version 2.0 dated July 2023. A formal Request for Proposals (RFP), solicitation,
and/or additional information regarding this announcement will not be issued.
NSWC Crane reserves the right to fund all, some, or none of the proposals received
under this BAA. NSWC Crane provides no funding for direct reimbursement of
proposal development costs. Technical and cost proposals (or any other material)
submitted in response to this BAA will not be returned. It is the policy of NSWC Crane
to treat all proposals submitted under this BAA as sensitive competitive information
and to disclose their contents only for the purposes of evaluation.
A. Required Overview Content
1. Federal Awarding Agency Name:
Naval Surface Warfare
Center Crane Division
300 HWY 361
Code T2 Bldg 34
CRANE, IN 47522-5001
Email: usn.crane.nswc-cd-crane-in.mbx.NSWC-Crane-T2-BACA@us.navy.mil
Agency Contact:
o Contracting Officer: Danielle Peter (danielle.m.peter.civ@us.navy.mil)
o Requiring Technical Activity: Maria Duran
(usn.crane.nswc-cd-crane-in.mbx.NSWC-Crane-T2-BACA@us.navy.mil)
2. Funding Opportunity Title: Long Range Broad Agency Announcement (BAA)
for NSWC Crane
Anticipated individual awards: Multiple awards are anticipated.
Anticipated funding type: 6.1, 6.2, 6.3, 6.4
Types of instruments that may be awarded: Procurement contract (Federal
Acquisition Regulation (FAR) based), grant, cooperative agreement, or other
transaction.
3. Announcement Type: Amendment 05 to Initial Announcement
4. Funding Opportunity Number: N0016424SNB35
5. Catalog of Federal Domestic Assistance Numbers (CFDA): 12.335
1

---

BAA #N0016424SNB35
Navy Command, Control, Communications, Computers, Intelligence,
Surveillance, and Reconnaissance
6. Key Dates
Dates: (All times listed herein are Eastern Time)
o Posting Date: Initial Announcement posted on 1 February 2024.
o Amendment Posting Date: Amendment 01 posted on 15 March 2024,
Amendment 02 posted on 17 April 2024, and Amendment 03 posted on
08 May 2024. Amendment 04 posted on 09 August 2024. Amendment 05
posted on 27 January 2025.
o Abstract Due Date: Abstracts may be submitted on a rolling basis.
Proposal Due Date: Proposals may be submitted on a rolling basis.
Closing Date: Not applicable.
o Estimated period of performance start: start dates are unique to each
action.
7. North American Industry Classification System (NAICS) code:
541715 - Research and Development in the Physical, Engineering, and Life
Sciences (except Nanotechnology and Biotechnology). The NAICS code for
contracts under this announcement is “541715” with a small business size
standard of “1,000 employees.”
I. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY
A. Program Description
This announcement seeks revolutionary research ideas, and technology demonstrators
that offer potential for advancement and improvement of NSWC Crane’s primary
mission areas.
 Funding Opportunity Description
NSWC Crane is a field activity of the Naval Sea Systems Command. NSWC Crane
supports a wide range of government agencies in the interest of national security.
NSWC Crane may publish BAAs and other solicitations in response to specific needs.
This BAA is issued to seek innovative solutions and ideas for topics not covered via
other means.
It is strongly encouraged that potential proposers review existing NSWC Crane
solicitations to avoid duplication of effort and to contact the identified points of contact
for each BAA topic to discuss specific details of the needs.
 Crane Mission and Technical Capabilities
The mission of NSWC Crane is to provide research, development, test and evaluation,
acquisition engineering, in-service engineering, and technical support in its assigned
technical capabilities for the United States Navy, Department of Defense components
and agencies, and other federal agencies and components engaged in national
2

---

BAA #N0016424SNB35
security. NSWC Crane also works to apply component and system-level product and
industrial engineering to surface sensors, strategic systems, special warfare devices
and electronic warfare systems, as well as to execute other responsibilities as assigned
by the Commander, Naval Surface Warfare Center.
The focus of NSWC Crane is “Harnessing the Power of Technology for the Warfighter.”
Crane specializes in total lifecycle support in three broad focus areas: Expeditionary
Warfare, Strategic Missions, and Electronic Warfare, which support ten assigned
technical capabilities (TCs) listed below.
1. Electronic Warfare (EW)
2. Infrared and Pyrotechnic Countermeasures
3. Strategic Systems Hardware
4. Expeditionary Warfare and Systems
5. Advanced Electronics
6. Sensors and Surveillance Systems
7. Hypersonic Weapon Systems
8. Power and Energy Systems
9. Electro-optic and Infrared Technologies
10. Force level EW Mission Analysis, Advanced Concepts and Technologies
Within each of the TCs, there are multiple thrust areas, which present considerable
opportunities for innovative research and solutions to support national security
imperatives. There is intentional overlapping space within the listed TC such that a
potential technology or research idea may support multiple TCs. Any proposal should
list the principal TC as well as any adjunct TCs that should be considered. Proposals
that support multiple TCs are strongly desired but not necessary.
 Thrust Areas by Technical Capability
Each NSWC Crane TC encompasses multiple thrust areas supporting technology
development and national security activities. NSWC Crane is looking for unsolicited
proposals to help with the following areas within each capability:
1. Electronic Warfare (EW). Research and development for materials, material
processing, microelectronics, radio frequency (RF), electro-optic infrared (EOIR)
and other hardware that improves the efficiency, capability and responsiveness
of EW systems used in all warfighting domains (land, sea, air, space, and
cyber). Algorithms, digital signal processing techniques and photonics
approaches that improves EW system responsiveness and accuracy. Hardware
and software-based solutions focused on manipulation of electromagnetic
spectrum (EMS) signatures or emissions to include signature management.
Material and non-material solutions that improve sustainability and
affordability of EW systems and their components. Novel and low-cost
approaches to EW test and evaluation (T&E) supporting fast-to-field initiatives.
Technology demonstrations that include prototypes of component or system
level solutions to EW problems. EW mission analysis that may include a
combination of live, virtual or constructive representations of EW systems,
platforms or unique capabilities in single or multiple engagements and
3

---

BAA #N0016424SNB35
campaign simulations. Research and development that enable improvements in
EW component or EW system Size, Weight and Power (SWAP). Research and
development that support the integration of EW capability into unmanned
systems. Artificial Intelligence (AI) and Machine Learning (ML) approaches with
emphasis on accuracy, generalizability, and tactical employment of AI and ML
in support of all EW functions.
2. Infrared and Pyrotechnic Countermeasures. Research, design, development,
prototyping, and demonstration of safe, reliable, and effective infrared (IR) and
electro-optic (EO) countermeasures, countermeasure systems, and pyrotechnics
for platform protection, target enhancement, counterintelligence, surveillance,
and reconnaissance (C-ISR), illumination, and signaling and marking. Seeking
innovative approaches to Navy, Marine Corps, and Air Force platform protection
through design, development, modeling and simulation (M&S), integration, test
and evaluation (T&E), and fielding of camouflage, concealment, and deception
devices, countermeasures, threat warning, and dispensing systems. Unique
solutions that improve current capabilities in M&S, T&E, simulators, and all
infrared countermeasure and pyrotechnic solutions, especially those that also
incorporate RF with EO/IR are encouraged.
3. Strategic Systems Hardware. Research and development, prototyping,
technology demonstration, and test & evaluation of safe, reliable, secure and
effective hardware that supports the Department of Navy and DoD nuclear
deterrence community. Innovation around Strategic Systems Hardware design
starting at the physics level for materials and devices including quantum,
mechanics, thermodynamics, electronics and electromagnetism. Application to
specific systems and subsystems such as acoustic sensors, navigation, fire
control, launch, flight, guidance, onboard & pier side mechanical & electrical
support systems, as well as modeling & simulation and integrated verification &
validation of those systems. Approaches that facilitate strategic hardware
reliability through design, manufacturing and assessment of radiation
hardened microelectronics for space missions, nuclear modernization, and
missile defense are desired. Special emphasis is placed on research that
enables secure, robust, and resilient microelectronics, sensors and embedded
systems for military applications in severe environments. Other areas of interest
include digital engineering and system modeling of requirements, interface
management, system level architecture integration with model-based systems
engineering. Data analytics, intelligent design with artificial intelligence and
machine learning, configuration and data management, and improved
procedures and trainings with augmented and virtual reality will be beneficial.
4. Expeditionary Warfare and Systems (ExWar). Research, development,
prototyping, and demonstration of technology associated with Expeditionary
Warfare, commonly considered mission sets executed by the USMC,
NAVSPECWAR & SOF, NECC, and other maritime & land-based forces. ExWar
technologies can include sensor systems, battle management systems,
communications and command & control systems, and kinetic & non-kinetic
effectors. Unmanned (UxS) and Counter-Unmanned (C-UxS) systems
technologies are of particular interest to this area of research. Novel, end-to-end
capability development and demonstration via rapid prototyping and fleet
4

---

BAA #N0016424SNB35
experimentation is a goal for the ExWar area of research. Areas of concentration
at NSWC Crane in support of ExWar capabilities include EO/IR Sensor
Systems, Radar Sensor Systems, Command & Control Systems, Cyber Security,
Weapon Systems & Munitions, Power & Energy, Mobility Systems, and
Electronic Warfare Systems. Capabilities that enable Naval expeditionary
strategies and concepts, such as Distributed Maritime Operations,
Expeditionary Advanced Base Operations, and force modernization are a focus
for NSWC Crane.
5. Advanced Electronics. Research, development, prototyping, and
demonstration of affordable, sustainable microelectronics solutions that provide
asymmetric capability for the Department of Navy and the DoD Enterprise in
support of the following platforms but not limited to hypersonic weapon
systems and their platforms, ballistic missile defense systems, electronic
warfare systems, command; control; communications; computing; intelligence;
surveillance; and reconnaissance (C4ISR) systems, cyber-physical systems,
space surveillance systems, maritime and undersea autonomous systems.
Areas of interest but not limited to basic and applied trusted microelectronics
research & development (including design, development, acquisition, test and
evaluation, advanced prototyping, technology maturation and technology
demonstration) in support of security systems engineering to integrate
advanced electronics within complex systems satisfying security and resilience
objectives. Microelectronics technology areas of interests include but are not
limited to active and passive electronic devices, circuit cards, advanced
Complementary Metal Oxide Semiconductor (CMOS) logic for ASICs and
programmable logic, volatile and nonvolatile memory, radiation hardened
technologies, advance packaging to include heterogeneous integration,
advanced interconnect technologies, electronic controls, solid state
transmit/receive modules, digital receiver exciters, digital beamforming
electronics, DC to DC converters, microwave tubes, other radio frequency and
optoelectronics technologies. Microelectronics technology test and evaluation
areas of interests include but are not limited to model and simulation at the
board, component, and circuit level, as well as operational environments to
include radiation, cyber, electronic warfare across all identified microelectronics
technologies. Additionally, solutions in development and demonstration of tools,
techniques, and technologies for evaluation of microelectronics devices to
support the confidentiality and integrity objectives of the DoD are desired.
6. Sensors and Surveillance Systems. Basic research; applied research;
advanced technology development; and advanced component development and
prototypes that facilitate the maturation of Sensors and Surveillance System
technologies and manufacturing capabilities. Sensors and Surveillance Systems
include multi-domain sensors and systems supporting Intelligence,
Surveillance, and Reconnaissance (ISR); Counter-Uncrewed Systems (C-UxS);
Radar; Electromagnetic Warfare (EW); Signals Intelligence (SIGINT); Electronic
Intelligence (ELINT), Geospatial Intelligence (GEOINT), and Communications
missions and activities. Solutions of interest target improvements to sensor
size, weight, power, cost, and/or performance. Research and development areas
of interest to demonstrate include innovations associated with metamaterials,
microelectronics, 2.5- and 3-Dimensional packaging, advanced sensor
5

---

BAA #N0016424SNB35
architectures, power systems, thermal management solutions, mechanical
technologies, networking solutions, processing systems, modeling and
simulation capabilities, sensor fusion, and algorithms.
7. Hypersonic Weapon Systems (HWS). Research and development of
technologies that support the development, integration, test and evaluation of
HWS to include aerodynamics, aerothermal prediction and analysis, guidance,
navigation and control, high temperature materials, thermal management,
sensors and supporting algorithms. Any approach including materials and
manufacturing processes that improve HWS performance, lethality,
survivability, lowers costs or improves HWS and HWS component
manufacturability (cost and capacity) is strongly desired. Innovative approaches
and prototypes that lower the cost or increase the cadence of HWS testing and
evaluation are also strongly desired. M&S of HWS components, subsystems and
systems at all M&S levels (Engineering, Engagement, Mission and Campaign).
Power and Energy solutions for HWS that reduce Size, Weight and Power
(SWAP), improve power density or lower costs are welcome. Solutions that
enhance microelectronics and HWS component, subsystem and system
reliability and survivability in natural and prompt radiation environments are
desired.
8. Power and Energy Systems. Research, development, prototyping, test and
evaluation, materials analysis, safety analysis, modeling, digital engineering,
data analytics, data management, specification development, and production
and demonstration of advanced battery technologies, advanced high energy
density storage systems, high power energy storage systems, hybrid and all-
electric propulsion systems, energy transfer systems, alternative and renewable
energy systems, and battery management systems. Applications include space,
airborne, missile, surface, land, undersea, manned, and unmanned platforms,
hybrid and all-electric vehicles, human portable energy storage systems, and
portable energy storage and energy conversion systems. Desired outcomes are
as follows: (1) Improvements in battery power density in support of directed
energy systems. (2) Improvements in battery energy density in support of
extended mission endurance for space, airborne, missile, surface, land,
undersea, manned, and unmanned applications. (3) Improvements in battery
cycle life in support of aerospace applications and austere mission
environments. (4) Enable integration onto high value surface, air, and undersea
platforms by mitigating safety risks associated with lithium chemistry batteries.
This includes advancements in battery casualty containment and early failure
detection. This also includes advancements of battery technologies utilizing
nonflammable electrolyte and solid-state electrolyte batteries. (5) Improvements
of lithium chemistry battery performance in extreme cold weather
environments. (6) Improvements in power management and distribution
systems efficiency. (7) Improvements of solar array technology efficiency to
support expeditionary mission sets. (8) Supply chain risk mitigations associated
with power and energy technologies. This includes advancement of
technologies, methodologies, and materials that increase availability of domestic
raw materials, address obsolescence issues, enable processing of raw materials,
and reduce dependence of rare earth metals. This also includes development
and advancement of batteries and electric motors that utilize alternative
6

---

BAA #N0016424SNB35
materials. (9) Development of cost effective and supportable high voltage and
high-power battery test systems.
9. Electro-optic and Infrared Technologies. The objective of the Electro-Optic
and Infrared (EO/IR) is to develop high-performance, low-cost, next generation
EO/IR sensors, devices and autonomous processing to provide real-time
detection, tracking, classification, and identification of air, sea-surface, and
ground targets in all weather conditions. The primary interest is for systems
working in the visible and infrared (near, short-wave, mid-wave, and long-wave)
regions of the electromagnetic spectrum, which is typically considered to be 0.4
um to 15 um in wavelength. Beyond imaging and detection, this area also
includes supported EO/IR technologies and sub-systems such as optics,
software, targeting and tracking, sensor protection, visual augmentation
systems (VAS), laser pointers, free space optics (FSO), laser markers, and laser
designators. Approaches and technologies that offer improvements or improved
understanding in of these areas is of interest. Additionally, innovative
approaches, prototypes, and tools that benefit modeling and simulation (M&S),
test and evaluation (T&E), systems installation, logistics, or other approaches
that reduced cost or benefit to the management of the entire EO/IR lifecycle are
of interest.
10. Force level EW Mission Analysis, Advanced Concepts and Technologies.
Research and development of technologies and capabilities that support
development, integration, modeling and simulation, test and evaluation of
distributed and integrated electromagnetic warfare mission capabilities to
support joint and naval kinetic and non-kinetic operations delivering lethal and
non-lethal effects in the air, surface, ground, space and cyber domains of the
electromagnetic spectrum. Seeking innovative approaches to provide a
comprehensive modeling and simulation and analytical foundation to represent
non-kinetic effects and complex electromagnetic environments for evaluation at
the engineering, engagement, mission and campaign levels of modeling to
facilitate rapid evaluation of current and emerging electromagnetic systems and
system of systems capabilities. Seeking novel model-based systems engineering
approaches, non-kinetic models, and visualization of non-kinetic effects in a
modeling and simulation environment. Solutions and prototypes that are
focused on advancing radio frequency enabled cyber, hardware agnostic
electromagnetic spectrum capabilities, advanced electromagnetic sensors and
systems, decision-making aids, many on many threat simulators, and advanced
countermeasures are welcome. Innovative approaches and prototypes that
benefit modeling and simulation, test and evaluation, and development and
evaluation of integrated and distributed system of systems capabilities to help
reduce cost and enable rapid analysis and evaluation are of interest.
B. Federal Award Information
1. Eligibility for Competition. Proposals for supplementation of existing projects
are eligible to compete with applications for new Federal awards under this BAA.
2. Contracted Fundamental Research. If there are any restrictions on the
7

---

BAA #N0016424SNB35
conduct or outcome of work funded under this BAA, NSWC Crane will follow the
guidance on and definition of “contracted fundamental research” as provided in the
Under Secretary of Defense (Acquisition, Technology and Logistics) Memorandum of 24
May 2010. The memorandum can be found at DoD Policy on Fundamental Research
(osd.mil).
As defined therein, the definition of “contracted fundamental research,” in a
DoD contractual context, includes research performed under grants and contracts
that are (a) funded by RDT&E Budget Activity 1 (Basic Research), whether performed
by universities or industry or (b) funded by Budget Activity 2 (Applied Research) and
performed on campus at a university. The research shall not be considered
fundamental in those rare and exceptional circumstances where the applied research
effort presents a high likelihood of disclosing performance characteristics of military
systems or manufacturing technologies that are unique and critical to defense, and
where agreement on restrictions have been recorded in the contract or grant.
Pursuant to DoD policy, research performed under grants and contracts that
are (a) funded by Budget Activity 2 (Applied Research) and NOT performed on-campus
at a university or (b) funded by Budget Activity 3 (Advanced Technology Development)
or Budget Activity 4 (Advanced Component Development and Prototypes) does not
meet the definition of “contracted fundamental research.” In conformance with the
USD (AT&L) guidance and National Security Decision Directive found at
https://www.acq.osd.mil/dpap/dars/pgi/docs/National_Security_Decision_Directive_
189.pdf, NSWC Crane will place no restriction on the conduct or reporting of
unclassified “contracted fundamental research,” except as otherwise required by
statute, regulation, or executive order. For certain research projects, it may be
possible that although the research being performed by the prime contractor is
restricted research, a subcontractor may be conducting “contracted fundamental
research.” In those cases, it is the prime contractor’s responsibility in the proposal
to identify and describe the subcontracted unclassified research and include a
statement confirming that the work has been scoped, negotiated, and determined to be
fundamental research according to the prime contractor and research performer.
Normally, fundamental research is awarded under grants with universities and
under contracts with industry. Non-fundamental research is normally awarded under
contracts and may require restrictions during the conduct of the research and DoD
pre-publication review of such research results due to subject matter sensitivity.
Potential offerors should consult with the appropriate NSWC Crane Technical POCs to
determine whether the proposed effort would constitute fundamental or non-
fundamental research.
3. Funded Amount and Period of Performance. The funded amount and period
of performance of each proposal selected for award may vary depending on the
technology area and the technical approach to be pursued by the offeror selected.
4. Instrument Type(s). Awards may take the form of contracts, grants,
cooperative agreements, technology investment agreements, and other transaction
agreements, as appropriate. The following provides brief descriptions of potential
instrument types:
8

---

BAA #N0016424SNB35
a. Procurement Contract. A legal instrument, consistent with 31 U.S.C. §
6303, which reflects a relationship between the Federal Government and another
entity/contractor when the principal purpose of the instrument is to acquire property
or services for the direct benefit or use of the Federal Government.
b. Assistance Instruments.
i. Any assistance instrument awarded under this announcement
will be governed by the award terms and conditions that conform to DoD’s
implementation of Office of Management and Budget (OMB) circulars applicable to
financial assistance.
ii. Grant. A legal instrument, consistent with 31 U.S.C. § 6304, is used
to enter a relationship:
 The principal purpose of which is to transfer a thing of value to the
recipient to carry out a public purpose of support or stimulation
authorized by a law of the United States, rather than to acquire
property or services for the Federal Government’s direct benefit or
use.
 In which substantial involvement is not expected between the Federal
Government and the recipient when carrying out the activity
contemplated by the grant.
 Per 2 CFR § 1128.325, no fee or profit is allowed
iii. Cooperative Agreement. A legal instrument which, consistent with 31
U.S.C. § 6305, is used to enter the same kind of relationship as a grant, except:
 Substantial involvement is expected between the Federal Government
and the recipient when carrying out the activity contemplated by the
cooperative agreement. (For information on the substantial
involvement NSWC Crane expects to have in cooperative
agreements, prospective offerors should contact the Technical
Point of Contact identified in the technology area of interest.)
 Per 2 CFR § 1128.325, no fee or profit is allowed.
iv. Technology Investment Agreement (TIA). An assistance instrument as
described in 32 CFR Part 37. A TIA may be a cooperative agreement with provisions
tailored for involving commercial firms or an assistance transaction under 10 U.S.C.
§ 4021. An assistance transaction may be used when the use of a contract, grant, or
cooperative agreement is not feasible or appropriate for basic, applied, and advanced
research projects, but the research shall not be duplicative of research being
conducted under an existing DoD program. To the maximum extent practicable, TIAs
shall provide for a 50/50 cost share between the Government and the applicant. An
applicant’s cost share may take the form of cash, independent research, and
development (IR&D), foregone intellectual property rights, equipment, access to unique
facilities, or other means. Due to the extent of cost share, and the fact that a TIA does
not qualify as a “funding agreement” as defined at 37 CFR 401.2(a), the intellectual
9

---

BAA #N0016424SNB35
property provisions of a TIA can be negotiated to provide expanded protection to an
applicant’s intellectual property. No fee or profit is allowed on TIAs.
c. Other Transaction Agreement (OTA) for Research. A Research OTA is a
legal instrument, consistent with 10 U.S.C. § 4021, which may be used for
basic, applied, and advanced research projects. The effort covered under an
OTA shall not be duplicative of effort being conducted under an existing
DoD program. Please refer to the DoD “Other Transactions Guide” version
2.0 dated July 2023, for additional information.
d. Other Transaction Agreement (OTA) for Prototypes. A Prototype OTA is a
legal instrument, consistent with 10 U.S.C. § 4022, which may be used for
prototype projects directly relevant to enhancing the mission effectiveness of
military personnel and the supporting platforms, systems, components, or
materials proposed to be acquired or developed by the Department of
Defense, or for improvement of platforms, systems, components, or
materials in use by the armed forces. The effort covered under an OTA shall
not be duplicative of effort being conducted under an existing DoD program.
Please refer to the DoD “Other Transactions Guide” version 2.0 dated July
2023, for additional information.
C. Eligibility Information
1. Eligible Applicants
All responsible sources from academia, industry and the research community
may submit proposals under this BAA. Historically Black Colleges and Universities
(HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join
others in submitting proposals. However, no portion of this BAA will be set aside for
HBCUs/MIs, small businesses, or other socio-economic participation. All businesses,
both small and large, are encouraged to submit proposals and compete for funding
consideration.
Federally Funded Research & Development Centers (FFRDCs), including
Department of Energy National Laboratories, are not eligible to receive awards under
this BAA. However, teaming arrangements between FFRDCs and eligible principal
Offerors are allowed so long as such arrangements are permitted under the sponsoring
agreement between the Government and the specific FFRDC.
Navy laboratories, military universities, and warfare centers as well as other
Department of Defense and civilian agency laboratories are also not eligible to receive
awards under this BAA and should not directly submit either white papers or full
proposals in response to this BAA. If any such organization is interested in one or
more of the programs described herein, the organization should contact an
appropriate NSWC Crane Technical POC to discuss its area of interest.
University Affiliated Research Centers (UARCs) are eligible to submit proposals
under this BAA unless precluded from doing so by their Department of Defense UARC
contract.
10

---

BAA #N0016424SNB35
Teams are also encouraged and may submit proposals in any and all areas.
However, Offerors must be willing to cooperate and exchange software, data and other
information in an integrated program with other contractors, as well as with system
integrators, selected by NSWC Crane.
2. Cost Sharing or Matching – Cost sharing is not expected and will not be
used as a factor during the merit review of any proposal hereunder. However, the
Government may consider voluntary cost sharing if proposed.
D. Application and Submission Information
1. Address to Request (Access) Application Package – This BAA may be
accessed from the sites below. Amendments, if any, to this BAA will be posted to these
websites when they occur. Interested parties are encouraged to periodically check
these websites for updates and amendments.
a. SAM.gov (https://sam.gov/content/home)
2. Content and Format of Application Submission
a. General Information
All submissions will be protected from unauthorized disclosure in accordance
with FAR Subpart 15.207, applicable law, and DoD/DoN regulations. Offerors are
expected to appropriately mark each page of their submission that contains
proprietary information.
Titles given to the submissions should be descriptive of the work they cover and
not be merely a copy of the title of this announcement.
b. Security Classification
White Papers and Proposals submitted under this BAA are expected to be
unclassified; however, classified proposals are permitted. If a classified proposal is
submitted and selected for award, the resultant contract will be unclassified. An
‘unclassified’ Statement of Work (SOW) must accompany any classified proposal.
1. Classified proposals shall be submitted directly to the NSWC Crane
TPOC whose technology area best matches the offeror’s field of interest under Section
G(5).
OUTSIDE ENVELOPE - (no classification marking):
NSWC Crane
Attn: OPSEC – Document Control Unit
[ENTER ADDRESS]
The inner wrapper of the classified White Paper and/or Full Proposal
should be addressed to the attention of the cognizant Technical POC,
NSWC Crane Code XX and marked in the following manner:
11

---

BAA #N0016424SNB35
INNER ENVELOPE - (stamped with the overall classification of the
material)
Program Name:
NSWC Crane
Attn: Program Officer Name
c. Non-Proprietary Statement of Work
For all proposals, a non-proprietary version of the Statement of Work must also
be submitted. Do not put proprietary data or markings in or on the Statement of
Work. For proposals containing data that the offeror does not want disclosed to the
public for any purpose, or used by the Government except for evaluation purposes, the
contractor shall mark the title page with the following legend:
“This proposal includes data that shall not be disclosed outside the
Government and shall not be duplicated, used, or disclosed--in whole or in
part--for any purpose other than to evaluate the proposal. If, however, a
contract is awarded to this offeror as a result of--or in connection with-- the
submission of this data, the Government shall have the right to duplicate,
use, or disclose the data to the extent provided in the resulting contract.
This restriction does not limit the Government’s right to use information
contained in this data if it is obtained from another source without
restriction. The data subject to this restriction are contained in (insert
numbers or other identification of sheets).”
Each sheet of data that the offeror wishes to restrict must be marked with the
following legend:
“Use or disclosure of data contained on this sheet is subject to the
restriction on the title page of this proposal.”
d. White Paper Requirements. White Papers are frequently desired by
NSWC Crane Technical POCs.
i. White Paper Format
 Paper Size – 8.5 x 11-inch paper
 Margins – 1 inch
 Spacing – single-spaced
 Font – Times New Roman, 12 point
 Page limit – 1-5 pages excluding cover page.
ii. White Paper Submission.
When e-mail submission is required (per the instructions below), the white paper must
be at least Microsoft Word 2016 compatible, or PDF-compatible format attachment to
the email. There is an email size limit of 5MB per email.
12

---

BAA #N0016424SNB35
 For NSWC Crane Only: Electronic (email) submissions must be
sent to usn.crane.nswc-cd-crane-in.mbx.NSWC-Crane-T2-
BACA@us.navy.mil. The subject line of the email shall read:
“N0016424SNB35 White Paper Submission”. Do not send ZIP
files. Password protected files are discouraged.
iii. White Paper Content
 Cover Page:
o BAA Number: N0016424SNB35
o Company name, CAGE code, DUNS number, address, e-
mail address, and telephone number;
o A statement confirming agreement with all terms,
conditions, and provisions included in the BAA and
agreement to furnish any or all items upon which prices
are offered at the price set opposite each item;
o Names, titles, telephone numbers, and e-mail addresses
of persons authorized to negotiate on the Offeror’s behalf
with the Government in connection with this BAA ;
o DCAA and DCMA office POC, including branch location,
contact name, telephone number and e-mail address;
o Name, title, signature of person authorized to sign the
proposal. Proposals signed by an agent shall be
accompanied by evidence of that agent’s authority
unless that evidence has been previously furnished to
the issuing office. The Offeror’s signature on their
proposal indicates the company will meet all
requirements of the SOW/PWS, without exception; and
o Identify all enclosures being transmitted as part of the
Offeror’s proposal.
o If an Offeror believes no organizational conflict(s) of
interest exists, an affirmative statement that no such
conflict exists shall be included in the cover letter.
 Technical Concept: A description of the technology innovation
and technical risk areas.
 Future Military Relevance (where applicable) – A description of
potential Naval relevance and contributions of the effort to the
agency’s specific mission.
 Operational Military Concept (where applicable) – A description
of the project objectives, the concept of operation for the new
capabilities to be delivered, and the expected operational
performance improvements.
 Operational Utility Assessment Plan (where applicable) – A plan
for demonstrating and evaluating the operational effectiveness
of the Offeror’s proposed products or processes in field
experiments and/or tests in a simulated environment.
13

---

BAA #N0016424SNB35
 Rough Order of Magnitude (ROM) cost estimate.
e. Full Proposals: See Appendix 1 for Instructions for Grants,
Cooperative Agreements, and TIAs and Appendix 2 for instructions for Contracts and
Other Transaction Agreements.
3. Unique Entity Identifier and System for Award Management (SAM) –
All offerors submitting proposals or applications must:
a. Be registered in the SAM prior to submission;
b. Maintain an active SAM registration with current information at all
times during which it has an active Federal award or an application
under consideration by any agency; and
c. Provide its DUNS number in each application or proposal it submits
to the agency.
SAM may be accessed at https://www.sam.gov/SAM
4. Submission Dates and Times – See Section A.6 above, “Key Dates” for
information.
5. Intergovernmental Review: RESERVED
6. Funding Restrictions: RESERVED
7. Other Submission Requirements: See Appendix 1 for Instructions for
Grants, Cooperative Agreements and TIAs and Appendix 2 for instructions for
Contracts and Other Transaction Agreements.
E. Application Review Information
1. Criteria. Awards under this BAA will be made in accordance with FAR
35.016(e). The primary basis for selecting proposals for acceptance will be technical
merit, importance to agency programs, and fund availability. To the extent
appropriate, cost realism and reasonableness will also be considered when selecting
proposals. NSWC Crane reserves the right to request and require any additional
information and documentation after it makes the type of award instrument
determination. NSWC Crane reserves the right to remove Offerors from award
consideration when the parties fail to reach agreement on award terms, conditions,
and cost/price within a reasonable time, or when the Offeror fails to timely provide
requested or required additional information.
Offerors’ white papers and full proposals will be evaluated against the following
criteria:
1) Overall scientific and technical merits of the proposal and
responsiveness to the topic, i.e., the degree of innovation, soundness of technical
concept, Offeror's awareness of the state of the art and understanding of the scope of
14

---

BAA #N0016424SNB35
the problem, significance and originality of the technical approach and effort needed to
address/solve the problem and anticipated scientific impact within the field. The
following areas will also be considered: (A) the Offeror’s capabilities, related
experience, facilities, techniques, or unique combinations of these which are integral
factors for achieving the proposal objectives, and (B) the qualifications, capabilities
and experience of the proposed Principal Investigator (PI), team leader and key
personnel who are critical to achieving the proposal objectives.
2) Potential Military relevance and contribution to the NSWC
Crane and Department of Navy mission.
3) The availability of funds. (Not applicable to white papers.)
Criteria 1, 2, and 3 are equally important.
2. Review and Selection Process
a. Evaluation – Proposals will not be evaluated against each other since
they are not submitted in accordance with a common work statement.
NSWC Crane’s intent is to review all proposals received as soon as
possible after they arrive; however, proposals may be reviewed
periodically for administrative reasons.
The ultimate recommendation for award of proposals is made by NSWC Crane's
scientific/technical community. Recommended proposals will then be forwarded to the
cognizant NSWC Crane executing Contracts Division. Any notification received from
NSWC Crane that indicates that the Offeror's full proposal has been recommended
does not ultimately guarantee an award will be made. This notice indicates that the
proposal has been selected in accordance with the evaluation criteria stated above and
has been sent to the Contracting Department to conduct cost analysis, determine the
offeror's responsibility, to confirm whether funds are available, and to take other
relevant steps necessary prior to making an award.
b. Commitment to Small Business- (For Contract Award Only)
NSWC Crane is strongly committed to providing meaningful prime and
subcontracting opportunities for small businesses, small disadvantaged businesses
(SDBs), woman-owned small businesses (WOSBs), historically underutilized business
zone (HUB Zone) small businesses, veteran-owned small business (VOSBs), service
disabled veteran-owned small businesses (SDVOSBs), historically black colleges and
universities, and minority institutions, and other concerns subject to socioeconomic
considerations through its awards.
Businesses unfamiliar with doing business with the government and that
require assistance may contact the state-specific Department of Defense (DoD)
Procurement Technical Assistance Center (PTAC). DoD PTACs serve as a resource for
businesses pursuing and performing under contracts with DoD, other federal
agencies, state and local governments and with government prime contractors.
Assistance provided by the PTACs is usually free of charge. PTAC support includes
registration in systems such as SAM, identification of contract opportunities,
15

---

BAA #N0016424SNB35
understanding requirements and preparing and submitting proposals. The PTACs
have a presence in each state, Puerto Rico and Guam.
To locate a local PTAC visit:
http://www.dla.mil/HQ/SmallBusiness/PTAC.aspx or http://www.aptac-
us.org/new/.
i. Subcontracting Plan – For proposed contract awards exceeding
$700,000, large businesses and non-profits (including educational institutions) shall
provide a Subcontracting Plan (hereafter known as ‘the Plan’) that contains all
elements required by FAR 19.704, FAR 52.219-9 and as supplemented by DFARS
252.219-7003.
NOTE: Small businesses are exempt from this requirement to submit a subcontracting
plan.
The Plan must be submitted as an attachment. If a company has a Master or
Individual Subcontracting Plan, as described in FAR 19.701 or a Comprehensive
Subcontracting Plan, as described in DFARS 219.702, a copy of the Plan shall also be
submitted as an attachment to the proposal.
Plans will be reviewed for adequacy, ensuring that the required information,
goals, and assurances are included. FAR 19.702 requires an apparent successful
offeror to submit an acceptable Plan. If the apparent successful offeror fails to
negotiate a Plan acceptable to the contracting officer within the time limit prescribed
by the contracting officer, the offeror will be ineligible for award.
Offerors shall propose a plan that ensures small businesses (inclusive of
SDBs, WOSBs, HUBZone, VOSBs and SDVOSBs) will have the maximum practicable
opportunity to participate in contract performance consistent with efficient
performance.
As a baseline, Offerors shall, to the best extent possible, propose realistic
goals to ensure small business participation in accordance with the current or most
recent fiscal year subcontracting goals found on the DoD Office of Small Business
Program website at: https://business.defense.gov/. If proposed goals are below the
statutory requirements, then the offeror shall include in the Plan a viable written
explanation as to why small businesses are unable to be utilized and what attempts
were taken to ensure that small business were given the opportunity to participate in
the effort to the maximum extent practicable.
ii. Subcontracting Resources –
Subcontracting to a prime contractor can be a good way to participate in the
contracting process. The following is a list of potential resources that may assist in
locating potential subcontracting partners/opportunities/resources:
 Companies Participating in DoD Subcontracting Program Report
 DAU Small Business Community of Practice (SB COP)
 DefenseLink ≥ $7.0 M Award Notices
16

---

BAA #N0016424SNB35
 DoD OSBP Prime Contractors and Subcontractors with Subcontracting
Plans
 Dynamic Small Business Search
 Electronic Subcontracting Reporting System (eSRS)
 System Award Management (SAM)
 Navy SBIR/STTR Search – Website or Brochure
 DoD Procurement Technical Assistance Centers (PTAC)
 U.S. Small Business Administration (SBA) Subcontracting Opportunities
Directory
 U.S. SBA Subnet
In accordance with FAR 5.206, the following entities may transmit a notice to
the Government wide Point of Entry (GPE) at https://www.sam.gov to seek
competition for subcontracts, to increase participation by qualified small businesses,
VOSBs, SDVOSBs, HUBZones, SDBs, and WOSBs, and to meet established
subcontracting plan goal as follows:
(1) A contractor awarded a contract exceeding $250,000 that is likely to
result in the award of any subcontracts;
(2) A subcontractor or supplier, at any tier, under a contract exceeding
$250,000, which has a subcontracting opportunity exceeding $15,000.
The notices must describe:
(a) The business opportunity;
(b) Any prequalification requirements; and
(c) Where to obtain technical data needed to respond to the
requirement.
In addition, another example of a place in which prime contractors may post
solicitations or sources sought notices for small business is the U.S. SBA SUB-Net:
https://subnet.sba.gov/client/dsp_Landing.cfm. The SUB-Net database provides a
listing of subcontracting solicitations and opportunities posted by large prime
contractors and other non-federal organizations.
c. Options – The Government will evaluate options for award purposes
by adding the total cost for all options to the total cost for the basic requirement.
Evaluation of options will not obligate the Government to exercise the options during
contract or grant performance. The Government reserves the right to exercise options
at time of award.
d. Evaluation Panel – Technical and cost proposals submitted under
this BAA will be protected from unauthorized disclosure in accordance with FAR
3.104-4 and 15.207. The cognizant Program Officer and other Government scientific
experts will perform the evaluation of technical proposals. Restrictive notices
notwithstanding, one or more support contractors may be utilized as subject-matter-
expert technical consultants. However, proposal selection and award decisions are
solely the responsibility of Government personnel. Each support contractor’s employee
17

---

BAA #N0016424SNB35
having access to technical and cost proposals submitted in response to this BAA will
be required to sign NSWC Crane’s Non-Disclosure Agreement (NDA) for Contractor
Support prior to receipt of any proposal submissions. This NDA includes third-party
beneficiary language giving the submitter of proprietary information a right of direct
action against the contractor employee and/or his/her employer in the event that the
NDA is violated.
3. Recipient Qualifications
a. See Appendix 1 for Instructions for Grants, Cooperative Agreements
and TIAs and Appendix 2 for instructions for Contracts and Other Transaction
Agreements.
F. Federal Award Administration Information
1. Federal Award Notices
All applicants will receive a notification email advising if their proposal
has been selected or not selected for award.
Applicants whose proposals are recommended for award may be
contacted by a Contract Specialist or Purchasing Agent to discuss additional
information required for award. This may include representations and certifications,
revised budgets or budget explanations, certificate of current cost or pricing data,
subcontracting plan for small businesses, and/or other information as applicable to
the proposed award.
The notification e-mail must not be regarded as an authorization to
commit or expend funds. The Government is not obligated to provide any funding until
a Government Contracting Officer, Agreements Officer, or Grants Officer, as
applicable, signs the award document.
Only, the award document signed by the Contracting Officer, Agreements
Officer, or Grants Officer is the official go-ahead to commence the research project.
NSWC Crane award/modification documents are only available via the
Department of Defense (DoD) Electronic Document Access System (EDA) within the
Procurement Integrated Enterprise Environment (PIEE) (https://wawf.eb.mil/).
2. Administrative and National Policy Requirements
a. Applicable to All Awards
i. Export Control:
Offerors should be aware of recent changes in export control laws. Offerors
are responsible for ensuring compliance with all U.S. export control laws and
regulations, including the International Traffic in Arms Regulation (ITAR) (22 CFR
Parts 120 - 130) and Export Administration Regulation (EAR) (15 CFR Parts 730 –
774), as applicable. In some cases, developmental items funded by the Department of
18

---

BAA #N0016424SNB35
Defense are now included on the United States Munitions List (USML) (22 CFR Part
121) and are therefore subject to ITAR jurisdiction. In other cases, items that were
previously included on the USML have been moved to the EAR Commerce Control List
(CCL). Offerors should address in their proposals whether ITAR or EAR restrictions
apply to the work they are proposing to perform for NSWC Crane. The ITAR and EAR
are available online at http://www.ecfr.gov/cgi-bin/ECFR?page=browse.
Offerors must comply with all U.S. export control laws and regulations,
including the ITAR and EAR, in the performance of any award or agreement resulting
from this BAA. Offerors shall be responsible for obtaining any required licenses or
other approvals, or license exemptions or exceptions if applicable, for exports of
hardware, technical data, and software (including deemed exports), or for the provision
of technical assistance.
ii. Security Classification:
In order to facilitate intra-program collaboration and technology transfer,
the Government will attempt to enable technology developers to work at the
unclassified level to the maximum extent possible. If access to classified material will
be required at any point during performance, the Offeror must clearly identify such
need.
If it is determined that access to classified information will be required during
the performance of an award, a Department of Defense (DD) Form 254 will be attached
to the award, and FAR 52.204-2 – Security Requirements will be incorporated into the
contract.
NSWC Crane does not provide access to classified material under grants or
cooperative agreements.
iii. Department of Defense High Performance Computing Program: The DoD High
Performance Computing Program (HPCMP) furnishes the DoD S&T and RDT&E
communities with use-access to very powerful high performance computing systems.
Awardees of NSWC Crane contracts, grants, and other assistance instruments may be
eligible to use HPCMP assets in support of their funded activities if NSWC Crane TPOC
approval is obtained and if security/screening requirements are favorably completed.
Additional information and an application may be found at https://www.hpc.mil/.
iv. Project Review Meetings and Program Review Meetings: Individual Project Review
Meetings between the NSWC Crane sponsor and the performer may be held as
necessary. Project Review Meetings typically last approximately one day.
Typically, there are 2 in-person Project Review Meetings each year. Additional
Project Review Meetings are likely, but these will be accomplished by video
telephone conferences, telephone conferences, or web-based collaboration tools.
In addition to Project Review Meetings, Program Review Meetings may be held to
provide a forum for reviews of the latest results from individual project experiments
and any other incremental project progress towards major demonstrations. Program
Review Meetings are generally held once per year and last two to three days.
19

---

BAA #N0016424SNB35
For cost estimating purposes, offerors should assume 40% of the review
meetings will be at or near NSWC Crane, Crane, IN, and 60% will be held at other
government or non-government facilities within the continental United States.
The Government sometimes finds it advantageous to hold Program Review
Meetings at a performer’s facility. Offerors interested in hosting such meetings should
include an estimated cost and the following language in their proposals, which become
part of any award (note: if a contract is awarded, use of the facility will be included as
an option):
[Name of entity] offers the use of its facilities for an NSWC Crane Program
Review Meeting to discuss the status of programs related to the subject of this
proposal. Such meetings may include attendees representing multiple research
efforts. The meetings will discuss only “contracted fundamental research” as
provided in the Under Secretary of Defense (Acquisition, Technology and
Logistics) Memorandum of 24 May 2010, the results of which are open to the
public. No fee will be charged Program Review Meeting attendees. [Name of
entity] understands it will not be asked to host a Performance Review Meeting
more than once per year, if at all.
Offerors are not required to include the foregoing term in their proposals, and
whether they do or not will not affect their selection for award.
3. Reporting:
See Appendix 1 for reporting requirements for Grants, Cooperative Agreements and
TIAs.
See Appendix 2 for reporting requirements for Contracts and Other Transactions.
G. Federal Awarding Agency Contracts
1. Communications:
a. All UNCLASSIFIED communications shall be submitted via e-mail to
the Technical Point of Contract (POC) with a copy to the designated Business POC, as
designated below.
b. CLASSIFIED questions shall be handled through the NSWC Crane
TPOC. Specifically, any entity wanting to ask a CLASSIFIED question shall send an
UNCLASSIFIED email to the NSWC Crane TPOC with a copy to both the Technical
POC and the Business POC stating that the entity would like to ask a CLASSIFIED
question. DO NOT EMAIL ANY CLASSIFIED QUESTIONS. The Security POC will
contact the entity and arrange for the CLASSIFIED question to be asked through a
secure method of communication.
2. Questions of a Technical Nature should be submitted to the NSWC
Crane TPOC whose technology area best matches the offeror’s field of interest under
Section G(5). Questions of a Technical nature related to Naval Surface Warfare Center
20

---

BAA #N0016424SNB35
Crane topics: Contact RTA, Maria Duran at usn.crane.nswc-cd-crane-in.mbx.NSWC-
Crane-T2-BACA@us.navy.mil.
3. Questions of a Business nature, regarding Contract proposal
submissions, or suggestions for improvement, should be submitted to: PCO,
Danielle Peter, danielle.m.peter.civ@us.navy.mil.
4. Questions regarding Grants proposal submissions should be
submitted to: usn.crane.nswc-cd-crane-in.mbx.NSWC-Crane-T2-BACA@us.navy.mil.
5. Questions of a Security nature should be submitted to: Industrial
Security, Eugene “Scott” Burns, eugene.s.burns.civ@us.navy.mil.
H. Other Information – RESERVED
21

---

BAA #N0016424SNB35
APPENDIX 1 – REQUIREMENTS APPLICABLE TO GRANTS, TIAS, AND
COOPERATIVE AGREEMENTS
D. Application and Submission Information – Full Grant Proposals
2. Content and Format of Application Submission
(e) Full Proposals:
Prospective offerors must complete the mandatory forms in accordance with the
instructions provided on the forms and the additional instructions below. Files that
are attached to the forms must be in Adobe Portable Document Format (.PDF).
Full Proposal Format
• Spacing – single spaced
• Font – Times New Roman, not smaller than 12 point
• Discuss the limit on the number of pages for the Technical Proposal with the
cognizant Program Officer. There are no page limitations to the Budget.
NOTE: The electronic file name for all documents submitted under this BAA
must not exceed 68 characters in length, including the file v name extension.
Mandatory SF-424 Research and Related (R&R) Family Forms
The mandatory forms are found at https://www.grants.gov/web/grants/forms.html.
(1) SF-424 (R&R)
The SF-424 (R&R) form must be used as the cover page for all proposals. Complete all
required fields in accordance with the “pop-up” instructions on the form and the
following instructions for specific fields. Please complete the SF-424 first, as some
fields on the SF-424 are used to auto-populate fields on other forms. Guidance:
grants.gov/forms/forms-repository/r-r-family.
The completion of most fields is self-explanatory with the exception of the following
special instructions:
 Field 3 – Date Received by State: Leave Blank
 Field 4a - Federal Identifier: For new proposals, enter N0016424SNB35. If the
application is a renewal or expansion of an existing award, enter the NSWC
Crane award number.
 Field 4c - Previous Grants.gov Tracking ID: If this submission is for a
Changed/Corrected Application, enter the Grants.gov tracking number of the
previous proposal submission; otherwise, leave blank.
22

---

BAA #N0016424SNB35
 Field 5 – Application Information: Email address entered by the grantee on the
SF424 application to create the EDA notification profile. NSWC Crane
recommends that organizations provide a global business address.
 Field 7 - Type of Applicant. Complete as indicated: If the organization is a
Minority Institution, select “Other” and under “Other (Specify)” note that the
institution is a Minority Institution (MI).
 Field 9 - Name of Federal Agency: List the NSWC Crane as the reviewing agency.
This field is pre-populated in Grants.gov.
 Field 11 – Descriptive Title of Applicant’s Project: Include the NSWC Crane
White Paper Tracking Number provided to the applicant by NSWC Crane.
 Field 14 – Project Director/Principal Investigator: Email address entered by the
grantee on the SF424 application to create the EDA notification profile.
 Field 16 - Is Application Subject to Review by State Executive Order 12372
Process? Choose “No”. Check “Program is Not Covered by Executive Order
12372.”
 Field 17 – Certification: All awards require some form of certifications of
compliance with national policy requirements. By checking the “I agree” box in
field 17 and attaching the representation to Field 18 of the SF424 (R&R) as
part of the electronic proposal submitted via Grants.gov, the Grant Applicant is
providing the certification on lobbying required by 32 CFR Part 28 and
representation regarding an unpaid delinquent tax liability or a felony
conviction under any federal law – DoD appropriations.
 Field 19 – Authorized Representative: Email address entered by the grantee on
the SF424 application to create the EDA notification profile.
(2) PROJECT/ABSTRACT
The project summary/abstract must identify the research problem and objectives,
technical approaches, anticipated outcome of the research, if successful, and impact
on DoD capabilities. Use only characters available on a standard QWERTY keyboard.
Spell out all Greek letters, other non-English letters, and symbols. Graphics are not
allowed and there is a 4,000-character limit including spaces. Do not include
proprietary or confidential information. The project summary/ abstract must be
marked by the applicant as “Approved for Public Release”. Abstracts of all funded
research projects will be posted on the public DTIC website:
https://dodgrantawards.dtic.mil/grants
(3) RESEARCH AND RELATED OTHER PROJECT INFORMATION
 Fields 1 and 1a - Human Subject Use: Each proposal must address human
subject involvement in the research by completing Fields 1 and 1a of the R&R Other
Project Information form. For proposals containing activities that include or may
23

---

BAA #N0016424SNB35
include “research involving human subjects” as defined in Title 32 of the Code of
Federal Regulations (CFR), prior to award, the Applicant must submit the required
documentation under “Use of Human Subjects in Research” (Section F).
 Fields 2 and 2a – Vertebrae Animal Use: Each proposal must address animal
use protocols by addressing Fields 2 and 2a of the R&R Other Project Information
form. If animals are to be utilized in the research effort proposed, the Applicant must
submit the documents described under “Use of Animals” (Section F).
 Fields 4a through 4d - Environmental Compliance: Address these fields and
briefly indicate whether the intended research will result in environmental impacts
outside the laboratory, and how the applicant will ensure compliance with
environmental statutes and regulations.
Federal agencies making grant or cooperative agreement awards and recipients of
such awards must comply with various environmental requirements. The National
Environmental Policy Act of 1969 (NEPA), 42 U.S.C. § 4321et seq., requires that
agencies consider the environmental impact of “major Federal actions” prior to any
final agency decision. With respect to those awards which constitute “major Federal
actions,” as defined in 40 CFR 1508.18, federal agencies may be required to comply
with NEPA and prepare an environmental impact statement (EIS), even if the agency
does no more than provide grant funds to the recipient. Questions regarding NEPA
compliance should be referred to the technical point of contact. Most research efforts
funded by NSWC Crane will, however, qualify for a categorical exclusion from the need
to prepare an EIS. Navy instructions/regulations provide for a categorical exclusion for
basic and applied scientific research usually confined to the laboratory, if the research
complies with all other applicable safety, environmental and natural resource
conservation laws.
 Field 7 – Project Summary/Abstract: Leave Field 7 blank; complete Form
SF424, Project Abstract. If an error message occurs when leaving Block 7 blank,
upload the Project Abstract.
 Field 8 – Project Narrative: Describe clearly the research, including the objective
and approach to be performed, keeping in mind the evaluation criteria. Attach the
entire proposal narrative to R&R Other Project Information form in Field 8. To attach a
Project Narrative in Field 8 click on “Add Attachment” and attach the technical
proposal as a single PDF file. (Save the file as “Technical Proposal,” as typing in the
box is prohibited). The technical proposal must describe the research in sections as
described below:
 Cover Page: This must include the words “Technical Proposal” and the
following:
(a) BAA Number: N0016424SNB35;
(b) Title of Proposal;
(c) Identity of prime Offeror and complete list of subawards, if applicable;
24

---

BAA #N0016424SNB35
(d) Technical contact (name, address, phone/fax, electronic mail address)
(e) Administrative/business contact (name, address, phone/fax, electronic mail
address) and;
(f) Proposed period of performance (identify both the base period and any
options, if included).
 Table of Contents: An alphabetical/numerical listing of the sections within the
proposal, including corresponding page numbers.
 Technical Approach. Describe the scientific or technical concepts that will be
investigated, providing the complete research plan. Describe what is innovative about
the proposed approach. Provide the proposed approach compared to alternate
approaches other researchers in this field have taken. Given the successful
completion, describe the results, new knowledge, or insights.
 Future Naval Relevance (where applicable): A description of potential Naval
relevance and contributions of the effort to the agency’s specific mission.
 Project Schedule and Milestones: A summary of the schedule of events and
milestones:
 Reports: The following are sample reports that are typically required under a
research effort:
o Technical and Financial Progress Reports
o Final Report
Grants do not include the delivery of software, prototypes, and other hardware
deliverables.
 Management Approach. Describe the overall management approach and provide
rationale for participation of key team members. Describe the planned
relationships with any subawardees or collaborators. This is a single PI award;
if there are subawardees or collaborators, explain how the proposed team fits
the single PI structure. If appropriate, briefly describe anticipated schedule.
 Current and Pending Project and Proposal Submissions: Offerors are required
to provide information on all current and pending support for ongoing projects
and proposals, including subsequent funding in the case of continuing
contracts, grants, and other assistance agreements. Offerors shall provide the
following information of any related or complementary proposal submissions
from whatever sources (e.g., NSWC Crane, Federal, State, local or foreign
government agencies, public or private foundations, industrial or other
commercial organizations). Concurrent submission of a proposal to other
organizations will not prejudice its review by NSWC Crane.
25

---

BAA #N0016424SNB35
 Title of Proposal and Summary;
 Source and amount of funding (annual direct costs; provide contract
and/or grant numbers for current contracts/grants);
 Percentage effort devoted to each project;
 Identity of prime Offeror and complete list of subawards, if applicable;
 Technical contact (name, address, phone/fax, electronic mail address)
 Administrative/business contact (name, address, phone/fax,
electronic mail address);
 Period of performance (differentiate basic effort);
 The proposed project and all other projects or activities requiring a
portion of time of the Principal Investigator and other senior
personnel must be included, even if they receive no salary support
from the project(s);
 The total award amount for the entire award period covered (including
indirect costs) must be shown as well as the number of person-
months or labor hours per year to be devoted to the project,
regardless of source of support; and
 State how projects are related to the proposed effort and indicate
degree of overlap.
 Principal Investigator Qualifications: A discussion of the qualifications of the
proposed Principal Investigator and any other key personnel. Include resumes or
curricula vitae for the Principal Investigator, other key personnel and consultants. The
resumes/curricula vitae shall be attached to the proposal.
 Responsibility: Offerors must provide the following information to NSWC Crane
in order to assist in NSWC Crane's evaluation of the offeror's responsibility:
 Describe how you have adequate resources or the ability to obtain such
resources as required to complete the activities proposed.
 Describe how you have the ability to comply with the grant conditions,
taking into account all existing and currently prospective commitments
of the applicant, nongovernmental and governmental.
 Describe your performance history; specifically, your record in managing
Federal awards and the extent to which any previously awarded amounts
will be expended prior to future awards.
 Describe your record of integrity and business ethics.
 Describe qualifications and eligibility to receive an award under
applicable laws and regulations.
 Describe your organization, experience, accounting, and operational
controls and technical skills, or the ability to obtain them (including as
appropriate such elements as property control systems, quality
assurance measures, and safety programs applicable to the efforts to be
performed).
26

---

BAA #N0016424SNB35
 Facilities & Equipment. Describe facilities available for performing the proposed
research and any additional facilities or equipment the organization proposes to
acquire at its own expense. Indicate government-owned facilities or equipment
already possessed that will be used. Justify the need for each equipment item.
(Additional facilities and equipment will not be provided unless the research
cannot be completed by any other practical means.)
(4) RESEARCH & RELATED BUDGET
The offeror must use the Grants.gov forms (including the Standard Form (SF)
Research and Related (R&R) Budget Form) from the application package template
associated with the BAA on the Grants.gov web site located at
http://www.grants.gov/. If options are proposed, the cost proposal must provide the
pricing information for the option periods; failure to include the proposed costs for the
option periods will result in the options not being included in the award.
A separate Adobe .pdf document should be included in the application that provides
appropriate justification and/or supporting documentation for each element of cost
proposed. This document shall be attached under Section K. “Budget Justification” of
the Research and Related Budget form. Click “Add Attachment” to attach.
(a) Part 1: The itemized budget should include the following. All costs should be
rounded to the nearest dollar.
 Direct Labor – Individual labor categories or persons, with associated
labor hours and unburdened direct labor rates. Provide escalation rates
for out years.
 Administrative and Clerical Labor – Salaries of administrative and
clerical staff are normally indirect costs (and included in an indirect cost
rate). Direct charging of these costs may be appropriate when a major
project requires an extensive amount of administrative or clerical support
significantly greater than normal and routine levels of support. Budgets
proposing direct charging of administrative or clerical salaries must be
supported with a budget justification which adequately describes the
major project and the administrative and/or clerical work to be
performed.
 Fringe Benefits and Indirect Costs (Facilities and Administration (F&A),
Overhead, G&A, etc.) – The proposal should show the rates and
calculation of the costs for each rate category. If the rates have been
approved/negotiated by a Government agency, provide a copy of the
memorandum/agreement. If the rates have not been
approved/negotiated, provide sufficient detail to enable a determination
of allowability, allocability and reasonableness of the allocation bases,
and how the rates are calculated. Additional information may be
requested, if needed. If composite rates are used, provide the calculations
used in deriving the composite rates.
27

---

BAA #N0016424SNB35
 Travel – The proposed travel cost must include the following for each trip:
the purpose of the trip, origin and destination if known, approximate
duration, the number of travelers, and the estimated cost per trip must
be justified based on the organizations historical average cost per trip or
other reasonable basis for estimation. Such estimates and the resultant
costs claimed must conform to the applicable Federal cost principles.
Offerors may include travel costs for the Principal Investigator to attend
the peer reviews described in Section II of this BAA.
 Subawards/Subcontracts – Provide a description of the work to be
performed by the subrecipient/subcontractor. For each subaward, a
detailed cost proposal is required to be submitted by the subrecipient(s).
A proposal and any supporting documentation must be received and
reviewed before the Government can complete its cost analysis of the
proposal and enter negotiations. NSWC Crane's preferred method of
receiving subcontract information is for this information to be included
with the Prime's proposal. However, a subcontractor's cost proposal can
be provided in a sealed envelope with the recipient's cost proposal or via
e-mail directly to the Program Officer at the same time the prime
proposal is submitted. The e-mail should identify the proposal title, the
prime Offeror and that the attached proposal is a subcontract.
 Consultants – Provide a breakdown of the consultant’s hours, the hourly
rate proposed, any other proposed consultant costs, a copy of the signed
Consulting Agreement or other documentation supporting the proposed
consultant rate/cost, and a copy of the consultant’s proposed statement
of work if it is not already separately identified in the prime contractor’s
proposal.
 Materials & Supplies – Provide an itemized list of all proposed materials
and supplies including quantities, unit prices, and the basis for the
estimate (e.g., quotes, prior purchases, catalog price lists).
 Recipient Acquired Equipment or Facilities – Equipment and/or facilities
are normally furnished by the Recipient. If acquisition of equipment
and/or facilities is proposed, a justification for the purchase of the items
must be provided. Provide an itemized list of all equipment and/or
facilities costs and the basis for the estimate (e.g., quotes, prior
purchases, catalog price lists). Allowable items normally are limited to
research equipment not already available for the project. General
purpose equipment (i.e., equipment not used exclusively for research,
scientific or other technical activities, such as personal computers,
laptops, office equipment) should not be requested unless they will be
used primarily or exclusively for the project. For computer/laptop
purchases and other general-purpose equipment, if proposed, include a
statement indicating how each item of equipment will be integrated into
the program or used as an integral part of the research effort.
 Other Direct Costs – Provide an itemized list of all other proposed other
28

---

BAA #N0016424SNB35
direct costs such as Graduate Assistant tuition, laboratory fees, report
and publication costs, and the basis for the estimate (e.g., quotes, prior
purchases, catalog price lists).
NOTE: If the grant proposal requests funds for a conference, workshop or symposium:
1. NSWC Crane will not sponsor an NSWC Crane, Navy, or DoD event. Provide a list of
other sponsors and the requested amounts to be funded by all sponsors.
2. The funds provided by NSWC Crane may be used to pay for food or beverages as a
direct cost only in exceptional circumstances. The funds shall not be used for food or
beverages unless
a. The grant proposal contains a request for such funding that is fully supported
factually in accordance with the cost principles of the relevant OMB Circular, and
b. The Grants Officer determines that the funding is a reasonable, allocable,
allowable expense under the relevant cost principles.
3. Specify in your proposal how the event and related outcomes will directly and
programmatically relate to the US Military identify specific focus areas that will be
addressed. The proposal must provide the technical and scientific objectives of the
program or event and clearly state the desired outcomes (e.g. conference proceedings,
journal articles, algorithms, tools, additional research, etc.).
 Fee/Profit – Fee/profit is unallowable under assistance agreements at either the
prime or subaward level but may be permitted on contracts issued by the prime
awardee.
(5) RESEARCH AND RELATED SENIOR/KEY PERSON PROFILE (EXPANDED)
To evaluate compliance with Title IX of the Education Amendments of 1972 (20
U.S.C.§ 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. In addition, the National
Defense Authorization Act (NDAA) for FY 2019, Section 1286, directs the Secretary of
Defense to protect intellectual property, controlled information, key personnel, and
information about critical technologies relevant to national security and 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.
The R&R Senior/Key Person Profile (Expanded) form will be used to collect the
following information for all senior/key personnel, including Project Director/Principal
Investigator and Co-Project Director/Co-Principal Investigator, whether or not the
individuals' efforts under the project are to be funded by the DoD:
 Degree Type and Degree Year fields as the source for career information.
 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.
29

---

BAA #N0016424SNB35
 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.
Additional senior/key persons can be added by selecting the “Next Person” button.
Note that, although applications without these fields completed may pass Grants.gov
edit checks, if NSWC Crane receives an application without the required information,
NSWC Crane may determine that the application is incomplete and may cause it to be
returned without further review. DoD reserves the right to request further details from
the applicant before making a final determination on funding the effort. If the bio-
sketch field requires an attachment, upload the resumes.
(6) RESEARCH AND RELATED PERSONAL DATA
This form will be used by NSWC Crane as the source of demographic information,
such as gender, race, ethnicity, and disability information for the Project
Director/Principal Investigator and all other persons identified as Co-Project
Director(s)/Co-Principal Investigator(s). Each application must include this form with
the name fields of the Project Director/Principal Investigator and any Co-Project
Director(s)/Co-Principal Investigator(s) completed; however, provision of the
demographic information in the form is voluntary. If completing the form for multiple
individuals, each Co-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. The demographic information may be accessible to the
reviewer but will not be considered in the evaluation. Applicants who do not wish to
provide some or all the information should check or select the “Do not wish to provide”
option.7. Other Submission Requirements.
Grants.gov Application Submission and Receipt Procedures
This section provides the application submission and receipt instructions for Naval
Surface Warfare Center (NSWC) Crane program applications. Please read the following
instructions carefully and completely.
1. Electronic Delivery
NSWC Crane is participating in the Grants.gov initiative to provide the grant
community with a single site to find and apply for grant funding opportunities. NSWC
Crane encourages applicants to submit their applications online through Grants.gov.
2. How to Register for Grants.gov
a. Instructions: Read the instructions below about registering to apply for NSWC
Crane funds.
30

---

BAA #N0016424SNB35
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 must register with the System for Award
Management (SAM). All organizations must register with SAM to apply online.
Failure to register with SAM will prevent your organization from applying
through Grants.gov.
For more detailed instructions for registering with SAM, refer to:
https://www.grants.gov/web/grants/applicants/organization-
registration/step-2-register-with-sam.htm
Note: On February 2, 2019, the System for Award Management (SAM)
implemented a new process that allows financial registrants to submit
common federal government-wide representations and certifications.
Entities creating new registrations and existing entities completing their
annual registration renewals will be required to review financial assistance
representations and certification before their registration can be
activated.
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.
31

---

BAA #N0016424SNB35
For more detailed instructions about creating a profile on Grants.gov, refer to:
https://www.grants.gov/web/grants/applicants/registration.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.
For more detailed instructions about creating a profile on Grants.gov, refer to:
https://www.grants.gov/web/grants/applicants/registration/authorize-
roles.html
5) Track Role Status: To track your role request, refer to:
https://www.grants.gov/web/grants/applicants/registration/track-role-
status.html
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 to the NSWC Crane via Grants.gov
White Papers must not be submitted through the Grants.gov application process.
White paper submissions must be emailed to usn.crane.nswc-cd-crane-in.mbx.NSWC-
Crane-T2-BACA@us.navy.mil. All attachments to grant applications submitted
through Grants.Gov must be in Adobe Portable Document Format. Proposals with
attachments submitted in word processing, spreadsheet, or any format other than
Adobe Portable Document Format will not be considered for award.
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 funding opportunity
announcement (FOA), 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
1) Create a Workspace: Creating a workspace allows you to complete it online
and route it through your organization for review before submitting.
2) Complete a Workspace: Add participants to the workspace, complete all the
required forms, and check for errors before submission.
32

---

BAA #N0016424SNB35
a. Adobe Reader: If you decide not to apply by filling out web forms 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
b. 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.
c. Complete SF-424 Fields First: The forms are designed to fill in
common required fields across other forms, such as the applicant’s
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.
3) Submit a 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.
4) Track a 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/applicants/applicant-training
Applicant Support: Grants.gov provides applicants 24/7 support via the toll-free
number 1-800-518-4726 and email at support@grants.gov. (Foreign applicants should
contact 1-606-545-5035.) 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 NSWC Crane with tracking your issue and understanding
background information on the issue.
4. Timely Receipt Requirements and Proof of Timely Submission
a. Online Submission. The applicant AOR will receive an acknowledgement of receipt
33

---

BAA #N0016424SNB35
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 NSWC Crane successfully retrieves the application from Grants.gov, and
acknowledges the download of submissions, Grants.gov will provide an electronic
acknowledgment of receipt of the application to the email address of the applicant with
the AOR role.
Applicants using slow internet 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.
E. Application Review Information
3. Recipients Qualifications
a. Recipients Qualifications: The Grants Officer is responsible for
determining a recipient’s qualification prior to award. In general, a Grants Officer will
award grant, cooperative agreements, or TIAs only to qualified recipients that meet the
standards at 32 CFR 22.415. To be qualified, a potential recipient must:
(1) Have the management capability and adequate financial and
technical resources, given those that would be made available
through the grant or cooperative agreement, to execute the
program of activities envisioned under the grant or cooperative
agreement;
(2) Have a satisfactory record of executing such programs or
activities (if a prior recipient of an award);
(3) Have a satisfactory record of integrity and business ethics; and
(4) Be otherwise qualified and eligible to receive a grant or
cooperative agreement under applicable laws and regulations.
Applicants are requested to provide information with proposal submissions to assist
the Grants Officer’s evaluation of recipient qualification.
b. FAPIIS: In accordance with Office of Management and Budget (OMB)
guidance in parts 180 and 200 of Title 2, CFR, it is DoD policy that DoD Components
must report and use integrity and performance information in the Federal Awardee
Performance and Integrity Information System (FAPIIS), or any successor system
designated by OMB, concerning grants, cooperative agreements, and TIA’s as follows:
34

---

BAA #N0016424SNB35
If the total Federal share will be greater than the simplified acquisition threshold on
and Federal award under a notice of funding opportunity (see 2 CFR 200.88 Simplified
Acquisition Threshold):
(1) The Federal awarding agency, prior to making a Federal award with a
total amount of Federal share greater than the simplified acquisition threshold, will
review and consider any information about the applicant that is in the designated
integrity and performance system accessible through SAM (currently FAPIIS) (see 41
U.S.C. § 2313);
(2) An applicant, at its option, may review information in the designated
integrity and performance systems accessible through SAM and comment on any
information about itself that a Federal awarding agency previously entered and is
currently in the designated integrity and performance system accessible through SAM;
(3) The Federal awarding agency will consider any comments by the
applicant, in addition to the other information in the designated integrity and
performance system, in making a judgment about the applicant’s integrity, business
ethics, and record of performance under Federal awards when completing the review
of risk posed by applicants as described in 2 CFR 200.205 Federal awarding agency
review of merit proposals.
F. Federal Award Administration Information
2. Administrative and National Policy Requirements
i. Federal Funding Accountability and Transparency Act of 2006:
The Federal Funding Accountability and Transparency Act of 2006 (Public Law 109-
282), as amended by Section 6202 of Public Law 110-252 and expanded by the Digital
Accountability and Transparency Act of 2014 (Public Law 113-101), requires that all
agencies establish requirements for recipients reporting information on subawards
and executive total compensation as codified in 2 CFR Part 170. Any company, non-
profit agency or university that applies for financial assistance (either grants,
cooperative agreements or TIAs) as either a prime or subrecipient under this BAA
must provide information in its proposal that describes the necessary processes and
systems in place to comply with the reporting requirements identified in 2 CFR Part
170 Appendix A. Entities are required to meet reporting requirements unless an
exception or exemption applies. Please refer to 2 CFR Part 170, including Appendix A,
for a detailed explanation of the requirements, exceptions, and exemptions.
ii. Certification regarding Restrictions on Lobbying:
Grants, cooperative agreement awards, and TIA awards greater than $100,000 require
a certification of compliance with a national policy mandate concerning lobbying.
Grant applicants shall provide this certification by electronic submission of SF424
(R&R) as a part of the electronic proposal submitted via https://www.grants.gov/
(complete Block 17). The following certification applies likewise to each cooperative
agreement and TIA seeking federal assistance funds exceeding $100,000:
35

---

BAA #N0016424SNB35
(1) No Federal appropriated funds have been paid or will be paid by or on behalf of the
applicant, to any person for influencing or attempting to influence an officer or
employee of an agency, a Member of Congress, an officer or employee of Congress,
or an employee of a Member of Congress in connection with the awarding of any
Federal contract, the making of any Federal grant, the making of any Federal loan,
the entering into of any cooperative agreement, and the extension, continuation,
renewal, amendment, or modification of any Federal contract, grant, loan, or
cooperative agreement.
(2) If any funds other than Federal appropriated funds have been paid or will be paid
to any person for influencing or attempting to influence an officer or employee of
any agency, a Member of Congress, an officer or employee of Congress, or an
employee of a Member of Congress in connection with the Federal contract, grant,
loan, or cooperative agreement, the applicant shall complete and submit Standard
Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its
instructions.
(3) The applicant shall require that the language of this certification be included in the
award documents for all subawards at all tiers (including subcontracts, subgrants,
and contracts under grants, loans, and cooperative agreements) and that all
subrecipients shall certify and disclose accordingly.
This certification is a material representation of fact upon which reliance was placed
when this transaction was made or entered into. Submission of this certification is a
prerequisite for making or entering this transaction imposed by 31 U.S.C. § 1352. Any
person who fails to file the required certification shall be subject to a civil penalty of
not less than $10,000 and not more than $100,000 for each such failure.
iii. Representation Regarding an Unpaid Delinquent Tax Liability or a Felony
Conviction under any Federal Law - DOD Appropriations:
If you have not completed the federal financial assistance General Certs and
Reps in SAM, grant applicants are required to complete the "Representation on
Tax Delinquency and Felony Conviction" found at
https://sam.gov/content/home. By checking the "I agree" box in block 17 and
attaching the representation to block 18 of the SF424 (R&R) as part of the
electronic proposal submitted via Grants.gov. The representation reads as follows:
(1) The applicant represents that 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 timely manner pursuant to an agreement with the authority responsible for
collecting the tax liability.
(2) The applicant represents that it is not a corporation that was convicted of a felony
criminal violation under any Federal law within the preceding 24 months.
NOTE: If an applicant responds in the affirmative to either of the above
representations, the applicant is ineligible to receive an award unless the agency
suspension and debarment official (SDO) has considered suspension or debarment
36

---

BAA #N0016424SNB35
and determined that further action is not required to protect the Government's
interests. The applicant therefore should provide information about its tax liability or
conviction to the agency's SDO as soon as it can do so, to facilitate completion of the
required consideration before award decisions are made.
iv. Representation Regarding the Prohibition on Using Funds with Entities
that Require Certain Internal Confidentiality Agreements
Agreement with the representation below will be affirmed by checking the "I agree" box
in block 17 of the SF424 (R&R) as part of the electronic proposal submitted via
Grants.gov. The representation reads as follows:
By submission of its proposal or application, the applicant represents that it does not
require any of its employees, contractors, or subrecipients seeking to report fraud,
waste, or abuse to sign or comply with internal confidentiality agreements or
statements prohibiting or otherwise restricting those employees, contractors,
subrecipients from lawfully reporting that waste, fraud, or abuse to a designated
investigative or law enforcement representative of a Federal department or agency
authorized to receive such information.
Note that, as applicable, the following prohibitions form the basis for this
representation:
a. Any prohibitions with regards to Government Appropriations to include
active Continuing Appropriations Acts.
b. Any successor provision of law on making funds available through
grants and cooperative agreements to entities with certain internal
confidentiality agreements or statements.
v. Code of Conduct:
Applicants for assistance are required to comply with 2 CFR 200.318(c), General
Procurement Standards, to prevent real or apparent conflicts of interest in the award
and administration of any contracts supported by federal funds. This provision will be
incorporated into all assistance instruments awarded under this BAA.
vi. Peer Review
In the case of proposals funded as basic research, NSWC Crane may utilize peer
reviewers from academia, industry, and Government agencies to assist in the periodic
appraisal of performance under the awards. Such periodic peer reviews monitor the
quality of funded basic research efforts. The reviews are used in part to determine
which basic research projects will receive continued NSWC Crane funding. Peer
reviewers who are not U.S. Government employees must sign nondisclosure
agreements before receiving full or partial copies of proposals and reports submitted
by the basic research performers. Offerors may include travel costs for the Principal
Investigator (PI) to attend the peer review. Peer reviews may consider information
derived from individual project or program review meetings (see BAA Section F.2.a.viii
for further guidance).
37

---

BAA #N0016424SNB35
3. Reporting
i. If the Federal share of any Federal award may include more than
$500,000 over the period of performance, the post award reporting requirements,
Award Term and Condition for Recipient Integrity and Performance Matters (2 CFR
Part 200 Appendix XII), is applicable as follows:
1. Reporting of Matters Related to Recipient Integrity and Performance
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 41 U.S.C. § 2313. 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:
(i) A criminal proceeding that resulted in a conviction, as defined in
paragraph 5 below (Section 3. Reporting) of this award term and condition;
(ii) 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;
(iii) 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
(iv) 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 above (Section 3. Reporting);
38

---

BAA #N0016424SNB35
(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—
(i) Only the Federal share of the funding under any Federal award with a
recipient cost share or match; and
(ii) The value of all expected funding increments under a Federal award
and options, even if not yet exercised.
39

---

BAA #N0016424SNB35
APPENDIX 2 - REQUIREMENTS APPLICABLE TO CONTRACTS AND OTHER
TRANSACTION AGREEMENTS
D. Application and Submission Information
2. Content and Format of Application Submission
(e) Full Proposals:
Proposal Package:
The following documents with attachments comprise a complete proposal package:
(1) Cover page (pdf format)
(2) DCAA Pre-award Survey of Prospective Contractor Accounting System
Checklist to be submitted by contractors without an approved accounting
system.
(3) Statement of Work (SOW) (word format)
(4) NSWC Crane Contract Specific Representations and Certifications (pdf
format)
NOTE: The electronic file name for all documents submitted under this BAA
must not exceed 68 characters in length, including the file name extension.
The format requirements for attachments are as follows:
• Paper Size – 8.5 x 11-inch paper
• Margins – 1 inch
• Spacing – single or double spaced
• Font – Times New Roman, 12 point
Offerors responding to this BAA must submit a separate list of all technical data or
computer software that will be furnished to the Government with other than unlimited
rights. The Government will assume unlimited rights if offerors fail to identify any
intellectual property restrictions in their proposals. Include all proprietary claims to
results, prototypes, and/or deliverables. If no restrictions are intended, then the
offeror should state “NONE.”
For proposals below the simplified acquisition threshold (less than or equal to $250K),
Purchase orders can also contain options, as long as the total amount of the base and
all options does not exceed $250K.
For proposed subcontracts or inter-organizational transfers over $250K, Offerors must
provide a separate fully completed Cost Proposal Spreadsheet in support of the
proposed costs. This spreadsheet, along with supporting documentation, must be
provided with the prime’s proposal or via e-mail to the email address where the prime
proposal was submitted. The e-mail should identify the proposal title, the prime
Offeror and that the attached proposal is a subcontract and should include a
description of the effort to be performed by the subcontractor.
40

---

BAA #N0016424SNB35
The electronic copy must be submitted in a secure, pdf-compatible format, except for
the electronic file of the Cost Proposal Spreadsheet which must be submitted in a
Microsoft Excel compatible format and the Statement of Work which must be
submitted in Microsoft Word format. All attachments to any required proposal
documents must be submitted in a secure, pdf-compatible format.
The secure pdf-compatible format is intended to prevent unauthorized editing of the
proposal prior to any award. A password should not be required for opening the
proposal document. Should an Offeror amend its proposal, the amended proposal
should be submitted following the same guidance applicable to the original proposal.
Any proposed options that are identified in the Technical Proposal but are not fully
priced out in the Cost Proposal Spreadsheet, will not be included in any resulting
contract or other transaction agreement. If proposing options, they must be separately
priced and separate spreadsheets should be provided for the base period and each
option. In addition to providing summary by period of performance (base and any
options), the Contractor is also responsible for providing a breakdown of cost for each
task identified in the Statement of Work. The sum of all costs by task worksheets
MUST equal the total cost summary.
The electronic submission of the Excel spreadsheet should be in a “useable condition”
to aid the Government with its evaluation. The term “useable condition” indicates that
the spreadsheet should visibly include and separately identify within each appropriate
cell any and all inputs, formulas, calculations, etc. The Offeror should not provide
“value only spreadsheets” similar to a hard copy.
Fixed Fees on NSWC Crane Contracts: The Government Objective is set in accordance
with the DFARS 215.404-71. See the below table for range and normal values:
Contractor Risk Contract Assigned Value
Normal Value
Factor Type (Normal range)
Technical (1) 3% - 7% (2) 5%
Management/Cost
3% - 7% (2) 5%
Control (1)
Firm Fixed
Contract Type Risk 2% - 6% (3) 3% - 5% (4)
Price
Cost Plus Fixed
Contract Type Risk 0% - 1% (2) 0.5%
Fee
(1) Assign a weight (percentage) to each element according to its input to the total
performance risk. The total of the two weights equal 100%
(2) Assign a weighting score relative to the Risk Factor.
(3) Depends on the specific Contract Type (With/without financing, performance-
based payments, and/or progress payments).
(4) Depends on the specific Contract Type.
(5). Any consideration of Technology Incemtive (TI) requires strong and convincing
justification in the proposal, which are then subject to negotiation and determination
of a fair and reasonable fee, within the context of the specific award.
41

---

BAA #N0016424SNB35
Typically, the range of fee is 7% to 11% on an NSWC Crane awarded contract (DFARS
215.404-71-2(c)).
7. Other Submission Requirements
a. Submission of Full Proposals for Contracts and Other Transaction
Agreements
i. For NSWC, contact the Program Officer for electronic submission
information for full proposals.
E. Application Review Information
3. Recipient Qualifications
b. Contract Proposals:
ii. Contracts shall be awarded to responsible prospective contractors only.
See FAR 9.104-1 for a listing of the general standards against which an applicant will
be assessed to determine responsibility. Applicants are requested to provide
information with proposal submission to assist the Contracting Officer’s evaluation of
responsibility.
iii. FAPIIS (Federal Awardee Performance and Integrity Information System)
will be checked prior to making an award. The web address is:
https://www.fapiis.gov/fapiis/index.action
The applicant representing the entity may comment in this system on any information
about the entity that a federal government official entered. The information in FAPIIS
will be used in making a judgment about the entity’ integrity, business ethics, and
record of performance under Federal awards that may affect the official’s
determination that the applicant is qualified to receive an award.
F. Federal Award Administration Information
2. Administrative and National Policy Requirements
i. Applies to Contracts (and may be applicable, as required, to Other
Transaction Agreements):
(1) Government Property/Government Furnished Equipment (GFE) and Facilities:
Government research facilities and operational military units are available and
should be considered as potential government-furnished equipment/facilities.
These facilities and resources are of high value, and some are in constant demand
by multiple programs. It is unlikely that all facilities would be used for any one
specific program. The use of these facilities and resources will be negotiated as the
program unfolds.
(2) Use of Arms, Ammunition and Explosives:
42

---

BAA #N0016424SNB35
Safety
The Offeror is required to be in compliance with DoD Manual 4145.26-M, DoD
Contractor’s Safety Manual for Ammunition and Explosives if ammunitions and/or
explosives are to be utilized under the proposed research effort. (See DFARS 223.370-5
and DFARS 252.223-7002) If ammunitions and/or explosives (A&E) are to be utilized
under the proposed research effort, the Government requires a preaward safety survey
in accordance with DFARS PGI 223.370-4(i)(iv) entitled Preaward Survey. The Offeror
is solely responsible for contacting the cognizant Defense Contract Management
Agency (DCMA) office and obtaining a required preaward safety survey before proposal
submission. The Offeror should include required preaward safety surveys with
proposal submissions.
If the Offeror proposes that the Government provide Government-furnished A&E
containing any nitrocellulose-based propellants and/or nitrate ester-based materials
(such as nitroglycerin) or other similar A&E with a tendency to become chemically
unstable over time, then NMCARS 5252.223-9000 will also apply to a resulting
contract award. (See NMCARS 5223.370-5)
Security
If arms, ammunition or explosives (AA&E) are to be utilized under the proposed
research effort, the Government requires a preaward security survey. The Offeror is
solely responsible for contacting the cognizant DCMA office and obtaining a required
preaward security survey before proposal submission. The Offeror should include a
required preaward security survey with proposal submission. (See DoD manual
5100.76-M dated April 17, 2012, Physical Security of Sensitive Conventional Arms,
Ammunition and Explosives, Enclosure 9)
If AA&E are to be utilized under the proposed research effort, the Government may
require the Contractor to have perimeter fencing around the place of performance in
accordance with DoD 5100.76-M dated April 17, 2012, Enclosure 9, paragraph 5.e.
If AA&E are to be utilized under the proposed research effort, the Offeror is
required to provide a written copy of the Offeror’s AA&E accountability procedures in
accordance with DoD 5100.76-M. If the Offeror is required to provide written AA&E
accountability procedures, the Offeror should provide the respective procedures with
its proposal submission. See DoD 5100.76-M dated April 17, 2012, Enclosure 9,
paragraph 9.
(3) System for Award Management (SAM):
FAR 52.204-7 System for Award Management and FAR 52.204-13 System for
Award Management Maintenance are incorporated into this BAA, and FAR 52.204-13
will be incorporated in all awards.
(4) Employment Eligibility Verification (E-verify):
43

---

BAA #N0016424SNB35
As per FAR 22.1802, recipients of FAR-based procurement contracts must enroll as
Federal Contractors in E-verify and use E-verify to verify employment eligibility of all
employees assigned to the award. All resultant contracts from this solicitation will
include FAR 52.222-54, “Employment Eligibility Verification.”
(5) Conflicts of Interest:
Disclosure. An offeror shall state in its proposal whether it is aware of any information
bearing on the existence of any actual or potential organizational conflict of interest
(OCI) as defined in FAR 2.101 and as further discussed in FAR Subpart 9.5 as to itself
and any proposed subcontractors, partners, consultants or other affiliates. Offerors
performing systems engineering and technical assistance (SETA) for NSWC Crane are
considered to have an OCI that may not be susceptible to mitigation.
The nondisclosure or misrepresentation of an interest creating an OCI may result in
the disqualification of an offeror for award, or if such nondisclosure or
misrepresentation is discovered after award, the Government may terminate the
contract for default, recommend that the contractor be disqualified from subsequent
related contracts, or be subject to such other remedial actions as may be permitted or
provided by law (see 18 U.S.C. § 1001 and 31 U.S.C. § 3802(a)(2)). Therefore, offerors
should interpret the requirements of this section broadly.
An offeror who does not provide support services to NSWC Crane or concludes no
actual or potential OCI exists shall include the following statement in its proposal: “I
[NAME] as an authorized negotiator on behalf of [NAME OF OFFEROR] certify that NO
actual or potential organizational conflict of interest (OCI) exists under [BAA
NUMBER]. I understand that the failure to disclose the existence of actual or potential
OCI shall result in the offeror not being considered for award.”
An offeror who does provide support services to NSWC Crane or is aware
circumstances exist that may result in the appearance that it may have an unfair
competitive advantage shall submit the following with its proposal:
(i) The name of the entity the offeror, its subcontractors, partners, consultants or
affiliates support.
(ii) The number of the contract, subcontract, or agreement that creates the actual
or potential OCI. If NSWC Crane did not award the contract or agreement, provide a
copy of the document. If NSWC Crane awarded the contract, provide the name of the
technical point of contact.
(iii) A description of the actual or potential OCI. The statement must describe in a
concise manner all relevant facts concerning any past, present, or currently planned
interest (financial, contractual, organizational, or otherwise) relating to the work to be
performed hereunder and bearing on whether the offeror has a possible organizational
conflict of interest with respect to (1) impartial, technically sound, and unbiased
assessments, recommendations, or evaluations, or (2) being given an unfair
competitive advantage. If relevant, offerors shall address the personal conflicts of their
employees.
(iv) A Mitigation Plan. Offerors should refer to FAR Subpart 9.5 for policies and
44

---

BAA #N0016424SNB35
procedures for avoiding, neutralizing, or mitigating organizational conflicts of interest.
(v) A concluding statement as follows: “I [NAME] as an authorized negotiator on
behalf of [NAME OF OFFEROR] certify that I have, to the best of my knowledge and
belief, disclosed all actual or potential organizational conflicts of interest (OCI) under
[BAA NUMBER]. I understand that the failure to disclose the existence of an actual or
potential OCI shall result in the offeror not being considered for award.”
(b) OCI Mitigation Plan Contents. At a minimum, a Mitigation Plan shall:
(i) Provide organizational charts showing the offeror’s (and, as appropriate, those
of its subcontractors, partners, consultants, and affiliates) structure as it relates to
performance under the contract awarded under this BAA and all contracts and
agreements relevant to the OCI, highlighting those elements that create the actual or
apparent OCI.
(ii) Demonstrate how the elements that create the actual or apparent OCI will be
isolated from the resources that will perform work under the contract awarded
under this BAA.
(iii) Provide information showing whether the organizational elements that will
perform work under the contract awarded under this BAA will be geographically
or physically separated from the elements that create the actual or apparent
OCI.
(iv) For each contract or agreement relevant to the OCI, describe the process for
reassigning personnel, including those belonging to subcontractors, partners,
consultants, and affiliates, from one organization to another. Include
restrictions that apply.
(v) For each contract or agreement relevant to the OCI, describe any controls,
including nondisclosure agreements, that are exercised over the future
employment of departing employees as it relates to the OCI.
(vi) For each contract or agreement relevant to the OCI, describe any OCI training
the employees are offered or required to attend, along with the timing (before or
after starting work on a government contract), frequency, length, and content of
such training.
(vii) Provide evidence of facts and circumstances that the offeror asserts mitigate
or address the concerns related to the actual or potential OCI.
(c) Review. The Contracting Officer will review an offeror’s certifications, statements,
and OCI Mitigation Plan (if applicable) submitted and may require additional relevant
information from an offeror. All such information and any other relevant information
will be used by the Contracting Officer to determine whether an award to the offeror
may create an OCI. If found to exist, the Government may: (1) impose appropriate
conditions which avoid such conflict, (2) disqualify the offeror, (3) determine that it is
otherwise in the best interest of the Government to award a contract to the offeror and
include appropriate conditions mitigating such conflict in the award, or (4) seek a
45

---

BAA #N0016424SNB35
waiver. If the Contracting Officer determines that an actual or significant potential
conflict of interest exists that cannot reasonably be avoided, neutralized or mitigated,
the offeror will be ineligible for award. If accepted, the Mitigation Plan shall become
part of the contract.
An offeror who has refused to disclose the information or make the certification
required by this BAA concerning an actual or potential OCI shall be disqualified from
consideration for award.
6. FAR / DFARS Provisions/Clauses: For purposes of illustration and not of
limitation, the following provisions and clauses may be applicable to NSWC Crane
contracts:
# Provision/Clause
52.204-7 System for Award Management
52.204-13 System for Award Management Maintenance
Commercial and Government Entity Code
52.204-16
Reporting
Requirements for certified cost and pricing data
52.215-20
and data other than certified cost and pricing data
52.215-16 Facilities Capital Cost of Money
Limitations on Pass Through Charges -
52.215-22
Identification of Subcontract Effort
52.216-1 Type of Contract
52.216-27 Single or Multiple Awards
Evaluation of Options Exercised at time of
52.217-4
Contract Award
52.217-5 Evaluation of Options
52.217-9 Option to Extend the term of the Contract
Preaward On-Site Equal Opportunity Compliance
52.222-24
Evaluation (Applies if exceeds $10M)
Historically Black College or University and
52.226-2
Minority Institution Representation
Proposal Disclosure - Cost Accounting Practice
52.230-7
Changes
52.232-15 Progress Payments not included
52.233-2 Service of Protest
52.252-1 Solicitation Provisions Incorporated by Reference
52.252-3 Alterations in Solicitation
52.252-5 Authorized Deviations in Provisions
Representation Relating to Compensation of
252.203-7005
Former DoD Officials
Alternate A, Annual Representations and
252.204-7007
Certifications
Compliance with Safeguarding Covered Defense
252.204-7008
Information Controls (OCT 2016)
46

---

BAA #N0016424SNB35
Safeguarding Covered Defense Information and
252.204-7012
Cyber Incident Reporting (JAN 2023)
Requirements for Submission of Data Other than
252.215-7003 Certified Cost or Pricing Data - Canadian
Commercial Corporation
252.219-7000 Advancing Small Business Growth
(a) Combating Trafficking in Persons: FAR Clause 52.222-50 will be incorporated
in all awards.
(b) Certification Regarding Trafficking in Persons Compliance Plan: Prior to award
of a contract, for the portion of the contract that is for supplies, other than
commercially available off-the-shelf items, to be acquired outside the United States, or
services to be performed outside the United States, and which has an estimated value
that exceeds $500,000, the contractor shall submit the certificate as specified in
paragraph (c) of 52.222-56, Certification Regarding Trafficking in Persons Compliance
Plan
(c) Updates of Information regarding Responsibility Matters: FAR clause 52.209-9,
Updates of Publicly Available Information Regarding Responsibility Matters, will be
included in all contracts valued at $550,000 where the contractor has current active
Federal contracts and grants with total value greater than $10,000,000.,
(7) Certificate of Current Cost or Pricing Data Requirement
Even though the BAA is a competitive procedure, all proposals submitted under this
BAA that meet the TINA threshold are subject to certified cost and pricing data.
In accordance with OUSD Memorandum, Subject: "Reducing Acquisition Lead Time by
Eliminating Inefficiencies Associated with Cost or Pricing Data Submissions After Price
Agreement ('Sweep Data)," dated 07 June 2018, if an action is subject to the Truth in
Negotiations Act, offerors are required to execute the Certificate of Current Cost or
Pricing Data as soon as practicable, but no later than five business days after the date
of price agreement. Any cost or pricing data submitted after price agreement shall be
reviewed and dispositioned after award of the contract action, pursuant to FAR
15.407-1, to establish whether it is rendered that the certified cost or pricing data
submitted up to the point of price agreement was defective, and to determine whether
the Government is entitled to a price adjustment in accordance with FAR 52.215-10 or
FAR 52.215-11.
(8) Advanced Development of Initial or Additional Prototypes
NSWC Crane may initially award a contract under this BAA that may contain a
contract line item or contract option for the provision of advanced component
development, prototype, or initial production of technology developed under the
contract or for the delivery of initial or additional items if the item or prototype thereof
is created as the result of work performed under the contract. However, such a
contract shall be subject to the limitations contained in 10 USC 4004.
47

---

BAA #N0016424SNB35
(9) Enhanced Security Controls on Select Defense Industrial Base Partner Networks
In accordance with NMCARS 5204.73 entitled, “Safeguarding Covered Defense
Information and Cyber Incident Reporting” certain performers may be required to
implement enhanced cyber security controls to unclassified networks housing
controlled unclassified information (CUI). Such controls are in addition to the
requirements of DFARS clause 252.204-7012 and may be required if the Chief of
Naval Research (CNR) determines that enhanced controls are warranted by the risk to
a critical program or technology. Offerors are strongly encouraged to consult with the
cognizant Program Officer to determine whether these requirements will apply to a
particular effort.
ii. Applies to Other Transaction Agreements (OTAs) only:
In accordance with 10 USC 4022(f), NSWC Crane may award a follow-on production
contract or OTA for any OTA awarded under this BAA if:
A follow-on production contract or transaction provided for in a transaction under
paragraph (1) may be awarded to the participants in the transaction without the use of
competitive procedures, notwithstanding the requirements of chapter 221 of this
title and even if explicit notification was not listed within the request for proposal for
the transaction if—
(A) competitive procedures were used for the selection of parties for participation in
the transaction; and
(B) the participants in the transaction successfully completed the prototype
project provided for in the transaction.
48

Ready to apply for Long Range Broad Agency Announcement (BAA) for NSWC Crane?

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