LPS Qubit Collaboratory (LQC)
Dept of the Army -- Materiel Command
Funding Amount
Varies
Deadline
April 30, 2027
387 days left
Grant Type
federal
Overview
LPS Qubit Collaboratory (LQC)
The U.S. Army Research Office (ARO) in partnership with NSA’s Laboratory for Physical Science (LPS) is soliciting Incubator, Collaboration, and Fellowship research proposals for participation in the LPS Qubit Collaboratory (LQC). The mission of the LQC can be captured in three broad goals: 1) pursue disruptive fundamental research and enabling technologies with a focus on qubit development for quantum computing and other applications (such as sensing); 2) grow deep, collaborative partnerships to tackle the most difficult and relevant long-term problems in quantum information science and technology; and 3) build a quantum workforce of tomorrow through research experiences in government at LPS and at LQC partners. The LQC will offer a mechanism for collaborative research between LPS and academia, industry, FFRDCs, and Government Laboratories to advance foundational and transformative research on challenging problems that have hindered progress in quantum information processing and associated technologies. The goal of this BAA is to seek proposals that bring together expertise from the public and private sectors and their respective research infrastructures to advance solutions that may be best approached as a collaborative team. A Collaboratory is “a center without walls, in which the nation’s researchers can perform their research without regard to physical location, interacting with colleagues, accessing instrumentation, sharing data and computational resources, [and] accessing information in digital libraries. This BAA introduces LQC Research Thrusts ( A.1.1 ) which are the technical areas of interest—which will be updated periodically—where partners of the LQC will pursue joint research with LPS through Incubator ( A.1.2 ) and Collaboration ( A.1.3 ) collaborative agreements. The LQC BAA also fulfills the Government’s overarching interest--through the proposed research and on-site research experiences--in creating and training a workforce in quantum science and technology, generating pathways of solutions that feed technology development, establishing partnerships, and creating transition opportunities. In further support of training through research, Section A.1.4 calls for Quantum Computing Research (QuaCR) Graduate and Postdoctoral Fellowships for US citizens working in areas of interest. Substantial progress on solving the most difficult and long-term Quantum Information Science & Technology (QIST) research problems that unleash further rapid progress in the field will constitute LQC success. Examples of such research problems include (but are not limited to): limits of performance due to device design, material selection, and/or control, the exploration of alternative qubit physics (e.g., different approaches to qubit encoding or types of gates) and lowering of barriers to such approaches, advances in materials that improve qubit gate fidelity, reducing the overhead of classical components in quantum information technology and optimizing classical performance, and the exploration of applications of quantum technologies to new domains. Three categories of proposals are sought for this BAA: 1.Incubator opportunities seek partnership proposals from single investigators and small research groups, including teaching colleges, who may have unique skillsets to contribute toward the pursuit of the research thrusts presented in A.1.1. Incubator proposals may also be the development of concepts into a detailed technical research approach to advance solution of problems of high interest to quantum information science research. Incubator proposals would avail themselves of the collaboration opportunities with LPS research staff and infrastructure made available at the Laboratory for Physical Sciences (LPS) to lay the groundwork for concepts that may be suitable for a Collaboratory proposal or responses to other DoD quantum information science research opportunities. 2.Collaboratory proposals seek research proposals that bring together a strong significant collaboration--researchers from academia, industry, FFRDCs, and/or Government Laboratories--to pursue long-term projects focused on fundamental problems of interest to qubit development and/or associated science and technology. These collaborative groups will propose to work together in a focused manner for a period of time expected to be one to three years in order to demonstrate a proof-of-concept experiment and/or theory exploration to determine the feasibility of their creative idea. 3.QuaCR Research Fellowship proposals seek to support talented U.S. citizen graduate students and postdoctoral researchers in the field of quantum information processing (primary interest) and quantum sensing (secondary interest). Applicants with a background from either within or outside QIS are encouraged. The proposed research areas are described in this BAA and must enhance active Quantum Information Science research efforts being supported by the Army Research Office and/or LPS. Research fellows are encouraged to complete an LPS Internship during their graduate career or visit during their postdoctoral fellowship. Funding Opportunity Title: LPS Qubit Collaboratory Special Research Topics Announcement: W911NF21S0009-SPECIALNOTICE-1 The U.S. Army Combat Capabilities Development Command (DEVCOM), Army Research Laboratory (ARL)-Army Research Office (ARO) is looking for proposed research and development solutions under the Broad Agency Announcement (BAA) W911NF21S0009-2 for Basic and Applied Scientific Research in Quantum Computing. The title for this Special Notice is “LPS Qubit Collaboratory Special Topics.” Upon receipt, compliant proposals will be reviewed through a technical and programmatic process in accordance with the evaluation criteria referenced in the W911NF21S0009-2 LQC BAA to determine which proposal may be awarded Grant, Cooperative Agreement, or Procurement Contract under this topic.
Eligibility
Eligible Applicant Types
How to Apply
LPS LQC BAA
U.S. ARMY RESEARCH OFFICE
BROAD AGENCY ANNOUNCEMENT FOR
LPS Qubit Collaboratory (LQC)
W911NF-21-S-0009
Issued by:
U.S. Army Contracting Command-Aberdeen Proving Ground
Research Triangle Park Division
P.O. BOX 12211
Research Triangle Park, NC 27709-2211
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY: ...................................................................... 4
A. Required Overview Content ..................................................................................................................................... 4
1. Federal Agency Name(s): .......................................................................................................................................................... 4
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC) ..................................................................................... 4
3. Announcement Type ................................................................................................................................................................... 4
4. Research Opportunity Number: W911NF-21-S-0009 ................................................................................................. 4
5. Catalog of Federal Domestic Assistance (CFDA) Number: .......................................................................................... 4
6. Response Dates: ............................................................................................................................................................................. 4
B. Additional Overview Information .......................................................................................................................... 4
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY ......................................... 5
A.1 Funding Opportunity Description ..................................................................................................................... 5
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021) .......................................................................... 6
A.1.2 Category 1: Incubator ............................................................................................................................................................ 8
A.1.3 Category 2: Collaboratory ................................................................................................................................................... 9
A.1.4 LQC Quantum Computing Research (LQC QuaCR) Graduate and Postdoctoral Fellowships ............. 10
B. Federal Award Information ................................................................................................................................... 11
C. Eligibility Information ............................................................................................................................................. 12
1. Eligible Applicants: ................................................................................................................................................................... 13
2. Cost Sharing or Matching: ...................................................................................................................................................... 13
3. Federally Funded Research and Development Centers (FFRDCs): ...................................................................... 13
D. Application and Submission Information ......................................................................................................... 13
1. Address to View Broad Agency Announcement ........................................................................................................... 13
2. Content and Form of Application Submission ............................................................................................................... 14
3. Unique Entity Identifier and System for Award Management (SAM) ................................................................. 27
4. Submission Dates and Times: ............................................................................................................................................... 27
5. Intergovernmental Review .................................................................................................................................................... 28
6. Funding Restrictions: ............................................................................................................................................................... 28
7. Other Submission Requirements: ....................................................................................................................................... 29
E. Application Review Information: ........................................................................................................................ 29
1. Criteria: .......................................................................................................................................................................................... 29
2. Review and Selection Process: ............................................................................................................................................. 30
3. Recipient Qualification ............................................................................................................................................................ 30
F. Award Administration Information: .................................................................................................................. 33
1. Award Notices: ............................................................................................................................................................................ 33
2. Administrative and National Policy Requirements: ................................................................................................... 33
3. Reporting: ..................................................................................................................................................................................... 40
G. Agency Contacts, LQC Website: ............................................................................................................................. 41
2
---
H. Other Information: ................................................................................................................................................... 42
1. CONTRACT Proposals: ............................................................................................................................................................. 42
2. GRANT and COOPERATIVE AGREEMENT Proposals: ................................................................................................ 51
3
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY:
A. Required Overview Content
1. Federal Agency Name(s):
U.S. Army Research Office
Issuing Acquisition Office:
U.S. Army Contracting Command-Aberdeen Proving Ground, Research Triangle Park
Division (ACC-APG RTP Division)
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC)
3. Announcement Type
Initial Announcement
4. Research Opportunity Number: W911NF-21-S-0009
5. Catalog of Federal Domestic Assistance (CFDA) Number:
12.431 – Basic Scientific Research
6. Response Dates:
This BAA is a continuously open announcement valid throughout the period from the date of
issuance through 30 April 2026, unless announced otherwise.
B. Additional Overview Information
This Broad Agency Announcement (BAA) which sets forth research areas of interest to the
Army Research Laboratory- Army Research Office (ARL-ARO) and the National Security
Agency (NSA) is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation
(FAR), and 10 USC 2358 which provides for the competitive selection of basic research
proposals. Proposals submitted in response to this BAA and selected for award are considered to
be the result of full and open competition and in full compliance with the provision of Public
Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments.
The Department of Defense agencies involved in this program reserve the right to select for
award; all, some, or none of the proposals submitted in response to this announcement. The
participating DoD agencies will provide 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 participating DoD agencies to treat all proposals
as sensitive, competitive information and to disclose their contents only for the purposes of
evaluation.
4
---
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY
A.1 Funding Opportunity Description
The U.S. Army Research Office (ARO) in partnership with NSA’s Laboratory for Physical
Science (LPS) is soliciting Incubator, Collaboration, and Fellowship research proposals for
participation in the LPS Qubit Collaboratory (LQC). The mission of the LQC can be captured in
three broad goals: 1) pursue disruptive fundamental research and enabling technologies with a
focus on qubit development for quantum computing and other applications (such as sensing); 2)
grow deep, collaborative partnerships to tackle the most difficult and relevant long-term
problems in quantum information science and technology; and 3) build a quantum workforce of
tomorrow through research experiences in government at LPS and at LQC partners. The LQC
will offer a mechanism for collaborative research between LPS and academia, industry,
FFRDCs, and Government Laboratories to advance foundational and transformative research on
challenging problems that have hindered progress in quantum information processing and
associated technologies.
The goal of this BAA is to seek proposals that bring together expertise from the public and
private sectors and their respective research infrastructures to advance solutions that may be best
approached as a collaborative team. A Collaboratory is “a center without walls, in which the
nation’s researchers can perform their research without regard to physical location, interacting
with colleagues, accessing instrumentation, sharing data and computational resources, [and]
accessing information in digital libraries” 123. This BAA introduces LQC Research Thrusts
(A.1.1) which are the technical areas of interest—which will be updated periodically—where
partners of the LQC will pursue joint research with LPS through Incubator (A.1.2) and
Collaboration (A.1.3) collaborative agreements. The LQC BAA also fulfills the Government’s
overarching interest--through the proposed research and on-site research experiences--in creating
and training a workforce in quantum science and technology, generating pathways of solutions
that feed technology development, establishing partnerships, and creating transition
opportunities. In further support of training through research, Section A.1.4 calls for Quantum
Computing Research (QuaCR) Graduate and Postdoctoral Fellowships for US citizens working
in areas of interest as described below.
Substantial progress on solving the most difficult and long-term Quantum Information Science &
Technology (QIST) research problems that unleash further rapid progress in the field will
constitute LQC success. Examples of such research problems include (but are not limited to):
limits of performance due to device design, material selection, and/or control, the exploration of
alternative qubit physics (e.g., different approaches to qubit encoding or types of gates) and
lowering of barriers to such approaches, advances in materials that improve qubit gate fidelity,
1 Wulf, W. (1989, March). The national collaboratory. In Towards a national collaboratory. Unpublished report of a National Science Foundation
invitational workshop, Rockefeller University, New York.
2 Wulf, W. (1993) The collaboratory opportunity. Science, 261, 854-855.
3 https://en.wikipedia.org/wiki/Collaboratory
5
---
reducing the overhead of classical components in quantum information technology and
optimizing classical performance, and the exploration of applications of quantum technologies to
new domains.
Three categories of proposals are sought for this BAA:
1. Incubator opportunities seek partnership proposals from single investigators and small
research groups, including teaching colleges, who may have unique skillsets to contribute
toward the pursuit of the research thrusts presented in A.1.1. Incubator proposals may
also be the development of concepts into a detailed technical research approach to
advance solution of problems of high interest to quantum information science research.
Incubator proposals would avail themselves of the collaboration opportunities with LPS
research staff and infrastructure made available at the Laboratory for Physical Sciences
(LPS) to lay the groundwork for concepts that may be suitable for a Collaboratory
proposal or responses to other DoD quantum information science research opportunities.
2. Collaboratory proposals seek research proposals that bring together a strong significant
collaboration--researchers from academia, industry, FFRDCs, and/or Government
Laboratories--to pursue long-term projects focused on fundamental problems of interest
to qubit development and/or associated science and technology. These collaborative
groups will propose to work together in a focused manner for a period of time expected to
be one to three years in order to demonstrate a proof-of-concept experiment and/or theory
exploration to determine the feasibility of their creative idea.
3. QuaCR Research Fellowship proposals seek to support talented U.S. citizen graduate
students and postdoctoral researchers in the field of quantum information processing
(primary interest) and quantum sensing (secondary interest). Applicants with a
background from either within or outside QIS are encouraged. The proposed research
areas are described in this BAA and must enhance active Quantum Information Science
research efforts being supported by the Army Research Office and/or LPS. Research
fellows are encouraged to complete an LPS Internship during their graduate career or
visit during their postdoctoral fellowship (see below).
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021)
In this first year of the BAA, proposals are sought from a small number of research groups to
collaboratively investigate long-term and outstanding challenges in qubit device physics and
associated areas of Quantum Information Science and Technology. A gradual ramp up of the
program will allow a continuous evaluation and modification of the program model. The
following research areas are a priority and considered ripe for one of the collaborative research
avenues described in this section. Other related topic areas of similar scope may also be
considered.
1.) Spin qubits, fast.
6
---
This research area is interested in democratizing spin qubits. Working spin qubits are hard to
fabricate and require significant infrastructure and workforce investments. New materials
heterostructures and device fabrication techniques can take decades to master. Viable pathways
to address difficult materials science challenges without starting from scratch have great
potential to improve access to the field. Another roadblock is software and control engineering.
Dots require many control lines and control signals. Any reduction in control complexity either
by simplifying control systems and/or better qubit design would open many research avenues.
Specifically, research proposals are sought that innovatively advance easier methods to
characterize and explore the physics of multi-dot systems, ideally in more than one material. The
goal is a potential reference system (control hardware, software, and environment) to initialize,
control, and readout systems of approximately 10 quantum dots, but with sufficient flexibility to
apply to a variety of semiconductor quantum dot qubit and gate approaches. Of particular interest
are systems for electrons in silicon and holes in germanium.
Proposers should consider the following questions in formulating their research proposal.
Can the initial evaluation of materials be completed faster before investing heavily in device
fabrication? Can a common infrastructure be constructed that would open the field to new
researchers interested in qubit measurement and control, but not fabrication and/or growth? Can
the control stack be standardized to enable small quantum dot systems to be controlled quickly?
2.) More epitaxy, better qubits?
Materials science for quantum computing has largely focused on a basic assumption: that
epitaxial devices are better for quantum computing. Are these assumptions that are valid for
conventional devices also valid for quantum information devices? How can the positive or
negative implications of various epitaxial (or epitaxial-like) growth paradigms be rapidly
determined through device modeling, through device testing, and through material
characterization? What are the most promising materials for epitaxial qubits? Which qubit
systems can benefit from epitaxial materials and/or does epitaxy enable novel qubit approaches?
Improvements in computational methods and understanding of surfaces/interfaces at the
microscopic level that will enable these assessments are needed and are of interest to this
research area.
3.) Voltage controllable superconducting qubits
This research area is interested in exploring compatibility of superconducting devices that are
controllable by baseband voltage pulses. Design and qubit quality implications are of particular
interest, as well as compatibility with existing wafer growth facilities at LPS and LQC partners.
Further, understanding the fundamental limits of charge noise in superconducting systems is a
long-term and presently under-investigated challenge.
4.) Going hot and not looking back
Significant improvements in cooling power and complexity can be gained if qubits did not need
to be cooled as much as technically possible using dilution refrigerators. This research area
would consider designing qubits and multiple qubit experiments to operate in the range of 350
7
---
mK to 2 K. For solid-state, gate-based quantum computing, what experimental systems are most
promising and empowered by this capability? What physical systems can be employed as qubits
that would be promising in this temperature range? What temperature within this range would be
desirable and matched for available refrigerators?
5.) Beyond Moore, Before Shor
Significant effort has been put into the development of ultra-high-quality or precision-grown
materials systems for qubits in the quantum computing research community. Examples include
ultra-low-loss silicon-germanium heterostructures, atomistic fabrication techniques, and
superconducting circuits for spin and superconducting qubits, respectively. This research area is
interested in exploring the potential for these increasingly well-controlled quantum devices and
systems for classical computing and enabling device applications such as low-power or ultra-fast
computing or electronics and unique approaches to component technology well before the advent
of a large-scale quantum computer.
6.) Accelerated Learning of Quantum Information Concepts
There is a pressing need in Quantum Information Science & Technology (QIST) for new and
broader talent. One innovation may be in developing approaches to teaching QIST concepts at
multiple levels of expertise (but especially undergraduate to mid-career) to engineers, computer
scientists, and physicists. Research proposals are sought in innovative collaborative learning
concepts for quantum information science, to include the methodologies, pedagogy, and essential
principles that effectively leverage classroom and laboratory experiences to train a diverse
quantum workforce of the future. These projects should focus on methods applicable to higher
education for the training and retraining of technical individuals that have a range of experiences
and knowledge. Practical implementations coupled with evaluation of efficacy are highly
desired. Some examples of research activities may include:
• Comparison of traditional quantum mechanics and emerging QIST laboratory
experiments for educational use.
• Implementation and assessment of approaches that promise “hands-on” experience
interacting with qubit systems.
• Evaluation of incorporating available cloud-based quantum computing resources and
simulators into higher education curriculum.
• Integrated research and assessment of pedagogical variants implemented among student
populations with varied training and experiences.
• Support for faculty sabbaticals to conduct research in quantum computing.
• Building an individual’s “quantum intuition” through non-conventional educational
opportunities such as games and novel experiences.
A.1.2 Category 1: Incubator
8
---
This category of research is an opportunity to (a) develop technical concepts that may be of high
interest to quantum information science but have insufficient groundwork in terms of feasibility
and relevance, or (b) develop technical concepts that may be of high interest to quantum
information science by researchers who may not have access to the research infrastructure
necessary to advance their concepts. In either case, incubator proposals are expected to rapidly
advance to collaboratory proposals (A.1.3), proposals to other ARO/LPS quantum computing
BAAs, or proposals to other DoD BAAs in quantum information science.
Incubator opportunities seek proposals from single investigators and small research groups,
including teaching colleges, who may have creative solutions and unique skill sets to contribute
toward the research topics in this BAA (A.1.1) but lack the research infrastructure at their
institutions to pursue this research. Incubator proposals would avail themselves of the
collaboration opportunities and infrastructure made available at the Laboratory for Physical
Sciences (LPS). Collaboration with government scientists at LPS is expected. Collaboration
areas include joint research with the scientific expertise at LPS, collaboration with the scientific
infrastructure expertise at LPS, and collaboration to obtain a deeper understanding of DoD
interests in quantum information research. Proposers may plan to spend summer breaks or
sabbaticals at LPS.
Incubator opportunities also seek proposals to lay the groundwork to advance very high-risk
technical concepts that may be of high interest to quantum information science by their potential
game changing success. These concepts may not have the opportunity to advance because of a
combination of insufficient groundwork, risk, collaboration, infrastructure, and resources.
A successful Incubator Period would quickly identify a technical problem of joint interest,
identify technical criteria that would justify further research investment (for example; funding of
a Collaboratory Phase), and deliver a technical proposal from 1-3 years which includes technical
motivation (e.g., answering the Collaboratory proposal questions), technical and programmatic
milestones, team roles and responsibilities, and rough order of magnitude costs for labor,
equipment, and materials.
Incubator proposals are expected to be 1-3 years in duration and not exceed $500K/year. Longer
proposals may be considered due to scheduling requirements of fabrication and experiments.
A.1.3 Category 2: Collaboratory
Collaboratory opportunities seek research proposals that bring together, in strong significant
collaboration, researchers from academia, industry, FFRDCs, and/or Government Laboratories
with LPS at the LQC to pursue disruptive research toward a technical area from the LQC
Research Thrusts. These collaborative groups will propose to work together in a focused manner
to demonstrate success or failure of their creative idea. Proposals must clearly answer the
following questions:
9
---
• What is the problem you are trying to solve or understand?
• Why is the problem you are addressing important to the progress in the field?
• Why is the proposed collaboration uniquely suited to address this problem?
• What is new in your collaborative approach and why do you think it will be successful?
• What is new about your scientific or engineering approach?
• What are the yearly metrics/milestones to check for success?
• What are the “Phase 0” questions (if not already answered in the Incubator phase) that
justify further years of research funding?
• What are the natural decision points to continue or discontinue research for the proposed
idea and/or collaboration?
Experimental projects may require collocation during critical phases of the proposed research.
Proposals that involve industry are encouraged but not required to identify partially matching
contributions in infrastructure or people. Extended visits and sabbaticals to LPS are strongly
encouraged and can be included in the cost of the proposal. Proposals are expected to be two-
three years and request less than $800K per year.
A.1.4 LQC Quantum Computing Research (LQC QuaCR) Graduate and Postdoctoral
Fellowships
LQC QuaCR proposals seek to support the research of talented U.S. citizen graduate students
and postdoctoral candidates, and furthermore attract them to the field of quantum information
science and technology. While, the emphasis is on quantum computing, proposals for quantum
sensing will also be considered. The goal of the LQC QuaCR is to stimulate U.S. graduate
student and postdoctoral candidate participation in research related to quantum computing and to
assist in the training of graduate students and postdocs to prepare them for careers in quantum
information science, by pursuing research in areas described in this BAA. A requirement of the
LQC QuaCR Fellowships is to spend at least one summer (no less than 10 weeks for graduate
students and 1 month for postdoctoral fellows) at LPS working with an LPS Research or
Technical Program Manager. A further goal of the fellowship is to recognize outstanding
graduate students and postdocs and foster their impact on quantum information science research.
Eligible recipients of research support are U.S. citizen graduate students or postdocs who either
will work or are working on quantum computing related research with investigators funded
through existing ARO and/or LPS grants and contracts. The duration of the graduate research
fellowship is three years and two years for a postdoctoral candidate. Proposals selected for
support will be added on to the primary grant and/or contract supporting the research. The
principal investigator of the primary grant and/or contract and their associated institution will be
responsible for oversight and management of the research performed under this support. The
number of funded fellowships will be limited by the quality of proposals received and by the
availability of funds.
10
---
The proposal must outline the research activities that the candidate will undertake during the
three-year length of the fellowship and be written by the candidate. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or expand the
group’s activities in a new direction.
B. Federal Award Information
Anticipated awards will be made in the form of procurement contracts, grants, or
cooperative agreements, and are subject to the availability of appropriations. Given the
collaborative nature of anticipated successful proposals and the participation of Government
scientists, cooperative agreements are likely to be the most likely award mechanism.
Funding for the second year and beyond will be contingent upon satisfactory performance
and the availability of funds.
The ACC-APG RTP Division has the authority to award a variety of instruments on behalf of
ARL-ARO. The ACC-APG RTP Division reserves the right to use the type of instrument most
appropriate for the effort proposed. Applicants should familiarize themselves with these
instrument types and the applicable regulations before submitting a proposal. Following are
brief descriptions of the possible award instruments.
1. Procurement Contract. A legal instrument, consistent with 31 U.S.C. 6303, which reflects a
relationship between the Federal Government and a State Government, a local government,
or other 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.
Contracts are primary governed by the following regulations:
a. Federal Acquisition Regulation (FAR) FAR Website
b. Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Link
c. Army Federal Acquisition Regulation Supplement (AFARS) AFARS Link
2. Grant - A legal instrument that, consistent with 31 U.S.C. 6304, is used to enter into a
relationship:
a. 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 or the United States, rather
than to acquire property or services for the DoD's direct benefit or use.
b. In which substantial involvement is not expected between the DoD and the recipient
when carrying out the activity contemplated by the grant.
11
---
c. No fee or profit is allowed.
3. Cooperative Agreement. A legal instrument which, consistent with 31 U.S.C. 6305, is used to
enter into the same kind of relationship as a grant (see definition "grant"), except that
substantial involvement is expected between the DoD and the recipient when carrying out the
activity contemplated by the cooperative agreement. The term does not include "cooperative
research and development agreements" as defined in 15 U.S.C. 3710a. No fee or profit is
allowed.
4. Grants and cooperative agreements for Institutions of Higher Education and nonprofit
organizations are primary governed by the following:
A. Federal statutes
B. Federal regulations
C. 2 CFR part 200, as modified and supplemented by DoD's interim Implementation found in
2 CFR part 1103
D. 32 CFR Parts 21, 22, 26, and 28.
E. DoD R&D General Terms and Conditions dated January 2021
F. ACC-APG-RTP Division Assistance, Research General Terms and Conditions dated
August 2016, hereinafter referred to as “Agency Specific Requirements”
G. Award-specific terms and conditions
5. Grants and cooperative agreements for for-profit and nonprofit organizations exempted from
Subpart E—cost principles of part 200, are primary governed by the following:
a. Federal statutes
b. Federal regulations
c. 32 CFR Parts 21, 22, 26, and 28.
d. DOD 3210.6-R, Part 34 - Administrative Requirements for Grants and Agreements with
For-Profit Organizations
Copies of OMB regulations may be obtained from:
Executive Office of the President Telephone: (202) 395-7332
Publications Service FAX Requests: (202) 395-9068
New Executive Office Building
https://www.whitehouse.gov/omb/information-for-agencies/circulars/
725 17th Street, N.W., Room 2200
Washington, DC 20503
An electronic copy of the DoDGARs may be found at ECFR Link (Title 32: National
Defense,Subchapter C – DoD Grant and Agreement Regulations
C. Eligibility Information
12
---
1. Eligible Applicants:
Eligible applicants under this BAA include Institutions of higher education (foreign and
domestic), nonprofit organizations, and for-profit concerns (large and small businesses).
Proposals are encouraged from Historically Black Colleges and Universities (as determined
by the Secretary of Education to meet requirements of Title III of the Higher Education Act
of 1965, as amended (20 U.S.C. §1061)) and from Minority Institutions defined as
institutions “whose enrollment of a single minority or a combination of minorities exceeds 50
percent of the total enrollment.” [20 U.S.C. § 1067k(3) and 10 U.S.C. § 2362]. However, no
funds are specifically allocated for HBCU/MI participation.
1.1 Eligibility for Quantum Computing Research (QuaCR) Fellowships
U.S. citizen graduate students or postdoctoral candidates who either will work or are
currently working with a principal investigator or co-investigator of ARO quantum
information science research awards are eligible to apply for the fellowship. The proposal
must name the candidate QuaCR Fellow and indicate that the candidate will be working in
the investigator’s group on quantum information science research for the next three years.
The investigator need not be a U.S. citizen, and the sponsoring university need not be a U.S.
university. A QuaCR Fellow who either changes advisors or leaves quantum information
science research will void the fellowship and all remaining unspent funds will be returned to
the government.
2. Cost Sharing or Matching:
There is no requirement for cost sharing, matching, or cost participation to be eligible for
award under this BAA and cost sharing and matching is not an evaluation factor used under
this BAA.
3. Federally Funded Research and Development Centers (FFRDCs):
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, and no funds from the award flow to the FFRDC.
D. Application and Submission Information
1. Address to View Broad Agency Announcement
This BAA may be accessed from the following:
1) Grants.gov
13
---
2) Beta SAM
3) ARL website (BAA List)
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.
The following information is for those wishing to respond to the BAA:
2. Content and Form of Application Submission
a. General Information
A proposal submitted under this BAA must address unclassified fundamental research.
Proposal submissions will be protected from unauthorized disclosure in accordance
with applicable laws and DoD regulations. Applicants are expected to appropriately
mark each page of their submission that contains proprietary information. The
participating DoD agencies will provide 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 participating
DoD agencies to treat all proposals as sensitive, competitive information and to
disclose their contents only for the purposes of evaluation.
Post-Employment Conflict of Interest: There are certain post-employment restrictions
on former federal officers and employees, including special government employees
(Section 207 of Title 18, U.S.C.). If an applicant believes a conflict of interest may
exist, the situation should be discussed with Point of Contact listed in Section G:
Agency Contacts, who will then coordinate with appropriate ARO/ARL legal
personnel prior to having applicant expend time and effort in preparing a white paper
or proposal.
Statement of Disclosure Preference: Please complete ARO Form 52 or 52A stating
your preference for release of information contained in your white paper or proposal.
Copies of these forms are available at BAA Forms
NOTE: A white paper or proposal may be handled for administrative purposes by
support contractors. These support contractors are prohibited from competing on BAA
proposals and are bound by appropriate non-disclosure requirements.
Equipment: Normally, title to equipment or other tangible property purchased with
Government funds vests with nonprofit institutions of higher education or with
nonprofit research organizations if vesting will facilitate scientific research performed
for the Government. For profit organizations are expected to possess the necessary
14
---
plant and equipment to conduct the proposed research. Deviations may be made on a
case-by-case basis to allow commercial organizations to purchase equipment, but
disposition instructions must be followed.
b. Submission of a QuaCR Proposal
b.1 Proposal Submission
The proposal must be sponsored and submitted by the principal investigator who will
advise the student over the course of the three-year duration of the fellowship. In the
case of co-investigators affiliated with a sub-award, the principal investigator’s
university must submit the fellowship proposal. The co-investigator may be the
primary advisor of the student. Proposals must contain all information specified in the
“Proposal Content” section below and should be emailed as a PDF attachment to the
Army Research Office: QuaCR Proposal Email .
b.2 Proposal Content
(1) Cover Page: To be eligible for review, proposals must have ARO Form 51 as a
cover page.
(2) Cost: The financial portion of the proposal should contain cost estimates
sufficiently detailed for meaningful evaluation. Please use ARO Form 99, Summary
Proposal Budget, to submit the budget data. In most cases, the QuaCR Fellowship
will cover the costs of a student stipend/salary, travel, and tuition support. An
additional $8000/year may be included with the stipend/salary for student allowances.
QuaCR Fellow participation in program reviews of the primary grant is strongly
encouraged and sufficient travel costs should be included in the proposed budget. In
addition to attendance at the program reviews, travel costs for a one to two day visit
to the Washington, DC region each year of the fellowship should be included in the
proposed budget. The QuaCR Fellowship award may continue even if the parent
grant ends before the three-year term of the fellowship.
(3) Research Description: This section of the proposal shall be written by the
candidate. The proposal must outline the research activities that the candidate will
undertake during the three-year length of the fellowship. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or
expand the group’s activities in a new direction. Proposals that entail new research
tasks rather than just providing additional resources to complete the research tasks
already in the existing grant or proposal are preferred, but the primary criteria for
selection are the qualifications of the candidate.
(4) Candidate Description: The proposal must also provide detailed information about
the student’s undergraduate and graduate academic career to date and specifically
highlight the candidate’s undergraduate and graduate research record.
Recommendation letters (no more than three) are strongly encouraged. Transcripts
may be submitted but are not necessary as long as the proposal provides the following
information with respect to the candidate: an up-to-date CV, academic institutions
15
---
attended, a summary of any prior independent research projects undertaken by the
candidate, all available indications of the candidate’s performance and stature in
his/her graduate class, and a statement of commitment by the candidate to work with
the investigator on quantum computing related research if awarded the QuaCR
Fellowship.
All required forms can be found here: BAA Forms
b.3 Length and Format of Proposals
The Research Description section of the QuaCR proposal may not exceed three
pages. The Candidate Description section of the QuaCR proposal may not exceed
two pages. The two-page Candidate Description limit does not include the statement
of commitment by the candidate, but the statement of commitment is not to exceed 50
words. Recommendation letters may be attached with the proposal or emailed
separately to the Technical POC. The page limits do not include the requisite cover
page, any attached recommendation letters, and budget pages. As stated above,
transcripts are not necessary, but if they are submitted, they will not count against the
page length restrictions.
c. Submission of a White Paper for Incubator and Collaboratory Proposals:
Stage 1 White Papers – Prospective applicants must submit White Papers for
Incubator and Collaboratory proposals. The purpose of requesting a White Paper is to
minimize the labor and cost associated with the production of a detailed proposal that
has very little chance of being selected for funding. Based on assessment of the White
Papers, feedback will be provided to an applicant to enable that applicant to make a
determination as to whether they should submit a proposal. If offerors have not
submitted White Papers under Stage I of the BAA, offerors may not submit full proposals
for consideration for funding.
Recommended White Paper Format and Content:
• White Papers must be submitted electronically to WP Email in the following format:
• Single PDF file as an email attachment
• Page Size: 8 ½ x 11 inches
• Margins – 1 inch
• Font – No smaller than Times New Roman, 12 point
• Number of Pages – no more than ten (10) single-sided pages. Any pages exceeding
the ten-page limit will not be evaluated.
White Papers must contain the following:
• Title page. The title page should be labeled “LQC BAA White Paper” and should
include the BAA number, proposed title, program goal being addressed, Principal
16
---
Investigator (PI) with telephone number and email address, and an executive
summary. (Not to exceed one page.)
• Expected expenditures and justifications. (Not to exceed one page.)
• Curriculum vitae sketches. (Not to exceed one page.)
• Technical portion including all references and figures. Introduce the problem to be
addressed, briefly survey related work, identify key obstacles, outline the proposed
solution and well-defined objective, outline the yearly research plan with milestones,
and state the impact if successful. (Not to exceed seven pages.)
d. Preparing an Incubator or Collaboratory Application
Stage 2 Proposal - After Stage 1 reviews are completed, interested offerors should submit
proposals in accordance with the requirements set forth in this BAA.
This format applies to all proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
COVER PAGE ARO FORM 51: for Contract proposals submitted by email. The Form
SF 424 (R&R) is for all proposals submitted through Grants.gov (Assistance
Instruments must submit through Grants.gov):
1. A Cover Page is required. Proposals will not be processed without either: (1) a
signed Cover Page, ARO Form 51, or (2) an SF 424 R & R Form.
2. Should the project be carried out at a branch campus or other component of the
submitting organization, that branch campus or component should be identified in the
space provided (Block 11 on the ARO Form 51 and Block 12 on the SF424 R&R).
3. The title of the proposed project should be brief, scientifically representative,
intelligible to a scientifically literate reader, and suitable for use in the public domain.
4. The proposed duration for which support is requested should be consistent with the
program duration of forty-eight months.
5. Specification of a desired starting date for the project is important and helpful
however, requested effective dates cannot be guaranteed.
6. To evaluate compliance with Title IX of the Education Amendments of 1972 {20
U.S.C. A§ 1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information to be able to assess the success rates of women
17
---
who are proposed for key roles in applications in STEM disciplines. To enable this
assessment, each application must include the following forms completed as indicated.
Research and Related Senior/Key Person Profile (Expanded) form:
The Degree Type and Degree Year fields on the Research and Related Senior/Key
Person Profile {Expanded) form will be used by DoD as the source for career
information. In addition to the required fields on the form, applicants must complete
these two fields for all individuals that are identified as having the project role of
PD/Pl or Co-PD/Pl on the form. Additional senior/key persons can be added by
selecting the "Next Person" button.
Research and Related Personal Data form:
This form will be used by DoD as the source of demographic information, such as
gender, race, ethnicity, and disability information for the Project Director/Principal
Investigator and all other persons identified as Co-Project Director{s)/Co-Principal
Investigator(s). Each application must include this form with the name fields of the
Project Director/Principal Investigator and any Co-Project Director(s)/Co-Principal
Investigator(s) completed; however, provision of the demographic information in the
form is voluntary. If completing the form for multiple individuals, each Co-Project
Director/Co-Principal Investigator can be added by selecting the "Next Person" button.
The demographic information, if provided, will be used for statistical purposes only
and will not be made available to merit reviewers. Applicants who do not wish to
provide some or all of the information should check or select the "Do not wish to
provide" option.
7. Pursuant to 31 U.S.C. 7701, as amended by the Debt Collection Improvement Act
of 1996 [Section 31001(I)(1), Public Law 104-134], federal agencies shall obtain each
awardees’ Taxpayer Identification Number (TIN). This number may be the Employer
Identification Number for a business or non-profit entity or the Social Security
Number for an individual. The TIN is being obtained for purposes of collecting and
reporting on any delinquent amounts that may arise out of an awardees’ relationship
with the Government.
8. Offerors shall provide their organization's Unique Entity Identifier (formerly DUNS).
This number is a nine-digit number assigned by Dun and Bradstreet Information
Services. See Section II.D.3 of this BAA for requirements pertaining to the Unique
Entity Identifier.
18
---
9. Offerors shall provide their assigned Commercial and Government Entity (CAGE)
Code. The CAGE Code is a 5-character code assigned and maintained by the Defense
Logistics Service Center (DLSC) to identify a commercial plant or establishment.
TABLE OF CONTENTS: Use the following Format for the Proposal Table of Contents,
Forms are available at BAA Forms
SECTION PAGE NUMBER
Table of Contents A-1
Statement of Disclosure Preference (Form 52 or 52A) B-1
Research & Related Other Project Information B-2
Project Abstract C-1
Project Description (Technical Proposal) D-1 - D-(cid:0)
Biographical Sketch E-1 - E-(cid:0)
Bibliography F-1 - F-(cid:0)
Current and Pending Support G-1 - G-(cid:0)
Facilities, Equipment, and Other Resources H-1 - H-(cid:0)
Proposal Budget I-1 - I-(cid:0)
Contract Facilities Capital Cost of Money (DD Form 1861) J-1
Appendices K-(cid:0)
List Appendix Items:
This format applies to proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
STATEMENT OF DISCLOSURE PREFERENCE (FORM 52 OR 52A): Complete and
sign ARO Form 52 (Industrial Contractors) or ARO Form 52A (Educational and
Nonprofit Organizations), form can be found at the following website: BAA Forms .
RESEARCH AND RELATED Other Project Information: The form entitled “Research
and Related Other Project Information” found at the following website: BAA Forms
,shall be completed and signed by all organizations.
PROJECT ABSTRACT:
1. The Project Abstract shall be completed on the form entitled “Publicly Releasable
Abstract” found at the following website: BAA Forms.
2. Unless otherwise instructed in this BAA, the Project Abstract shall include a
concise statement of work and basic approaches to be used in the proposed effort. The
19
---
abstract should include a statement of scientific objectives, methods to be employed,
and the significance of the proposed effort to the advancement of knowledge.
3. The abstract should be no longer than one (1) page (maximum 4,000 characters).
4. The project abstract shall be marked by the applicant as publicly releasable. By
submission of the project abstract, the applicant confirms that the abstract is releasable
to the public. For a proposal that results in a grant award, the project abstract will be
posted to a searchable website available to the general public to meet the requirements
of Title VII (General Provisions), Section 8123, of the Department of Defense
Appropriations Act, 2015. (Division C of the Consolidated and Further Continuing
Appropriations Act, Public Law 113-235) The website address is
https://dodgrantawards.dtic.mil/grants
TECHNICAL PROPOSAL (PROJECT DESCRIPTION): The technical portion of the
proposal shall be no longer than 20 pages including tables and figures, single spaced
text, size 12 Times New Roman font with one inch page margins, and shall contain the
following:
1. Technical Approach: Introduce the problem to be addressed, survey related work,
identify key obstacles, and outline the proposed solution and well-defined objective.
Proposals should describe an approach to all technical areas with unambiguous and
quantitative milestones. Proposers must justify the utility of the proposed work and
highlight its benefits over the current state-of-the-art. Proposals should clearly address
the expected key challenges and proposed methods to overcome these difficulties
taking into consideration the current state of field. Proposers should set aggressive
yearly quantitative milestones that define a path toward the end-of-the-program goals
and analyze the impact if successful.
2. Project Schedule, Milestones, and Deliverables: A summary of the schedule of
events, milestones, and a detailed description of the results and products to be
delivered.
3. Management Approach: A discussion of the overall approach to the management of
this effort, including brief discussions of: required facilities; relationships with any
subawardees and with other organizations; availability of personnel; and planning,
scheduling, and control procedures. A brief description of your organization,
including if the offeror has extensive government contracting experience. If this
information has been previously provided to the ARL/ARO, the information need not
be provided again. A statement setting forth this condition should be made.
20
---
4. The names of other federal, state, local agencies, or other parties receiving the
proposal and/or funding the proposed effort. If none, so state. Concurrent or later
submission of the proposal to other organizations will not prejudice its review by the
ARL/ARO if we are kept informed of the situation.
5. A statement regarding possible impact, if any, of the proposed effort on the
environment considering as a minimum its effect upon water, atmosphere, natural
resources, human resources, and any other values.
6. The offeror shall provide a statement regarding the use of Class I and Class II
ozone- depleting substances. Ozone-depleting substances mean any substance
designated as Class I by EPA, including but not limited chlorofluorocarbons, halons,
carbon tetrachloride, and methyl chloroform and any substance designated as Class II
by EPA, including but not limited to hydrochlorofluorocarbons. See 40 C.F.R. Part 82
for detailed information. If Class I or II substances are to be utilized, a list shall be
provided as part of the offeror's proposal. If none, so state.
7. The type of additional support, if any, requested (e.g., facilities, equipment, and
materials). Government Furnished Information or Equipment (GFI/GFE) available to
all proposers is described in A.2.4.
BIOGRAPHICAL SKETCHES:
1. This Section shall contain the biographical sketches for senior and key personnel only.
a. Primary Principal Investigator: The “Primary” PI provides a single or initial point of
communication between the sponsoring agency(s) and the awardee organization(s)
about scientific matters. If not otherwise designated, the first PI listed will serve as
the “Primary” PI. This individual can be changed with approval of the agency. The
sponsoring agency(s) does not infer any additional scientific stature to this role among
collaborating investigators.
b. Co-Principal Investigators: The individual(s) a research organization designates as
having an appropriate level of authority and responsibility for the proper conduct of
the research and submission of required reports to the agency. When an
organization designates more than one PI, it identifies them as individuals who
share the authority and responsibility for leading and directing the research,
intellectually and logistically. The sponsoring agency(s) does not infer any
distinction among multiple PIs.
c. Key personnel: The individual(s) a research organization designates as having a
21
---
high level of technical expertise in the topics proposed to be researched and who
will both play an active role in the research and supervise the work of more junior
personnel on a daily basis.
2. The following information is required:
a. Relevant experience and employment history including a description of any prior
Federal employment within one year preceding the date of proposal submission.
b. List of up to five (5) publications most closely related to the proposed project and
up to five (5) other significant publications, including those being printed. Patents,
copyrights, or software systems developed may be substituted for publications.
c. List of persons, other than those cited in the publications list, who have collaborated
on a project or a book, article, report or paper within the last four (4) years. Include
pending publications and submissions. Otherwise, state "None."
d. Names of each investigator's own graduate or post graduate advisors and advisees.
The information provided in "c" and "d" is used to help identify potential conflicts or
bias in the selection of reviewers.
e. The time commitment of each senior or key person to this project.
3. For the personnel categories of postdoctoral associates, other professionals, and
students (research assistants), the proposal may include information on exceptional
qualifications of these individuals that merit consideration in the evaluation of the
proposal.
4. The biographical sketches are limited to three (3) pages per
investigator and other individuals that merit consideration.
BIBLIOGRAPHY: A bibliography of pertinent literature is required. Citations
must be complete (including full name of author(s), title, and location in the
literature).
CURRENT AND PENDING SUPPORT:
1. All project support from whatever source must be listed. The list must include all
projects requiring a portion of the principal investigator's and other senior personnel's
time, even if they receive no salary support from the project(s) including Cooperative
Research and Development Agreements (CRADAs) or other technology transfer
agreements with federal labs. Funding provided under any award resulting from this
22
---
BAA may only be used in support of the effort funded by that award, and not for any
other project or purpose.
2. The information should include, as a minimum:
(a) the project/proposal title and brief description,
(b) the name and location of the organization or agency presently funding the
work or requested to fund such work,
(c) the award amount or annual dollar volume of the effort,
(d) the period of performance, and
(e) a breakdown of the time required of the principal investigator and/or other
senior personnel.
FACILITIES, EQUIPMENT, AND OTHER RESOURCES: The offeror should
include in the proposal a listing of facilities, equipment, and other resources already
available to perform the research proposed.
BUDGET PROPOSAL (including DD Form 1861):
1. Each proposal must contain a budget for each year of support requested and a
cumulative budget for the full term of requested support. The budget form (Form 99)
may be reproduced as needed. Locally produced versions may be used, but you may not
make substitutions in prescribed budget categories nor alter or rearrange the cost
categories as they appear on the form. The proposal may request funds under any of the
categories listed so long as the item is considered necessary to perform the proposed
work and is not precluded by applicable cost principles. Additionally, a budget by major
proposed research tasks using the same budget categories must be included.
2. A signed summary budget page must be included. The documentation pages should
be titled "Budget Explanation Page" and numbered chronologically starting with the
budget form. The need for each item should be explained clearly.
3. All cost data must be current and complete. Costs proposed must
conform to the following principles and procedures:
Educational Institutions: 2 CFR Part 200 (formerly OMB Circular A-21)
Nonprofit Organizations: 2 CFR Part 200 (formerly OMB Circular A-122*)
Commercial Organizations: FAR Part 31, DFARS Part 231, FAR Subsection
15.403-5, and DFARS Subsection 215.403-5.
*For those nonprofit organizations specifically exempt from the provisions of 2 CFR
Part 230, FAR Part 31 and DFARS Part 231 shall apply.
23
---
4. Sample itemized budgets and the information they must include for a contract
and for grants and cooperative agreements can be found at Section II. H. (Other
Information). Before award it must be established that an approved accounting
system and financial management system exist.
APPENDICES: Some situations require that special information and supporting
documents be included in the proposal before funding can be approved. Such
information and documentation should be included by appendix to the proposal.
e. Submission of Complete Research Proposals
Proposals must be submitted through the offeror’s organizational office having
responsibility for Government business relations. All signatures must be that of an
official authorized to commit the organization in business and financial affairs.
Proposals must be submitted electronically using one of the two following formats,
based on award type sought. The content will remain the same whether using email or
Grants.gov.
EMAIL SUBMISSION (for Contracts only):
1. Proposal requesting award of a contract must be emailed directly to Proposal Email
Do not email full proposals to the LQC Program Point of Contact. All e-mailed
proposals must contain the information outlined in Section II, D, 2, entitled “Table of
Contents” including the electronic forms as follows:
(a) ARO Form 51, Proposal Cover Page;
(b) ARO Form 99, Summary Proposal Budget or equivalent,
(c) ARO Current and Pending Support (unnumbered form),
(d) ARO Form 52 or ARO Form 52a.
(e) "FAR 52.209-11 – Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law (Feb 2016). See Note below."
These forms may be accessed at BAA Forms under BAA Forms. The fillable PDF
forms may be saved to a working directory on a computer and opened and filled in
using the latest compatible Adobe Reader software application found at this
Grants.Gov: Grants.gov Adobe Compatibility
Note: A completed 52.209-11 – Representation by Corporations Regarding
Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), is
not required if the offeror's SAM Certifications and Representations have been updated
annually since 2016. If the offeror's SAM has not be updated since March 2016, the
24
---
completed representation must be submitted and include POC information and
signature of the authorized representative.
2. All forms requiring signature must be completed, printed, signed, and scanned into
a PDF document. All documents must be combined into a single PDF formatted file to
be attached to the e-mail.
3. Proposal documents (excluding required forms) must use the following format:
• Page Size – 8 ½ x 11 inches
• Margins – 1 inch
• Spacing – single
• Font – Times New Roman, 12 point, single-sided pages
GRANTS.GOV SUBMISSION (For all Assistance Instruments):
1. Grants.gov Registration (See Section II.D.2. f. Grants.gov Registration below) must
be accomplished prior to application through this process. Note- All web links
referenced in this section and “Grants.gov Registration” (below) are subject to change
by grants.gov and may not be updated here.
2. Specific forms are required for submission of a proposal. The forms are contained
in the Application Package available through the Grants.gov application process. To
access these materials, go to Grants.gov Link select "Apply for Grants,” and then select
"Get Application Package." A Grant Application Package and Application
Instructions are available for through the Grants.Gov Apply portal under CFDA
Number 12.431/Funding Opportunity Number W911NF-21-S-0009. Select “Apply”
and then “Apply Now Using Workspace.” The following documents are mandatory:
(1) Application for Federal Assistance (Research and Related) (SF 424 (R&R), and (2)
Attachments form.
(a) The SF 424 (R&R) form is to be used as the cover page for all proposals.
Authorized Organization Representative (AOR) usernames and passwords serve as
“electronic signatures” when your organization submits applications through Grants.gov.
By using the SF 424 (R&R), proposers are providing the certification required by 32 CFR
Part 28 regarding lobbying. The SF 424 (R&R) must be fully completed.
(b) The Attachments form must contain the information outlined in Section II, D, 2 (b.
Preparing an Application), entitled “Table of Contents” of this BAA including the
electronic forms as follows:
(1) Research and Related Other Project Information;
(2) ARO Form 99, Summary Proposal Budget;
25
---
(3) ARO Current and Pending Support (unnumbered form)
(4) Representation by Corporations Regarding conviction of a Felony Criminal
Violation under any Federal or State Law and Representation by Corporations
Regarding an Unpaid Delinquent Tax Liability
Items (1)-(4) forms may be accessed at BAA Forms Item (4) “Representation relating to
Tax Liability and Felony Convictions” may be submitted on a word document and
attached to available field within the attachments form. The fillable PDF forms may be
saved to a working directory on a computer and opened and filled in using the latest
compatible Adobe Reader software application found at this Grants.Gov:
Grants.gov Adobe Compatibility
Note: Representation by Corporations Regarding Conviction of a Felony Criminal
Violation and Unpaid Delinquent Tax Liability require POC information and signature of
the authorized representative.
(c) All documents must be combined into separate and single PDF formatted files titled
using the Table of Contents names listed in “Section II.D.2.b. Preparing an Application”:
Preparation of complete Research Proposals”. Include “W911NF-21-S-0009” in title so
the proposal will be distinguished from other BAA submissions and upload using the
mandatory Attachments form.
(d) The training demonstration at Grants.gov Training will assist AORs in the
application process. Remember that you must open and complete the Application for
Federal Assistance (Research and Related) (SF 424 (R&R)) first, as this form will
automatically populate data fields in other forms. If you encounter any problems, contact
customer support at 1-800-518-4726 or at Grants.gov Support. If you forget your user
name or password, follow the instructions provided in the Credential Provider tutorial.
Tutorials may be printed by right-clicking on the tutorial and selecting “Print”.
(e) As it is possible for grants.gov to reject the proposal during this process, it is strongly
recommended that proposals be uploaded at least two days before any established
deadline in the BAA so that they will not be received late and be ineligible for award
consideration. It is also recommended to start uploading proposals at least two days
before the deadline to plan ahead for any potential technical and/or input problems
involving the applicant’s own equipment.
f. Grants.Gov Registration
Registration. Each organization that desires to submit applications via Grants.Gov must
complete a one-time registration. There are several one-time actions your organization
must complete in order to submit applications through Grants.gov (e.g., obtain a Dun and
26
---
Bradstreet Data Universal Numbering System (DUNS) number, register with the System
for Award Management (SAM), register with the credential provider, register with
Grants.gov and obtain approval for an Authorized Organization Representative (AOR) to
submit applications on behalf of the organization). To registered please see
Grants.gov Registration .
Please note the registration process for an Organization or an Individual can take
between three to five business days or as long as four weeks if all steps are not
completed in a timely manner.
Questions relating to the registration process, system requirements, how an
application form works, or the submittal process should be directed to Grants.gov
at 1-800-518-4726 or Grants.gov Support.
3. Unique Entity Identifier and System for Award Management (SAM)
Each applicant (unless the applicant is an individual or Federal awarding agency that is
exempt from those requirements under 2 CFR §25.110(b) or (c), or has an exception
approved by the Federal awarding agency under 2 CFR §25.110(d)) is required to:
(i) Be registered in SAM before submitting its application;
(ii) Provide a valid unique entity identifier in its application; and
(iii) Continue to maintain an active SAM registration with current information at all times
during which it has an active Federal award or an application or plan under
consideration by a Federal awarding agency.
The Federal awarding agency may not make a Federal award to an applicant until the
applicant has complied with all applicable unique entity identifier and SAM requirements. If
an applicant has not fully complied with the requirements by the time the Federal awarding
agency is ready to make a Federal award, the Federal awarding agency may determine that
the applicant is not qualified to receive a Federal award and use that determination as a basis
for making a Federal award to another applicant.
4. Submission Dates and Times:
White Papers:
White Papers must be submitted electronically via e-mail to WP Email
and received at the Army Research Office. The email subject line should contain the
following: W911NF-21-S-0009 LQC White Paper. Although White Papers may be
submitted at any time during the duration of this BAA, from program planning and budget
planning considerations White Papers are encouraged to be submitted during the period 1
February to 30 May. Feedback on the White Papers will be e-mailed directly to the
proposed principal investigators.
27
---
Proposals:
Proposals transmitted to be considered for award are encouraged to be submitted before 1
June for consideration within program planning and budget planning cycles of any fiscal
year.
Applicants are responsible for submitting electronic proposals in sufficient time to insure
Grants.gov receives it by the time specified in this BAA. If the electronic proposal is
received by Grants.gov after the exact time and date specified for receipt of offers, it will be
considered “late” and will not be considered for award. Acceptable evidence to establish the
time of receipt by Grants.gov includes documentary evidence of receipt maintained by
Grants.gov.
Because of potential problems involving the applicants’ own equipment, to avoid the
possibility of late receipt and resulting in ineligibility for award consideration, it is
strongly recommended that proposals be uploaded at least two business days before the
deadline established in the BAA.
If an emergency or unanticipated event interrupts normal Government processes so that
proposals cannot be received at grants.gov by the exact time specified in the solicitation, and
urgent Government requirements preclude amendment of the solicitation closing date, the
time specified for receipt of proposals will be deemed to be extended to the same time of day
specified in the solicitation on the first work day on which normal Government processes
resume.
Proposal Receipt Notices – After a proposal is submitted to Grants.gov, the AOR will
receive a series of three emails from Grants.gov. The first two emails will be received within
24 to 48 hours after submission. The first email will confirm time of receipt of the
application by the Grants.gov system and the second will indicate that the application has
either been successfully validated by the system prior to transmission to the grantor agency
or has been rejected due to errors. A third email will be received once the agency has
confirmed receipt of the proposal. The document, Tracking Your Application Package,
located at Tracking explains this process. The proposal is not considered received until the
AOR receives email #3.
5. Intergovernmental Review
Not Applicable
6. Funding Restrictions:
Category 1 Incubator Proposals: Multiple one to three-year awards are anticipated.
Proposals are expected to request less than $500K per year.
28
---
Category 2 Collaboratory Proposals: Multiple two to three-year awards are
anticipated. Proposals are expected to request less than $800K per year.
Category 3 QuaCR Proposals: Multiple three-year awards are anticipated for graduate
students and two-year awards for postdoctoral candidate.
The actual amount of each award will be contingent on availability of funds and the
scope of the proposed work. Depending on the results of the proposal evaluation,
there is no guarantee that any of the proposals submitted in response to a particular
program goal will be recommended for funding. Proposals may be funded in part.
7. Other Submission Requirements:
Information to Be Requested from Successful Offerors- Offerors whose proposals are
accepted for funding will be contacted before award to provide additional information
required for award. The required information is normally limited to clarifying budget
explanations, representations, certifications, and some technical aspects.
For Contracts Only- Performance Work Statements (PWS) - prior to award the Contracting
Officer may request that the contractor submit a PWS for the effort to be performed, which
will be incorporated into the contract at the time of award.
An applicant may withdraw a proposal at any time before award by written notice or by
email. Notice of withdrawal shall be sent to the Contracting/Grants Officer identified in
Section G, of this BAA. Withdrawals are effective upon receipt of notice by the
Contracting/Grants Officer.
E. Application Review Information:
1. Criteria:
a. Proposals submitted in response to this BAA will be evaluated and a recommendation
for selection be made on the following criteria:
(i) Scientific and technical merits of the proposed research; and
(ii) Potential contribution of the research, if successful, to significantly enhance the
feasibility of quantum computing.
(iii) Experience and qualifications of the principal investigator, other key research
personnel, QuaCR candidate if relevant, management approach, and the institution
sponsoring the proposal; and
29
---
(iv) The realism and reasonableness of cost.
NOTE: Cost sharing will not be considered in the evaluation.
2. Review and Selection Process:
The proposal selection process will be conducted based upon a technical review by a
panel of government scientists according to the evaluation criteria specified in Section
E.1 (Criteria). Each proposal will be evaluated based on the merit and relevance of the
specific proposal as it relates to the research topic rather than against other proposals for
research in the same general area.
3. Recipient Qualification
a. For Grant, Cooperative Agreement:
In accordance with 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
TIAs as follows:
(i) If the total Federal share will be greater than the simplified acquisition threshold on
any Federal award under a notice of funding opportunity (see §200.88 Simplified
Acquisition Threshold):
(a) 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);
(b) 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;
(c) 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
30
---
applicants as described in §200.205 Federal awarding agency review of risk posed by
applicants.
b. For Assistance awards recipients will be required to submit the following
representation prior to award:
Representations under DoD Assistance Agreements: Appropriations Provisions
on Tax Delinquency and Felony Convictions
The applicant is ( ) is not ( ) a “Corporation” meaning any entity, including any
institution of higher education, other nonprofit organization, or for-profit entity that has
filed articles of incorporation.
If the applicant is a “Corporation” please complete the following representations:
(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 a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
(2) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted
of a criminal violation under any Federal law within the preceding 24 months.
The “Representation relating to Tax Liability and Felony Convictions”, the form may
be accessed at BAA Forms
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 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
considerations before award decisions are made. Applicant’s authorized representative
must sign and date form.
c. For CONTRACT Proposals:
(i) The Federal Awardee Performance and Integrity Information System (FAPIIS) will
be checked prior to making an award. The web address is: FAPIIS Link The applicant
representing the entity may comment in this system on any information about itself that
a Federal Government Official entered. The information in FAPIIS will be used in
31
---
making a judgment about the entity’s 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.
(ii) For contracts, the following representation must be submitted prior to award if the
offeror's SAM Representations and Certifications are not dated after March 2016. If
the offeror's SAM Representations and Certifications have been updated after March
2016, this representation is not required to be submitted separately.
________________________________________________________________________
FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law (Feb 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if
contained in subsequent appropriations acts, the Government will not enter into a contract
with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in
a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an
agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the
Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency is aware of the conviction, unless an
agency has considered suspension or debarment of the corporation and made a
determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that—
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under
a Federal law within the preceding 24 months.
32
---
F. Award Administration Information:
1. Award Notices:
Initial notification of selection of proposals for funding will be emailed by ARO in a 90-day
window after submission of proposals.
The notification email of selection for funding 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/Grants Officer signs the grant, cooperative agreement or contract
award document.
Applicants whose proposals are recommended for negotiation of award will be contacted by
a Contract/Grant Specialist 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 other
information as applicable to the proposed award.
2. Administrative and National Policy Requirements:
a. Required Certifications
(i) For CONTRACT Proposals:
Certifications Required for Contract Awards. Certifications and representations shall
be completed by successful offerors prior to award. Federal Acquisition Regulation
(FAR) Online Representations and Certifications are to be completed through SAM at
website https://www.SAM.gov. Defense FAR Supplement and contract specific
certification packages will be provided to the contractor for completion prior to award.
FAR 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT
REQUIRE CERTAIN CONFIDENTIALITY AGREEMENTS OR STATEMENTS—
REPRESENTATION (JAN 2017)
(ii) For GRANT and COOPERATIVE AGREEMENT Proposals:
Grant awards greater than $100,000 require a certification of compliance with a
national policy mandate concerning lobbying. Statutes and Government-wide
regulations require the certification to be submitted prior to award. The certification is
set forth at Appendix A to 32 CFR 28 regarding lobbying. When submitting your grant
through Grants.gov, by completing blocks 18 and 19 of the Standard Form 424
Research and Related (R&R) Form, the grant applicant is providing the certification on
33
---
lobbying required by 32 CFR Part 28, otherwise a signed copy by the authorized
representative must be provided. Below is the required certification:
(a). CERTIFICATION AT APPENDIX A TO 32 CFR PART 28 REGARDING
LOBBYING: Certification for Contracts, Grants, Loans, and Cooperative
Agreements The undersigned certifies, to the best of his or her knowledge and belief,
that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, 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 this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions.
(3) The undersigned 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 into this transaction imposed by Section 1352,
title 31, U.S. Code. 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.
(b). PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS –
REPRESENTATION
34
---
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: (1) the basis for this representation is a prohibition in section 743 of the
Financial Services and General Government Appropriations Act, 2015, Pub. L. 113-
235) on provision of funds through grants and cooperative agreements to entities with
certain internal confidentiality agreements or statements; and 2) section 743 states
that it does not contravene requirements applicable to Standard Form 312, Form
4414, or any other form issued by a Federal department or agency governing the
nondisclosure of classified information.
b. Policy Requirements
i. PROTECTION OF HUMAN SUBJECTS:
(1) Assistance Instruments:
(a) The recipient must protect the rights and welfare of individuals who participate as
human subjects in research under this award and comply with the requirements at 32
CFR part 219, Department of Defense Instruction (DoDI) 3216.02, 10 U.S.C. 980,
and when applicable, Food and Drug Administration (FDA) regulations.
(b) The recipient must not begin performance of research involving human subjects,
also known as human subjects research (HSR), that is covered under 32 CFR part
219, or that meets exemption criteria under 32 CFR 219.101(b), until you receive a
formal notification of approval from a DoD Human Research Protection Official
(HRPO). Approval to perform HSR under this award is received after the HRPO has
performed a review of the recipient’s documentation of planned HSR activities
and has officially furnished a concurrence with the recipient’s determination as
presented in the documentation.
(c) In order for the HRPO to accomplish this concurrence review, the recipient must
provide sufficient documentation to enable his or her assessment as follows:
35
---
(i) If the HSR meets an exemption criteria under 32 CFR 219.101(b), the
documentation must include a citation of the exemption category under 32 CFR
219.101(b) and a rationale statement.
(ii) If the recipient’s activity is determined as “non-exempt research involving human
subjects”, the documentation must include:
for Human Research Protections (OHRP) Federal Wide Assurance (FWA))
appropriate for the scope of work or program plan; and
by the IRB to make their determination.
(d) The HRPO retains final judgment on what activities constitute HSR, whether an
exempt category applies, whether the risk determination is appropriate, and whether
the planned HSR activities comply with the requirements in paragraph (a) of this
section.
(e) The recipient must notify the HRPO immediately of any suspensions or
terminations of the Assurance of Compliance.
(f) DoD staff, consultants, and advisory groups may independently review and inspect
the recipient’s research and research procedures involving human subjects and, based
on such findings, DoD may prohibit research that presents unacceptable hazards or
otherwise fails to comply with DoD requirements.
(g) Definitions for terms used in this article are found in DoDI 3216.02.
(2) Contracts: The appropriate clauses shall be added to the award.
ii. ANIMAL USE:
(1) Assistance Instruments:
(a) Prior to initiating any animal work under the award, the recipient must:
(i) Register the recipient’s research, development, test, and evaluation or training
facility with the Secretary of Agriculture in accordance with 7 U.S.C. 2136 and 9
CFR section 2.30, unless otherwise exempt from this requirement by meeting the
conditions in 7 U.S.C. 2136 and 9 CFR parts 1-4 for the duration of the activity.
36
---
(ii) Have the recipient’s proposed animal use approved in accordance with DoDI
3216.01, Use of Animals in DoD Programs by a DoD Component Headquarters
Oversight Office.
(iii) Furnish evidence of such registration and approval to the grants officer.
(b) The recipient must make the animals on which the research is being conducted,
and all premises, facilities, vehicles, equipment, and records that support animal care
and use available during business hours and at other times mutually agreeable to the
recipient, the United States Department of Agriculture Office of Animal and Plant
Health Inspection Service (USDA/APHIS) representative, personnel representing the
DoD component oversight offices, as well as the grants officer, to ascertain that the
recipient is compliant with 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and DoDI
3216.01.
(c) The recipient’s care and use of animals must conform with the pertinent laws of
the United States, regulations of the Department of Agriculture, and regulations,
policies, and procedures of the DoD (see 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and
DoDI 3216.01).
(d) The recipient must acquire animals in accordance with DoDI 3216.01.
(2) Contracts: The appropriate clauses shall be added to the award.
(iii) BIOLOGICAL DEFENSE SAFETY PROGRAM REQUIREMENTS: For All
Awards. Successful offerors whose Principal Investigators are conducting research
with Bio-safety Levels 3 and 4 material must prepare a Facility Safety Plan in
accordance with 32 Code of Federal Regulations (CFR) 626.18. See URL: CFR Link
for a copy of 32 CFR 626.18, Biological Defense Safety Program.
(iv) MILITARY RECRUITING: For Assistance Instruments Only. This is to notify
potential offerors that each grant or cooperative agreement awarded under this
announcement to an institution of higher education must include the following term
and condition:
"As a condition for receipt of funds available to the Department of Defense (DOD)
under this award, the recipient agrees that it is not an institution of higher education
(as defined in 32 CFR part 216) that has a policy of denying, and that it is not an
institution of higher education that effectively prevents, the Secretary of Defense
from obtaining for military recruiting purposes: (A) entry to campuses or access to
students on campuses or (B) access to directory information pertaining to students. If
the recipient is determined, using the procedures in 32 CFR part 216,
37
---
to be such an institution of higher education during the period of performance of this
agreement, and therefore to be in breach of this clause, the Government will cease all
payments of DOD funds under this agreement and all other DOD grants and
cooperative agreements to the recipient, and it may suspend or terminate such grants
and agreements unilaterally for material failure to comply with the terms and
conditions of award."
If your institution has been identified under the procedures established by the
Secretary of Defense to implement Section 558, then: (1) no funds available to DOD
may be provided to your institution through any grant, including any existing grant,
(2) as a matter of policy, this restriction also applies to any cooperative agreement,
and (3) your institution is not eligible to receive a grant or cooperative agreement in
response to this solicitation.
(v) MILITARY RECRUITING: For Contracts Only. This is to notify potential
offerors that each contract awarded under this announcement to an institution of
higher education shall include the following clause: Defense Federal Acquisition
Regulation Supplement (DFARS) clause 252.209-7005, Military Recruiting on
Campus.
(vi) SUBCONTRACTING: For Contracts Only. This section is applicable to
contracts where the dollar threshold is expected to exceed to $750,000.00. Pursuant to
Section 8(d) of the Small Business Act [15 U.S.C. 637(d)], it is the policy of the
Government to enable small business concerns to be considered fairly as
subcontractors under all research agreements awarded to prime contractors. The
required elements of the Subcontracting Plan are set forth by FAR 52.219-9
(DEVIATION 2013-O0014) and DFARS 252.219-7003.
Subcontracting Plan Goals. Small business subcontracting goals are established on an
individual contract basis. The applicant is requested to consider, when appropriate,
the Governments’ subcontracting goals. When applied to R&D the small business-
subcontractor plan should result in the best mix of cost schedule and performance.
(vi) EXPORT CONTROL LAWS:
(1) Assistance Instruments: N/A
(2) Contracts: Applicants should be aware of current export control laws and are
responsible for ensuring compliance with all International Traffic in Arms
Regulation (ITAR) (22 CFR 120 et. Seq.) requirements, as applicable. In some
cases, developmental items funded by the Department of Defense are now
38
---
included on the United States Munition List (USML) and are therefore subject to
ITAR jurisdiction. Applicants should address in their proposals whether ITAR
restrictions apply or do not apply, such as in the case when research products
would have both civil and military application, to the work they are proposing to
perform for the Department of Defense. The USML is available online at
https://www.ecfr.gov/cgi-bin/text-idx?node=pt22.1.121 Additional information
regarding the President's Export Control Reform Initiative can be found at
http://export.gov/ecr/index.asp
vii. DRUG-FREE WORKPLACE:
(1) Assistance Instruments: The recipient must comply with drug-free workplace
requirements in Subpart B of 2 CFR part 26, which is the DoD implementation of
41 U.S.C. chapter 81, “Drug-Free Workplace.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
viii. DEBARMENT AND SUSPENSION:
(1) Assistance Instruments: The recipient must comply with requirements regarding
debarment and suspension in Subpart C of 2 CFR part 180, as adopted by DoD at 2
CFR part 1125. This includes requirements concerning the recipient’s principals
under an award, as well as requirements concerning the recipient’s procurement
transactions and subawards that are implemented in DoD Research and
Development General Terms and Conditions PROC Articles I through III and SUB
Article II.
(2) Contracts: The appropriate clause(s) shall be added to the award.
ix. REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION:
(1) Assistance Instruments: The recipient must report information about subawards and
executive compensation as specified in the award term in Appendix A to 2 CFR part
170, “Reporting subaward and executive compensation information,” modified as
follows: (a) To accommodate any future designation of a different Government wide
Web site for reporting subaward information, the Web site “http://www.fsrs.gov” cited
in paragraphs a.2.i. and a.3 of the award provision is replaced by the phrase
“http://www.fsrs.gov or successor OMB designated Web site for reporting subaward
information”; (b) To accommodate any future designation of a different Government
wide Web site for reporting executive compensation information, the Web site
“http://www.sam.gov” cited in paragraph b.2.i. of the award provision is replaced by
39
---
the phrase “https://www.sam.gov or successor OMB-designated Web site for reporting
information on total compensation”; and 106 (c) The reference to “Sec. ___.210 of the
attachment to OMB Circular A-133, “Audits of States, Local Governments, and Non-
Profit Organizations” in paragraph e.3.ii of the award term is replaced by “2 CFR
200.330, as implemented in DoD Research and Development General Terms and
Conditions SUB Article I of this award.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
3. Reporting:
Reports including number and types will be specified in the award document but will include
as a minimum quarterly technical and financial status reports. The reports shall be prepared
and submitted in accordance with the procedures contained in the award document and
mutually agreed upon before award. Reports and briefing material will also be required as
appropriate to document progress in accomplishing program metrics.
MANPOWER CONTRACTOR REPORTING: For Contracts Only. The Office of the
Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a
secure Army data collection site where the contractor will report ALL contractor manpower
(including subcontractor manpower) required for performance of this contract. The
contractor is required to completely fill in all the information in the format using the
following web address: www.sam.gov . The required information includes:
(1) Contracting Office, Contracting Officer, Contracting Officer’s Technical
Representative;
(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor
employee entering data;
(5) Estimated direct labor hours (including sub-contractors);
(6) Estimated direct labor dollars paid this reporting period (including sub- contractors);
(7) Total payments (including sub-contractors);
(8) Predominate Federal Service Code (FSC) reflecting services provided by contractor
(and separate predominant FSC for each sub-contractor if different);
(9) Estimated data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army
Requiring Activity (the Army Requiring Activity is responsible for providing the
contractor with its UIC for the purposes of reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip
code in the United States and nearest city, country, when in an overseas location, using
standardized nomenclature provided on website);
40
---
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor and sub-contractor employees deployed in theater this
reporting period (by country).
As part of its submission, the contractor will also provide the estimated total cost (if any)
incurred to comply with this reporting requirement. Reporting period will be the period of
performance not to exceed 12 months ending 30 September of each government fiscal year
and must be reported by 31 October of each calendar year.
Contractors may use a direct XML data transfer to the database server or fill in the fields on
the website. The XML direct transfer is a format for transferring files from a contractor’s
systems to the secure web site without the need for separate data entries for each required
data element at the web site. The specific formats for the XML direct transfer may be
downloaded from the web site.
If the total Federal share exceeds $500,000 on any Federal award under a notice of funding
opportunity, the post-award reporting requirements reflected in Appendix XII to Part 200 of
Title 2 CFR will be included in the award document. This requirement also applies to
modifications of awards that: 1) increase the scope of the award, 2) are issued on or after
January 1, 2016, and 3) increase the federal share of the award’s total value to an amount that
exceeds $500,000.
G. Agency Contacts, LQC Website:
Questions of a technical nature or a programmatic nature shall be directed as specified below:
Technical Program Point of Contact (ARO):
Dr. T.R. Govindan
Army Research Office
Email Address: t.r.govindan.civ@mail.mil
Technical Program Point of Contact (LPS):
Dr. Charles Tahan
Laboratory for Physical Sciences
Email Address: ctahan@lps.umd.edu
Questions of a business nature shall be directed to the contact info, as specified below:
Email address: Business Q&A
Comments or questions submitted should be concise and to the point, eliminating any
unnecessary verbiage. In addition, the relevant part and paragraph of the Broad Agency
Announcement (BAA) should be referenced.
41
---
Information about the LPS Qubit Collaboratory can be found at: LQC
H. Other Information:
Below are 2 separate outlines of the informational requirements for a sample cost proposal. H.1.
is for a procurement contract and H.2 for grants and cooperative agreements.
1. CONTRACT Proposals:
Cost Proposal – {No Page Limit} Cover sheet to
include:
(1) BAA number;
(2) Technical area;
(3) Lead Organization submitting proposal;
(4) Type of business, selected among the following
categories: “LARGE BUSINESS”, “SMALL
DISADVANTAGED BUSINESS”, “OTHER SMALL
BUSINESS”, “HBCU”, “MI”, “OTHER
EDUCATIONAL”, OR “OTHER NONPROFIT”;
(5) Contractor’s reference number (if any);
(6) Other team members (if applicable) and type of
business for each;
(7) Proposal title;
(8) Technical point of contact to include: salutation, last name, first name, street address,
city, state, zip code, telephone, fax (if available), electronic mail (if available);
(9) Administrative point of contact to include: salutation, last name, first name, street
address, city, state, zip code, telephone, fax (if available), and electronic mail (if available);
(10) Award instrument requested: cost-plus-fixed-free (CPFF), cost-contract—no fee,
cost sharing contract – no fee, or other type of procurement contract (specify).
(11) Place(s) and period(s) of performance;
(12) Total proposed cost separated by basic award and option(s) (if any);
(13) Name, address, and telephone number of the proposer’s cognizant
Defense Contract Management Agency (DCMA) administration office
(if known);
(14) Name, address, and telephone number of the proposer’s cognizant Defense Contract
Audit Agency (DCAA) audit office (if
known);
(15) Date proposal was prepared;
42
---
(16) DUNS number;
(17) TIN number; and
(18) Cage Code;
(19) Subcontractor Information; and
(20) Proposal validity period
(21) Any Forward Pricing Rate Agreement, other such approved rate information, or such other
documentation that may assist in expediting negotiations (if available).
I. Reasoning for Submitting a Strong Cost Proposal
The ultimate responsibility of the Contracting Officer is to ensure that all prices offered in a
proposal are fair and reasonable before contract award [FAR 15.4]. To establish the
reasonableness of the offered prices, the Contracting Officer may ask the offeror to provide
various supporting documentation that assists in this determination. The offeror’s ability to
be responsive to the Contracting Officer’s requests can expedite contract award. As
specified in Section 808 of Public Law 105-261, an offeror who does not comply with a
requirement to submit information for a contract or subcontract in accordance with
paragraph (a)(1) of FAR 15.403-3 may be ineligible for award.
II. DCAA-Accepted Accounting System
A) Before a contract can be awarded, the Contracting Officer must confirm that the offeror has
a Defense Contract Audit Agency (DCAA)-accepted accounting system in place for
accumulating and billing costs under Government contracts [FAR 53.209-1(f)]. If the
offeror has DCAA correspondence, which documents the acceptance of their accounting
system, this should be provided to the Contracting Officer (i.e. attached or referenced in the
proposal). Otherwise, the Contracting Officer will submit an inquiry directly to the
appropriate DCAA office and request a review of the offeror’s accounting system.
B) If an offeror does not have a DCAA-accepted accounting system in place, the DCAA
review process can take several months depending upon the availability of the DCAA
auditors and the offeror’s internal processes. This will cause a delay in contract award.
C) For more information about cost proposals and accounting standards, view the link titled
“Information for Contractors” on the main menu on their website.
III. Field Pricing Assistance
During the pre-award cost audit process, the Contracting Officer will solicit support from
DCAA to determine commerciality and price reasonableness of the proposal [FAR 15.404-2].
Any proprietary information or reports obtained from DCAA field audits will be
appropriately identified and protected within the Government.
43
---
IV. Sample Cost Proposal – “Piece by Piece”
A) To help guide offerors through the pre-award cost audit process, a sample cost proposal
is detailed below. This sample also allows the offeror to see exactly what the
Government is looking for; therefore, all cost and pricing back-up data can be provided
to the Government in the first cost proposal submission. Review each cost element
within the proposal, and take note of the types of documentation that the Contracting
Officer will require from the offeror.
B) Direct Labor: The first cost element included in the cost proposal is Direct Labor.
The Department of Defense (DoD) requires each proposed employee to be listed by
name and labor category.
Below is the Direct Labor as proposed by our sample offeror:
DIRECT LABOR YEAR 1 YEAR 2
Employee Labor Direct Hours Total Direct Hours Total Direct
Name Category Hourly Direct Hourly Labor
Rate Labor Rate
Andy Program $55.00 720.00 $39,600.00 $56.65 720.00 $40,788.00
Smith Manager
Bryan Senior $40.00 672.00 $26,880.00 $41.20 672.00 $27,686.40
Andrew Engineer
Cindy Principal $50.00 512.00 $25,600.00 $51.50 512.00 $26,368.00
Thomas Engineer
David Entry Level $10.00 400.00 $4,000.00 $10.30 400.00 $4,120.00
Porter Engineer
Edward Project $25.00 48.00 $1,200.00 $25.75 48.00 $1,236.00
Bean Administrator
Subtotal $97,280.00 $100,198.40
Direct
Labor
(DL)
1) For this cost element, the Contracting Officer requires the offeror to provide adequate
documentation in order to determine that each labor rate for each employee/labor
category is fair and reasonable. The documentation will need to explain how these
labor rates were derived. For example, if the rates are DCAA- approved labor rates,
provide the Contracting Officer with copies of the DCAA documents stating the
approval. This is the most acceptable means of documentation to determine the rates
44
---
fair and reasonable. Other types of supporting documentation may include General
Service Administration (GSA) contract price lists, actual payroll journals, or
Salary.com research. If an employee listed in a cost proposal is not a current
employee (maybe a new employee, or one contingent upon the award of this
contract), a copy of the offer letter stating the hourly rate - signed and accepted by
the employee - may be provided as adequate documentation. Sometimes the hourly
rates listed in a proposal are derived through subjective processes, i.e., blending of
multiple employees in one labor category, or averaged over the course of the year to
include scheduled payroll increases, etc. These situations should be clearly
documented for the Contracting Officer.
2) Another cost element in Direct Labor is labor escalation, or the increase in labor rates
from Year 1 to Year 2. In the example above, the proposed labor escalation is 3%
(ex., Andy Smith increased from $55.00/hr in Year 1, by 3% to $56.65/hr in Year 2).
Often times, an offeror may not propose escalation on labor rates during a 24-month
period. Whatever the proposed escalation rate is, please be prepared to explain why it
is fair and reasonable [ex., A sufficient explanation for our sample escalation rate
would be the Government’s General Schedule Increase and Locality Pay for the same
time period (name FY) in the same location (name location) was published as 3.5%,
therefore a 3% increase is fair and reasonable].
C) Other Direct Costs (ODCs): This section of the cost proposal includes all other directly
related costs required in support of the effort i.e., materials, subcontractors, consultants, travel,
etc. Any cost element that includes various items will need to be detailed in a cost breakdown
to the Contracting Officer.
1) Direct Material Costs: This subsection of the cost proposal will include any special
tooling, test equipment, and material costs necessary to perform the project. Items
included in this section will be carefully reviewed relative to need and
appropriateness for the work proposed, and must, in the opinion of the Contracting
Officer, be advantageous to the Government and directly related to the specific
topic.
a) The Contracting Officer will require adequate documentation from the offeror to
determine the cost reasonableness for each material cost proposed. The
following methods are ways in which the Contracting Officer can determine this
[FAR 15.403-1].
i) Adequate Price Competition. A price is based on adequate price
competition when the offeror solicits and receives quotes from two or more
responsible vendors for the same or similar items or services. Based on
these quotes, the offeror selects the vendor who represents the best value to
45
---
the Government. The offeror will be required to provide copies of all
vendor quotes received to the Contracting Officer.
Note: Price competition is not required for items at or below the
micropurchase threshold ($5,000) [FAR 15.403-1]. If an item’s unit
cost is less than or equal to $5,000 price competition is not
necessary. However, if an item’s total cost over the period of
performance (unit cost * quantity is higher than $5,000, two or more
quotes must be obtained by the offeror.
ii) Commercial Prices. Commercial prices are those published on current price
lists, catalogs, or market prices. This includes vendors who have prices
published on a GSA-schedule contract. The offeror will be required to
provide copies of such price lists to the Contracting Officer.
iii) Prices set by law or regulation. If a price is mandated by the Government
(i.e. pronouncements in the form of periodic rulings, reviews, or similar
actions of a governmental body, or embodied in the laws) that is sufficient
to set a price.
b) Below is the list of Direct Material costs included in our sample
proposal:
i)
DIRECT MATERIAL COSTS: YEAR 1 YEAR 2
Raw Materials $35,000.00 $12,000.00
Computer for experiments $4,215.00 $0.00
Cable (item #12-3657, 300 ft) $1,275.00 $0.00
Software $1,825.00 $1,825.00
Subtotal Direct Materials Costs $42,315.00 $13,825.00
(DM):
ii) “Raw Materials”: This is a generic label used to group many material items
into one cost item within the proposal. The Contracts Officer will require a
detailed breakout of all the items that make up this cost. For each separate item
over $3,000 (total for Year 1 + Year 2), the offeror must be able to provide
either competitive quotes received, or show that published pricing was used.
iii) “Computer for experiments”: Again, this item is most likely a grouping of
several components that make up one system. The Contracts Officer will
46
---
require a detailed breakout of all the items that make up this cost. For each
separate item over $3,000 (total for Year 1 + Year 2), the offeror must be
able to provide either competitive quotes received, or show that published
pricing was used.
iv) “Cable”: Since this item is under the micro purchase threshold of $5,000,
competitive quotes or published pricing are not required. Simply
provide documentation to show the Contracting Officer where this
price came from.
v) “Software”: This cost item could include either one software product, or
multiple products. If this includes a price for multiple items, please
provide the detailed cost breakdown. Note: The price for Year 1 ($1,825)
is below the micro purchase threshold; however, in total (Year 1 + Year 2)
the price is over $5,000, so competitive quotes or published pricing
documentation must be provided.
c) Due to the specialized types of products and services necessary to perform these
projects, it may not always be possible to obtain competitive quotes from more
than one reliable source. Each cost element over the simplified acquisition
threshold ($5,000) must be substantiated. There is always an explanation for
HOW the cost of an item was derived; show us how you came up with that
price!
d) When it is not possible for an offeror to obtain a vendor price through
competitive quotes or published price lists, a Contracting Officer may
accept other methods to determine cost reasonableness. Below are some
examples of other documentation, which the Contracting Officer may
accept to substantiate costs:
i) Evidence that a vendor/supplier charged another offeror a similar price
for similar services. Has the vendor charged someone else for the same
product? (Two (2) to three (3) invoices from that vendor to different
customers may be used as evidence.)
ii) Previous contract prices. Has the offeror charged the Government a similar
price under another Government contract for similar services? If the
Government has already paid a certain price for services, then that price
may already be considered fair and reasonable. (Provide the contract
number, and billing rates for reference.)
47
---
iii) DCAA approved. Has DCAA already accepted or verified specific
cost items included in your proposal? (Provide a copy of DCAA
correspondence that addressed these costs.)
2) Below is the remaining ODC portion of our proposal including equipment,
subcontractors, consultants, and travel. Assume in this scenario that competitive
quotes or catalog prices were not available for these items:
OTHER DIRECT COSTS: YEAR 1 YEAR 2
Equipment Rental for Analysis $5,500.00 $5,600.00
Subcontractor – Lockheed $25,000.00 $0.00
Consultant: John Bowers $0.00 $12,000.00
Travel $1,250.00 $1,250.00
Subtotal Other Direct Costs $31,750.00 $18,850.00
(ODC):
a) “Equipment Rental for Analysis”: The offeror explains that the Year 1 cost of
$5,500 is based upon 250 hours of equipment rental at an hourly rate of $22.00/hr.
One (1) invoice from the vendor charging another vendor the same price for the
same service is provided to the Contracting Officer as evidence. Since this cost is
over the simplified acquisition threshold, further documentation to determine cost
reasonableness is required. The offeror is able to furnish another invoice charging a
second vendor the same price for the same service.
b) “Subcontractor – Widget, Inc.”: The offeror provides a copy of the
subcontractor quote to the Contracting Officer in support of the $25,000 cost.
This subcontractor quote must include sufficient detailed information
(equivalent to the data included in the prime’s proposal to the Government), so
that the Contracting Officer can make a determination of cost reasonableness.
i) As stated in Section 3.5(c)(6) of the DoD Cost Proposal guidance, “All
subcontractor costs and consultant costs must be detailed at the same level as
prime contractor costs in regards to labor, travel, equipment, etc. Provide
detailed substantiation of subcontractor costs in your cost proposal.”
ii) In accordance with FAR 15.404-3, “the Contracting Officer is responsible
for the determination of price reasonableness for the prime contract,
including subcontracting costs”. This means that the subcontractor’s
quote/proposal may be subject to the same scrutiny by the Contracting
Officer as the cost proposal submitted by the prime. The Contracting Officer
will need to determine whether the subcontractor has an accepted purchasing
48
---
system in place and/or conduct appropriate cost or price analyses to establish
the reasonableness of proposed subcontract prices. Due to the proprietary
nature of cost data, the Subcontractor may choose to submit their pricing
information directly to the Contracting Officer and not through the prime.
This is understood and encouraged.
iii) When a subcontractor is selected to provide support under the prime
contract due to their specialized experience, the Contracting Officer may
request sole source justification from the offeror.
c) “Consultant – John Bowers”: Again, the offeror shall provide a copy of the
consultant’s quote to the Contracting Officer as evidence. In this example, the
consultant will be charging an hourly rate of $125 an hour for 96 hours of
support. The offeror indicates to the Contracting Officer that this particular
consultant was used on a previous contract with the Government (provide
contract number), and will be charging the same rate. A copy of the
consultant’s invoice to the offeror under the prior contract is available as
supporting evidence. Since the Government has paid this price for the same
services in the past, determination has already been made that the price is fair.
d) “Travel”: The Contracting Officer will require a detailed cost breakdown for
travel expenses to determine whether the total cost is reasonable based on
Government per diem and mileage rates. This breakdown shall include the
number of trips, the destinations, and the number of travelers. It will also need to
include the estimated airfare per round trip, estimated car rental, lodging rate per
trip, tax on lodging, and per diem rate per trip. The lodging and per diem rates
must coincide with the Joint Travel Regulations. Please see the following website
to determine the appropriate lodging and per diem rates:
http://www.defensetravel.dod.mil/site/perdiemCalc.cfm
Additionally, the offeror must provide why the airfare is fair and reasonable as
well. Sufficient back up for both airfare and car rental would include print outs of
online research at the various travel search engines (Expedia, Travelocity, etc.)
documenting the prices for airfare and car rentals thus proving why your chosen
rate is fair and reasonable.
i) Below is a sample of the travel portion:
TRAVEL Trips Travelers Nights Days Unit Cost Total Travel
Airfare per 1 1 $996.00 $996.00
roundtrip
Lodging per day 1 1 1 $75.00 $75.00
Tax on
49
---
Lodging
(12%) per day 1 1 1 $9.00 $9.00
Per Diem per day 1 1 2 $44.00 $88.00
Automobile 2
Rental per day 1 1 $41.00 $82.00
Subtotal $1,250.00
Travel
D) Indirect Rates: Indirect rates include elements such as Fringe Benefits, General &
Administrative (G&A), Overhead, and Material Handling costs. The offeror shall
indicate in the cost proposal both the indirect rates (as a percentage) as well as how those
rates are allocated to the costs in the proposal.
INDIRECTS YEAR 1 YEAR 2
Subtotal Direct Labor (DL): $97,280.00 $100,198.40
Fringe Benefits, if not included in Overhead,
rate (15.0000 %) X DL = $14,592.00 $15,029.76
Labor Overhead (rate 45.0000 %) X (DL +
Fringe) = $50,342.40 $51,852.67
Total Direct Labor (TDL): $162,214.40 $167,080.83
1) In this example, the offeror includes a Fringe Benefit rate of 15.00% that it
allocated to the Direct Labor costs. They also propose a Labor Overhead rate of
45.00% that is allocated to the Direct Labor costs plus the Fringe Benefits.
2) All indirect rates and the allocation methods of those rates must be verified by the
Contracting Officer. In most cases, DCAA documentation supporting the indirect
rates and allocation methods can be obtained through a DCAA field audit or proposal
review. Many offerors have already completed such reviews and have this
documentation readily available. If an offeror is unable to participate in a DCAA
review to substantiate indirect rates, the Contracting Officer may request other
accounting data from the offeror to make a determination.
E.) Cost of Money (COM): If Cost of Money (an imputed cost that is not a form of interest on
borrowings (see FAR 31.205-20); an “incurred cost” for cost-reimbursement purposes under
50
---
[Document continues — 5 more pages]
---
W911NF21S0009-SPECIALNOTICE-1
DEVCOM Army Research Laboratory
SPECIAL NOTICE FOR
LPS Qubit Collaboratory (LQC)
W911NF21S0009-Special Notice-1
Issued by:
U.S. Army Contracting Command-Aberdeen Proving Ground
Research Triangle Park Division
P.O. BOX 12211
Research Triangle Park, NC 27709-2211
---
Funding Opportunity Title: LPS Qubit Collaboratory Special Research Topics Announcement
Funding Instrument Type: Grants, Cooperative Agreements, Procurement Contracts
Funding Opportunity Number in Grants.gov: W911NF21S0009-SPECIALNOTICE-1
Description:
The purpose of this Special Notice under the DEVCOM Army Research Laboratory (ARL) Broad Agency
Announcement (BAA) (W911NF21S0009), under Opportunity W911NF21S0009-SPECIALNOTICE-1, is to
advance fundamental understanding of the operation of superconductor qubits and strategies to
accelerate learning of fundamental concepts in quantum computing.
Synopsis:
The U.S. Army Combat Capabilities Development Command (DEVCOM), Army Research Laboratory (ARL)-Army
Research Office (ARO) is looking for proposed research and development solutions under the Broad Agency
Announcement (BAA) W911NF21S0009-2 for Basic and Applied Scientific Research in Quantum Computing. The title
for this Special Notice is “LPS Qubit Collaboratory Special Topics.” Upon receipt, compliant proposals will be
reviewed through a technical and programmatic process in accordance with the evaluation criteria referenced in the
W911NF21S0009-2 LQC BAA to determine which proposal may be awarded Grant, Cooperative Agreement, or
Procurement Contract under this topic.
This Broad Agency Announcement (BAA) which sets forth research areas of interest to the DEVCOM
Army Research Laboratory- Army Research Office (ARL-ARO) and the National Security Agency (NSA) is
issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation (FAR), and 10 U.S.C. 4001, 10
U.S.C. 4021, and 10 U.S.C. 4022 which provides for the competitive selection of basic research
proposals. Proposals submitted in response to this Special Notice and selected for award are considered
to be the result of full and open competition and in full compliance with the provision of Public Law 98-
369, "The Competition in Contracting Act of 1984" and subsequent amendments.
The Department of Defense agencies involved in this program reserve the right to select for award; all,
some, or none of the proposals submitted in response to this announcement. The participating DoD
agencies will provide no funding for direct reimbursement of proposal development costs. Technical and
cost proposals (or any other material) submitted in response to this announcement will not be returned.
It is the policy of participating DoD agencies to treat all proposals as sensitive, competitive information
and to disclose their contents only for the purposes of evaluation.
The Government reserves the right to cancel this special notice without award for any reason or for no reason.
Issuance of this notice does not commit the Government to pay for any preparation costs incurred in compiling
a response. As a general matter, all requirements referenced in BAA W911NF21S0009-2 apply to this effort.
LPS Qubit Collaboratory Special Announcement Research Topics
Proposals are sought for three research topics fir this Special Announcement.
1. Fundamental Studies of Superconducting Qubits
2. Next Generation Josephson Junctions
3. Accelerated Learning of Quantum Information Concepts
Proposals are sought from a small number of research groups to collaboratively investigate outstanding
research challenges in these three research topic areas. In addition to addressing the technical aspects
of the research thrust, white paper and proposal responses should include:
---
a. A statement of need describing the specific outstanding challenge that is address by the
research activity
b. Identify the key collaboration partners and means of support that enable their efforts;
c. Description of the collaboration approach including anticipated meeting schedule and plans
to share methods, procedures, samples, data, and personnel;
d. Milestones and metrics to effectively assess success of the proposed research activity;
e. Facilities and equipment available and/or needed to complete the proposed research.
1. Fundamental Studies of Superconducting Qubits: To improve the performance of superconducting
qubits, sources of noise must be identified, quantified, modeled, and mitigation strategies
implemented. Furthermore, two-qubit gates, leading to a multiqubit system, need to be improved.
Proposed research should include one or more of the following activities:
a. Develop tools to quantify sources of energy loss and dephasing which limit superconducting
qubits or mitigation strategies to reduce sources of noise;
b. Develop theoretical models that accurately describe measured observations across a range
of experimental conditions;
c. Propose and develop a high fidelity two-qubit gate for superconducting qubits with the
capability of an expandable architecture resulting in a five physical qubit processor.
2. Next-Generation Josephson Junctions: State-of-the-art superconducting qubits are ubiquitously
created using sub-micron sized Josephson junctions (JJ) using aluminum/aluminum oxide/aluminum
devices made with double angle evaporation. High performing JJs that can be used in transmon,
fluxonium, tunable couplers, or novel qubits are needed to expand the quantum circuit design
space. Proposed research must include demonstration of prototype devices and incorporation into
qubits on low-loss substrates such as float zone silicon or sapphire. Possible research activities
include:
a. Wafer-scale materials synthesis;
b. Fabrication methods to produce mesa or lateral JJ devices;
c. Novel superconducting qubits enabled by innovative JJs such as JJs with tunnel barriers
fabricated from semiconductors or non-magnetic quantum materials, multi-terminal JJs, or
vertical JJ stacks;
d. Josephson junctions requiring single device assembly such as 2D materials and nanowires
will not be considered.
3. Accelerated Learning of Quantum Information Concepts: There is a pressing need in Quantum
Information Science & Technology (QIST) for a broader talent base at all degree levels with practical
experience related to the design and operation of specific qubit technologies. This experience
includes maintenance, implementation, and optimization of the unique operational environments
associated with any given qubit technology. Research proposals should develop innovative
approaches that foster the realization of an all-encompassing future quantum workforce through
practical hands-on laboratory experiences and training methodologies. This topic will explore a
range of training methodologies and teaching timelines that align with one or more of the following
categories:
d. Deeply immersive undergraduate QIS laboratory training with superconducting or
semiconductor-based qubits that provide focus to one or more of the following:
i. Designing a small-scale quantum processor with up to three-qubits that has
potential to complete single qubit experiments such as Rabi, Ramsey, and Hahn-
Echo experiments; double qubit operations such as creating Bell Pairs; and three
qubit algorithms such as Teleportation and Deutsch-Jozsa algorithms;
---
ii. Hands-on experiences that culminate in operating qubits to perform coherent
measurements;
e. Condensed re-training programs designed to provide the necessary skills to perform and
analyze coherent qubit measurements;
f. Training and certification programs for quantum technicians supporting design,
maintenance, installation, optimization, and/or troubleshooting of dilution refrigerators,
vacuum systems, or other environments needed to support qubit operation, along with
components facilitating coherent qubit measurements.
Incubator projects within the Accelerated Learning of Quantum Information Concepts thrust should
focus on the development and initial testing and evaluation of proposed methods applicable for the
training and retraining of technical individuals that have a range of experiences and knowledge. A
small laboratory class consisting of a few students would be sufficient for initial testing. The full
implementation and execution of the proposed approach in a larger setting may be funded upon
successful completion of the incubator phase and a determination to proceed to the Collaboratory
phase has been made. All phases of development are expected to be performed collaboratively
with the LQC and its personnel.
In addition to the required information outlined above, white paper responses to the Accelerated
Learning of Quantum Information Concepts topic should also include:
f. Innovative training approach(es) with hypotheses to test in a hands-on experimental
research lab that will provide insight towards optimizing the curriculum and delivery
approach;
g. A defined target audience, anticipated length, and anticipated type of educational
institution required to implement the proposed training method in practice.
White Paper & Proposal submission:
White Paper and Proposals must be submitted in accordance with the preparation and submissions
instructions under BAA W911NF210009-2. Proposals will be evaluated under the evaluation criteria of
the same BAA
Submission Dates and Times:
White Papers (Required): 15 December 2025
White Papers must be submitted electronically via e-mail to usarmy.rtp.devcom-
arl.mesg.qcbox@army.mil and received at the Army Research Office. The email subject line
should contain the following: W911NF21S0009-2 LQC White Paper. Feedback on the White
Papers will be e-mailed directly to the proposed principal investigators. White Papers
received after the deadline will not be evaluated for this announcement.
Proposals:
White Papers encouraged to submit full Proposals are also recommended to submit their proposals
before 3 March 2026 for consideration within program planning and budget planning cycles of the
fiscal year.
Points of Contact:
Questions of a technical nature or a programmatic nature shall be directed as specified below:
---
Technical Program Point of Contact (ARO):
Dr. T.R. Govindan
Army Research Office
Email Address: t.r.govindan.civ@army.mil
Questions of a business nature shall be directed to the contact info, as specified below:
Email address: usarmy.rtp.devcom-arl.mesg.qcbox@army.mil
Comments or questions submitted should be concise and to the point, eliminating any unnecessary
verbiage. In addition, the relevant part and paragraph of the Broad Agency Announcement (BAA) should
be referenced
---
LQC BAA W911NF-21-S-0009-3
U.S. ARMY RESEARCH OFFICE
BROAD AGENCY ANNOUNCEMENT FOR
LPS Qubit Collaboratory (LQC)
W911NF-21-S-0009-3
Issued by:
U.S. Army Contracting Command-Aberdeen Proving Ground
Research Triangle Park Division
P.O. BOX 12211
Research Triangle Park, NC 27709-2211
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY ........................................................................ 4
A. Required Overview Content ..................................................................................................................................... 4
1. Federal Agency Name(s) ..............................................................................................................................................................4
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC) .......................................................................................4
3. Announcement Type ......................................................................................................................................................................4
4. Research Opportunity Number: W911NF-21-S-0009. ...................................................................................................4
5. Catalog of Federal Domestic Assistance (CFDA) Number .............................................................................................4
B. 6. AdRdeitsipoonnasle O Dvaetrevsi .e...w.... .I.n...f..o...r..m....a...t.i..o...n... ...................................................................................................................................................................................................................................................................... 44
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY .......................................... 5
A.1 Funding Opportunity Description ..................................................................................................................... 5
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021) ............................................................................6
A.1.2 Category 1: Incubator ..............................................................................................................................................................8
A.1.3 Category 2: Collaboratory ......................................................................................................................................................9
B. A.1F.4ederLaQl CA Qwuaarndt uInmfo Crommaptiuotnin .g.. .R..e...s.e..a...r.c..h... (..L..Q...C... Q...u...a..C..R...). .G...r..a..d..u..a..t..e.. .a..n..d... P...o..s..t.d...o..c..t.o...r.a...l. .F..e..l.l.o..w....s.h...i.p..s.. ............................. 1 110
C. Eligibility Information ............................................................................................................................................ 12
1. Eligible Applicants .......................................................................................................................................................................1 3
2. Cost Sharing or Matching: ........................................................................................................................................................1 3
D. 3. ApFpelidceartaiollyn Faunndd Seudb Rmesisesairocnh aInnfdo Drmevaetlioopnm ...e..n..t.. .C..e..n...t.e..r..s.. .(.F..F...R..D...C..s..).. ....................................................................................................................................... .1 133
1. Address to View Broad Agency Announcement ............................................................................................................. 13
2. Content and Form of Application Submission ................................................................................................................. 14
3. Unique Entity Identifier and System for Award Management (SAM) ................................................................... 27
4. Submission Dates and Times................................................................................................................................................... 27
5. Intergovernmental Review ...................................................................................................................................................... 28
6. Funding Restrictions ...................................................................................................................................................................2 8
E. 7. ApOptlihceart iSounb mReisvsiieown RInefqourimreamtieonnts . ................................................................................................................................................................................................................................................................. .2 299
1. Criteria ..............................................................................................................................................................................................2 9
2. Review and Selection Process ................................................................................................................................................ 30
F. 3. AwRaercdi pAidenmt iQnuisatlirfaictaiotinon In ...f..o...r..m....a...t.i..o...n... ....................................................................................................................................................................................................................................................... .33 30
1. Award Notices ...............................................................................................................................................................................3 3
2. Administrative and National Policy Requirements ....................................................................................................... 33
G. 3. AgeRnepcyo rCtoinngt .a...c..t..s..,. .L...Q...C... .W.....e..b...s..i..t.e................................................................................................................................................................................................................................................................................. .44 10
2
---
H. Other Information .................................................................................................................................................... 42
1. CONTRACT Proposals ................................................................................................................................................................4 2
2. GRANT and COOPERATIVE AGREEMENT Proposals ................................................................................................... 51
3
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY:
A. Required Overview Content
1. Federal Agency Name(s):
U.S. Army Research Office
Issuing Acquisition Office:
U.S. Army Contracting Command-Aberdeen Proving Ground, Research Triangle Park
Division (ACC-APG RTP Division)
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC)
3. Announcement Type
Initial Announcement
4. Research Opportunity Number: W911NF-21-S-0009-3
5. Catalog of Federal Domestic Assistance (CFDA) Number:
12.431 – Basic Scientific Research
6. Response Dates:
This BAA is a continuously open announcement valid throughout the period from the date of
issuance through 30 April 2027, unless announced otherwise.
B. Additional Overview Information
This Broad Agency Announcement (BAA) which sets forth research areas of interest to the
Army Research Laboratory- Army Research Office (ARL-ARO) and the National Security
Agency (NSA) is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation
(FAR), and 10 USC 2358 which provides for the competitive selection of basic research
proposals. Proposals submitted in response to this BAA and selected for award are considered to
be the result of full and open competition and in full compliance with the provision of Public
Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments.
The Department of Defense agencies involved in this program reserve the right to select for
award; all, some, or none of the proposals submitted in response to this announcement. The
participating DoD agencies will provide 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 participating DoD agencies to treat all proposals
as sensitive, competitive information and to disclose their contents only for the purposes of
evaluation.
4
---
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY
A.1 Funding Opportunity Description
The U.S. Army Research Office (ARO) in partnership with NSA’s Laboratory for Physical
Science (LPS) is soliciting Incubator, Collaboration, and Fellowship research proposals for
participation in the LPS Qubit Collaboratory (LQC). The mission of the LQC can be captured in
three broad goals: 1) pursue disruptive fundamental research and enabling technologies with a
focus on qubit development for quantum computing and other applications (such as sensing); 2)
grow deep, collaborative partnerships to tackle the most difficult and relevant long-term
problems in quantum information science and technology; and 3) build a quantum workforce of
tomorrow through research experiences in government at LPS and at LQC partners. The LQC
will offer a mechanism for collaborative research between LPS and academia, industry,
FFRDCs, and Government Laboratories to advance foundational and transformative research on
challenging problems that have hindered progress in quantum information processing and
associated technologies.
The goal of this BAA is to seek proposals that bring together expertise from the public and
private sectors and their respective research infrastructures to advance solutions that may be best
approached as a collaborative team. A Collaboratory is “a center without walls, in which the
nation’s researchers can perform their research without regard to physical location, interacting
with colleagues, accessing instrumentation, sharing data and computational resources, [and]
accessing information in digital libraries” 123. This BAA introduces LQC Research Thrusts
(A.1.1) which are the technical areas of interest—which will be updated periodically—where
partners of the LQC will pursue joint research with LPS through Incubator (A.1.2) and
Collaboration (A.1.3) collaborative agreements. The LQC BAA also fulfills the Government’s
overarching interest--through the proposed research and on-site research experiences--in creating
and training a workforce in quantum science and technology, generating pathways of solutions
that feed technology development, establishing partnerships, and creating transition
opportunities. In further support of training through research, Section A.1.4 calls for Quantum
Computing Research (QuaCR) Graduate and Postdoctoral Fellowships for US citizens working
in areas of interest as described below.
Substantial progress on solving the most difficult and long-term Quantum Information Science &
Technology (QIST) research problems that unleash further rapid progress in the field will
constitute LQC success. Examples of such research problems include (but are not limited to):
limits of performance due to device design, material selection, and/or control, the exploration of
alternative qubit physics (e.g., different approaches to qubit encoding or types of gates) and
lowering of barriers to such approaches, advances in materials that improve qubit gate fidelity,
1 Wulf, W. (1989, March). The national collaboratory. In Towards a national collaboratory. Unpublished report of a National Science Foundation
invitational workshop, Rockefeller University, New York.
2 Wulf, W. (1993) The collaboratory opportunity. Science, 261, 854-855.
3 https://en.wikipedia.org/wiki/Collaboratory
5
---
reducing the overhead of classical components in quantum information technology and
optimizing classical performance, and the exploration of applications of quantum technologies to
new domains.
Three categories of proposals are sought for this BAA:
1. Incubator opportunities seek partnership proposals from single investigators and small
research groups, including teaching colleges, who may have unique skillsets to contribute
toward the pursuit of the research thrusts presented in A.1.1. Incubator proposals may
also be the development of concepts into a detailed technical research approach to
advance solution of problems of high interest to quantum information science research.
Incubator proposals would avail themselves of the collaboration opportunities with LPS
research staff and infrastructure made available at the Laboratory for Physical Sciences
(LPS) to lay the groundwork for concepts that may be suitable for a Collaboratory
proposal or responses to other DoD quantum information science research opportunities.
2. Collaboratory proposals seek research proposals that bring together a strong significant
collaboration--researchers from academia, industry, FFRDCs, and/or Government
Laboratories--to pursue long-term projects focused on fundamental problems of interest
to qubit development and/or associated science and technology. These collaborative
groups will propose to work together in a focused manner for a period of time expected to
be one to three years in order to demonstrate a proof-of-concept experiment and/or theory
exploration to determine the feasibility of their creative idea.
3. QuaCR Research Fellowship proposals seek to support talented U.S. citizen graduate
students and postdoctoral researchers in the field of quantum information processing
(primary interest) and quantum sensing (secondary interest). Applicants with a
background from either within or outside QIS are encouraged. The proposed research
areas are described in this BAA and must enhance active Quantum Information Science
research efforts being supported by the Army Research Office and/or LPS. Research
fellows are encouraged to complete an LPS Internship during their graduate career or
visit during their postdoctoral fellowship (see below).
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021)
In this first year of the BAA, proposals are sought from a small number of research groups to
collaboratively investigate long-term and outstanding challenges in qubit device physics and
associated areas of Quantum Information Science and Technology. A gradual ramp up of the
program will allow a continuous evaluation and modification of the program model. The
following research areas are a priority and considered ripe for one of the collaborative research
avenues described in this section. Other related topic areas of similar scope may also be
considered.
1.) Spin qubits, fast.
6
---
This research area is interested in democratizing spin qubits. Working spin qubits are hard to
fabricate and require significant infrastructure and workforce investments. New materials
heterostructures and device fabrication techniques can take decades to master. Viable pathways
to address difficult materials science challenges without starting from scratch have great
potential to improve access to the field. Another roadblock is software and control engineering.
Dots require many control lines and control signals. Any reduction in control complexity either
by simplifying control systems and/or better qubit design would open many research avenues.
Specifically, research proposals are sought that innovatively advance easier methods to
characterize and explore the physics of multi-dot systems, ideally in more than one material. The
goal is a potential reference system (control hardware, software, and environment) to initialize,
control, and readout systems of approximately 10 quantum dots, but with sufficient flexibility to
apply to a variety of semiconductor quantum dot qubit and gate approaches. Of particular interest
are systems for electrons in silicon and holes in germanium.
Proposers should consider the following questions in formulating their research proposal.
Can the initial evaluation of materials be completed faster before investing heavily in device
fabrication? Can a common infrastructure be constructed that would open the field to new
researchers interested in qubit measurement and control, but not fabrication and/or growth? Can
the control stack be standardized to enable small quantum dot systems to be controlled quickly?
2.) More epitaxy, better qubits?
Materials science for quantum computing has largely focused on a basic assumption: that
epitaxial devices are better for quantum computing. Are these assumptions that are valid for
conventional devices also valid for quantum information devices? How can the positive or
negative implications of various epitaxial (or epitaxial-like) growth paradigms be rapidly
determined through device modeling, through device testing, and through material
characterization? What are the most promising materials for epitaxial qubits? Which qubit
systems can benefit from epitaxial materials and/or does epitaxy enable novel qubit approaches?
Improvements in computational methods and understanding of surfaces/interfaces at the
microscopic level that will enable these assessments are needed and are of interest to this
research area.
3.) Voltage controllable superconducting qubits
This research area is interested in exploring compatibility of superconducting devices that are
controllable by baseband voltage pulses. Design and qubit quality implications are of particular
interest, as well as compatibility with existing wafer growth facilities at LPS and LQC partners.
Further, understanding the fundamental limits of charge noise in superconducting systems is a
long-term and presently under-investigated challenge.
4.) Going hot and not looking back
Significant improvements in cooling power and complexity can be gained if qubits did not need
to be cooled as much as technically possible using dilution refrigerators. This research area
would consider designing qubits and multiple qubit experiments to operate in the range of 350
7
---
mK to 2 K. For solid-state, gate-based quantum computing, what experimental systems are most
promising and empowered by this capability? What physical systems can be employed as qubits
that would be promising in this temperature range? What temperature within this range would be
desirable and matched for available refrigerators?
5.) Beyond Moore, Before Shor
Significant effort has been put into the development of ultra-high-quality or precision-grown
materials systems for qubits in the quantum computing research community. Examples include
ultra-low-loss silicon-germanium heterostructures, atomistic fabrication techniques, and
superconducting circuits for spin and superconducting qubits, respectively. This research area is
interested in exploring the potential for these increasingly well-controlled quantum devices and
systems for classical computing and enabling device applications such as low-power or ultra-fast
computing or electronics and unique approaches to component technology well before the advent
of a large-scale quantum computer.
6.) Accelerated Learning of Quantum Information Concepts
There is a pressing need in Quantum Information Science & Technology (QIST) for new and
broader talent. One innovation may be in developing approaches to teaching QIST concepts at
multiple levels of expertise (but especially undergraduate to mid-career) to engineers, computer
scientists, and physicists. Research proposals are sought in innovative collaborative learning
concepts for quantum information science, to include the methodologies, pedagogy, and essential
principles that effectively leverage classroom and laboratory experiences to train a diverse
quantum workforce of the future. These projects should focus on methods applicable to higher
education for the training and retraining of technical individuals that have a range of experiences
and knowledge. Practical implementations coupled with evaluation of efficacy are highly
desired. Some examples of research activities may include:
• Comparison of traditional quantum mechanics and emerging QIST laboratory
experiments for educational use.
• Implementation and assessment of approaches that promise “hands-on” experience
interacting with qubit systems.
• Evaluation of incorporating available cloud-based quantum computing resources and
simulators into higher education curriculum.
• Integrated research and assessment of pedagogical variants implemented among student
populations with varied training and experiences.
• Support for faculty sabbaticals to conduct research in quantum computing.
• Building an individual’s “quantum intuition” through non-conventional educational
opportunities such as games and novel experiences.
A.1.2 Category 1: Incubator
8
---
This category of research is an opportunity to (a) develop technical concepts that may be of high
interest to quantum information science but have insufficient groundwork in terms of feasibility
and relevance, or (b) develop technical concepts that may be of high interest to quantum
information science by researchers who may not have access to the research infrastructure
necessary to advance their concepts. In either case, incubator proposals are expected to rapidly
advance to collaboratory proposals (A.1.3), proposals to other ARO/LPS quantum computing
BAAs, or proposals to other DoD BAAs in quantum information science.
Incubator opportunities seek proposals from single investigators and small research groups,
including teaching colleges, who may have creative solutions and unique skill sets to contribute
toward the research topics in this BAA (A.1.1) but lack the research infrastructure at their
institutions to pursue this research. Incubator proposals would avail themselves of the
collaboration opportunities and infrastructure made available at the Laboratory for Physical
Sciences (LPS). Collaboration with government scientists at LPS is expected. Collaboration
areas include joint research with the scientific expertise at LPS, collaboration with the scientific
infrastructure expertise at LPS, and collaboration to obtain a deeper understanding of DoD
interests in quantum information research. Proposers may plan to spend summer breaks or
sabbaticals at LPS.
Incubator opportunities also seek proposals to lay the groundwork to advance very high-risk
technical concepts that may be of high interest to quantum information science by their potential
game changing success. These concepts may not have the opportunity to advance because of a
combination of insufficient groundwork, risk, collaboration, infrastructure, and resources.
A successful Incubator Period would quickly identify a technical problem of joint interest,
identify technical criteria that would justify further research investment (for example; funding of
a Collaboratory Phase), and deliver a technical proposal from 1-3 years which includes technical
motivation (e.g., answering the Collaboratory proposal questions), technical and programmatic
milestones, team roles and responsibilities, and rough order of magnitude costs for labor,
equipment, and materials.
Incubator proposals are expected to be 1-3 years in duration and not exceed $500K/year. Longer
proposals may be considered due to scheduling requirements of fabrication and experiments.
A.1.3 Category 2: Collaboratory
Collaboratory opportunities seek research proposals that bring together, in strong significant
collaboration, researchers from academia, industry, FFRDCs, and/or Government Laboratories
with LPS at the LQC to pursue disruptive research toward a technical area from the LQC
Research Thrusts. These collaborative groups will propose to work together in a focused manner
to demonstrate success or failure of their creative idea. Proposals must clearly answer the
following questions:
9
---
• What is the problem you are trying to solve or understand?
• Why is the problem you are addressing important to the progress in the field?
• Why is the proposed collaboration uniquely suited to address this problem?
• What is new in your collaborative approach and why do you think it will be successful?
• What is new about your scientific or engineering approach?
• What are the yearly metrics/milestones to check for success?
• What are the “Phase 0” questions (if not already answered in the Incubator phase) that
justify further years of research funding?
• What are the natural decision points to continue or discontinue research for the proposed
idea and/or collaboration?
Experimental projects may require collocation during critical phases of the proposed research.
Proposals that involve industry are encouraged but not required to identify partially matching
contributions in infrastructure or people. Extended visits and sabbaticals to LPS are strongly
encouraged and can be included in the cost of the proposal. Proposals are expected to be two-
three years and request less than $800K per year.
A.1.4 LQC Quantum Computing Research (LQC QuaCR) Graduate and Postdoctoral
Fellowships
LQC QuaCR proposals seek to support the research of talented U.S. citizen graduate students
and postdoctoral candidates, and furthermore attract them to the field of quantum information
science and technology. While, the emphasis is on quantum computing, proposals for quantum
sensing will also be considered. The goal of the LQC QuaCR is to stimulate U.S. graduate
student and postdoctoral candidate participation in research related to quantum computing and to
assist in the training of graduate students and postdocs to prepare them for careers in quantum
information science, by pursuing research in areas described in this BAA. A requirement of the
LQC QuaCR Fellowships is to spend at least one summer (no less than 10 weeks for graduate
students and 1 month for postdoctoral fellows) at LPS working with an LPS Research or
Technical Program Manager. A further goal of the fellowship is to recognize outstanding
graduate students and postdocs and foster their impact on quantum information science research.
Eligible recipients of research support are U.S. citizen graduate students or postdocs who either
will work or are working on quantum computing related research with investigators funded
through existing ARO and/or LPS grants and contracts. The duration of the graduate research
fellowship is three years and two years for a postdoctoral candidate. Proposals selected for
support will be added on to the primary grant and/or contract supporting the research. The
principal investigator of the primary grant and/or contract and their associated institution will be
responsible for oversight and management of the research performed under this support. The
number of funded fellowships will be limited by the quality of proposals received and by the
availability of funds.
10
---
The proposal must outline the research activities that the candidate will undertake during the
three-year length of the fellowship and be written by the candidate. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or expand the
group’s activities in a new direction.
B. Federal Award Information
Anticipated awards will be made in the form of procurement contracts, grants, or
cooperative agreements, and are subject to the availability of appropriations. Given the
collaborative nature of anticipated successful proposals and the participation of Government
scientists, cooperative agreements are likely to be the most likely award mechanism.
Funding for the second year and beyond will be contingent upon satisfactory performance
and the availability of funds.
The ACC-APG RTP Division has the authority to award a variety of instruments on behalf of
ARL-ARO. The ACC-APG RTP Division reserves the right to use the type of instrument most
appropriate for the effort proposed. Applicants should familiarize themselves with these
instrument types and the applicable regulations before submitting a proposal. Following are
brief descriptions of the possible award instruments.
1. Procurement Contract. A legal instrument, consistent with 31 U.S.C. 6303, which reflects a
relationship between the Federal Government and a State Government, a local government,
or other 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.
Contracts are primary governed by the following regulations:
a. Federal Acquisition Regulation (FAR) FAR Website
b. Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Link
c. Army Federal Acquisition Regulation Supplement (AFARS) AFARS Link
2. Grant - A legal instrument that, consistent with 31 U.S.C. 6304, is used to enter into a
relationship:
a. 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 or the United States, rather
than to acquire property or services for the DoD's direct benefit or use.
b. In which substantial involvement is not expected between the DoD and the recipient
when carrying out the activity contemplated by the grant.
11
---
c. No fee or profit is allowed.
3. Cooperative Agreement. A legal instrument which, consistent with 31 U.S.C. 6305, is used to
enter into the same kind of relationship as a grant (see definition "grant"), except that
substantial involvement is expected between the DoD and the recipient when carrying out the
activity contemplated by the cooperative agreement. The term does not include "cooperative
research and development agreements" as defined in 15 U.S.C. 3710a. No fee or profit is
allowed.
4. Grants and cooperative agreements for Institutions of Higher Education and nonprofit
organizations are primary governed by the following:
A. Federal statutes
B. Federal regulations
C. 2 CFR part 200, as modified and supplemented by DoD's interim Implementation found in
2 CFR part 1103
D. 32 CFR Parts 21, 22, 26, and 28.
E. DoD R&D General Terms and Conditions dated January 2021
F. ACC-APG-RTP Division Assistance, Research General Terms and Conditions dated
August 2016, hereinafter referred to as “Agency Specific Requirements”
G. Award-specific terms and conditions
5. Grants and cooperative agreements for for-profit and nonprofit organizations exempted from
Subpart E—cost principles of part 200, are primary governed by the following:
a. Federal statutes
b. Federal regulations
c. 32 CFR Parts 21, 22, 26, and 28.
d. DOD 3210.6-R, Part 34 - Administrative Requirements for Grants and Agreements with
For-Profit Organizations
Copies of OMB regulations may be obtained from:
Executive Office of the President Telephone: (202) 395-7332
Publications Service FAX Requests: (202) 395-9068
New Executive Office Building https://www.whitehouse.gov/omb/information-for-agencies/circulars/
725 17th Street, N.W., Room 2200
Washington, DC 20503
An electronic copy of the DoDGARs may be found at ECFR Link (Title 32: National
Defense,Subchapter C – DoD Grant and Agreement Regulations
C. Eligibility Information
12
---
1. Eligible Applicants:
Eligible applicants under this BAA include Institutions of higher education (foreign and
domestic), nonprofit organizations, and for-profit concerns (large and small businesses).
Proposals are encouraged from Historically Black Colleges and Universities (as determined
by the Secretary of Education to meet requirements of Title III of the Higher Education Act
of 1965, as amended (20 U.S.C. §1061)) and from Minority Institutions defined as
institutions “whose enrollment of a single minority or a combination of minorities exceeds 50
percent of the total enrollment.” [20 U.S.C. § 1067k(3) and 10 U.S.C. § 2362]. However, no
funds are specifically allocated for HBCU/MI participation.
1.1 Eligibility for Quantum Computing Research (QuaCR) Fellowships
U.S. citizen graduate students or postdoctoral candidates who either will work or are
currently working with a principal investigator or co-investigator of ARO quantum
information science research awards are eligible to apply for the fellowship. The proposal
must name the candidate QuaCR Fellow and indicate that the candidate will be working in
the investigator’s group on quantum information science research for the next three years.
The investigator need not be a U.S. citizen, and the sponsoring university need not be a U.S.
university. A QuaCR Fellow who either changes advisors or leaves quantum information
science research will void the fellowship and all remaining unspent funds will be returned to
the government.
2. Cost Sharing or Matching:
There is no requirement for cost sharing, matching, or cost participation to be eligible for
award under this BAA and cost sharing and matching is not an evaluation factor used under
this BAA.
3. Federally Funded Research and Development Centers (FFRDCs):
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, and no funds from the award flow to the FFRDC.
D. Application and Submission Information
1. Address to View Broad Agency Announcement
This BAA may be accessed from the following:
1) Grants.gov
13
---
2) Beta SAM
3) ARL website (BAA List)
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.
The following information is for those wishing to respond to the BAA:
2. Content and Form of Application Submission
a. General Information
A proposal submitted under this BAA must address unclassified fundamental research.
Proposal submissions will be protected from unauthorized disclosure in accordance
with applicable laws and DoD regulations. Applicants are expected to appropriately
mark each page of their submission that contains proprietary information. The
participating DoD agencies will provide 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 participating
DoD agencies to treat all proposals as sensitive, competitive information and to
disclose their contents only for the purposes of evaluation.
Post-Employment Conflict of Interest: There are certain post-employment restrictions
on former federal officers and employees, including special government employees
(Section 207 of Title 18, U.S.C.). If an applicant believes a conflict of interest may
exist, the situation should be discussed with Point of Contact listed in Section G:
Agency Contacts, who will then coordinate with appropriate ARO/ARL legal
personnel prior to having applicant expend time and effort in preparing a white paper
or proposal.
Statement of Disclosure Preference: Please complete ARO Form 52 or 52A stating
your preference for release of information contained in your white paper or proposal.
Copies of these forms are available at BAA Forms
NOTE: A white paper or proposal may be handled for administrative purposes by
support contractors. These support contractors are prohibited from competing on BAA
proposals and are bound by appropriate non-disclosure requirements.
Equipment: Normally, title to equipment or other tangible property purchased with
Government funds vests with nonprofit institutions of higher education or with
nonprofit research organizations if vesting will facilitate scientific research performed
for the Government. For profit organizations are expected to possess the necessary
14
---
plant and equipment to conduct the proposed research. Deviations may be made on a
case-by-case basis to allow commercial organizations to purchase equipment, but
disposition instructions must be followed.
b. Submission of a QuaCR Proposal
b.1 Proposal Submission
The proposal must be sponsored and submitted by the principal investigator who will
advise the student over the course of the three-year duration of the fellowship. In the
case of co-investigators affiliated with a sub-award, the principal investigator’s
university must submit the fellowship proposal. The co-investigator may be the
primary advisor of the student. Proposals must contain all information specified in the
“Proposal Content” section below and should be emailed as a PDF attachment to the
Army Research Office: QuaCR Proposal Email .
b.2 Proposal Content
(1) Cover Page: To be eligible for review, proposals must have ARO Form 51 as a
cover page.
(2) Cost: The financial portion of the proposal should contain cost estimates
sufficiently detailed for meaningful evaluation. Please use ARO Form 99, Summary
Proposal Budget, to submit the budget data. In most cases, the QuaCR Fellowship
will cover the costs of a student stipend/salary, travel, and tuition support. An
additional $8000/year may be included with the stipend/salary for student allowances.
QuaCR Fellow participation in program reviews of the primary grant is strongly
encouraged and sufficient travel costs should be included in the proposed budget. In
addition to attendance at the program reviews, travel costs for a one to two day visit
to the Washington, DC region each year of the fellowship should be included in the
proposed budget. The QuaCR Fellowship award may continue even if the parent
grant ends before the three-year term of the fellowship.
(3) Research Description: This section of the proposal shall be written by the
candidate. The proposal must outline the research activities that the candidate will
undertake during the three-year length of the fellowship. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or
expand the group’s activities in a new direction. Proposals that entail new research
tasks rather than just providing additional resources to complete the research tasks
already in the existing grant or proposal are preferred, but the primary criteria for
selection are the qualifications of the candidate.
(4) Candidate Description: The proposal must also provide detailed information about
the student’s undergraduate and graduate academic career to date and specifically
highlight the candidate’s undergraduate and graduate research record.
Recommendation letters (no more than three) are strongly encouraged. Transcripts
may be submitted but are not necessary as long as the proposal provides the following
information with respect to the candidate: an up-to-date CV, academic institutions
15
---
attended, a summary of any prior independent research projects undertaken by the
candidate, all available indications of the candidate’s performance and stature in
his/her graduate class, and a statement of commitment by the candidate to work with
the investigator on quantum computing related research if awarded the QuaCR
Fellowship.
All required forms can be found here: BAA Forms
b.3 Length and Format of Proposals
The Research Description section of the QuaCR proposal may not exceed three
pages. The Candidate Description section of the QuaCR proposal may not exceed
two pages. The two-page Candidate Description limit does not include the statement
of commitment by the candidate, but the statement of commitment is not to exceed 50
words. Recommendation letters may be attached with the proposal or emailed
separately to the Technical POC. The page limits do not include the requisite cover
page, any attached recommendation letters, and budget pages. As stated above,
transcripts are not necessary, but if they are submitted, they will not count against the
page length restrictions.
c. Submission of a White Paper for Incubator and Collaboratory Proposals:
Stage 1 White Papers – Prospective applicants must submit White Papers for
Incubator and Collaboratory proposals. The purpose of requesting a White Paper is to
minimize the labor and cost associated with the production of a detailed proposal that
has very little chance of being selected for funding. Based on assessment of the White
Papers, feedback will be provided to an applicant to enable that applicant to make a
determination as to whether they should submit a proposal. If offerors have not
submitted White Papers under Stage I of the BAA, offerors may not submit full proposals
for consideration for funding.
Recommended White Paper Format and Content:
• White Papers must be submitted electronically to WP Email in the following format:
• Single PDF file as an email attachment
• Page Size: 8 ½ x 11 inches
• Margins – 1 inch
• Font – No smaller than Times New Roman, 12 point
• Number of Pages – no more than ten (10) single-sided pages. Any pages exceeding
the ten-page limit will not be evaluated.
White Papers must contain the following:
• Title page. The title page should be labeled “LQC BAA White Paper” and should
include the BAA number, proposed title, program goal being addressed, Principal
16
---
Investigator (PI) with telephone number and email address, and an executive
summary. (Not to exceed one page.)
• Expected expenditures and justifications. (Not to exceed one page.)
• Curriculum vitae sketches. (Not to exceed one page.)
• Technical portion including all references and figures. Introduce the problem to be
addressed, briefly survey related work, identify key obstacles, outline the proposed
solution and well-defined objective, outline the yearly research plan with milestones,
and state the impact if successful. (Not to exceed seven pages.)
d. Preparing an Incubator or Collaboratory Application
Stage 2 Proposal - After Stage 1 reviews are completed, interested offerors should submit
proposals in accordance with the requirements set forth in this BAA.
This format applies to all proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
COVER PAGE ARO FORM 51: for Contract proposals submitted by email. The Form
SF 424 (R&R) is for all proposals submitted through Grants.gov (Assistance
Instruments must submit through Grants.gov):
1. A Cover Page is required. Proposals will not be processed without either: (1) a
signed Cover Page, ARO Form 51, or (2) an SF 424 R & R Form.
2. Should the project be carried out at a branch campus or other component of the
submitting organization, that branch campus or component should be identified in the
space provided (Block 11 on the ARO Form 51 and Block 12 on the SF424 R&R).
3. The title of the proposed project should be brief, scientifically representative,
intelligible to a scientifically literate reader, and suitable for use in the public domain.
4. The proposed duration for which support is requested should be consistent with the
program duration of forty-eight months.
5. Specification of a desired starting date for the project is important and helpful
however, requested effective dates cannot be guaranteed.
6. To evaluate compliance with Title IX of the Education Amendments of 1972 {20
U.S.C. A§ 1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information to be able to assess the success rates of women
17
---
who are proposed for key roles in applications in STEM disciplines. To enable this
assessment, each application must include the following forms completed as indicated.
Research and Related Senior/Key Person Profile (Expanded) form:
The Degree Type and Degree Year fields on the Research and Related Senior/Key
Person Profile {Expanded) form will be used by DoD as the source for career
information. In addition to the required fields on the form, applicants must complete
these two fields for all individuals that are identified as having the project role of
PD/Pl or Co-PD/Pl on the form. Additional senior/key persons can be added by
selecting the "Next Person" button.
Research and Related Personal Data form:
This form will be used by DoD as the source of demographic information, such as
gender, race, ethnicity, and disability information for the Project Director/Principal
Investigator and all other persons identified as Co-Project Director{s)/Co-Principal
Investigator(s). Each application must include this form with the name fields of the
Project Director/Principal Investigator and any Co-Project Director(s)/Co-Principal
Investigator(s) completed; however, provision of the demographic information in the
form is voluntary. If completing the form for multiple individuals, each Co-Project
Director/Co-Principal Investigator can be added by selecting the "Next Person" button.
The demographic information, if provided, will be used for statistical purposes only
and will not be made available to merit reviewers. Applicants who do not wish to
provide some or all of the information should check or select the "Do not wish to
provide" option.
7. Pursuant to 31 U.S.C. 7701, as amended by the Debt Collection Improvement Act
of 1996 [Section 31001(I)(1), Public Law 104-134], federal agencies shall obtain each
awardees’ Taxpayer Identification Number (TIN). This number may be the Employer
Identification Number for a business or non-profit entity or the Social Security
Number for an individual. The TIN is being obtained for purposes of collecting and
reporting on any delinquent amounts that may arise out of an awardees’ relationship
with the Government.
8. Offerors shall provide their organization's Unique Entity Identifier (formerly DUNS).
This number is a nine-digit number assigned by Dun and Bradstreet Information
Services. See Section II.D.3 of this BAA for requirements pertaining to the Unique
Entity Identifier.
18
---
9. Offerors shall provide their assigned Commercial and Government Entity (CAGE)
Code. The CAGE Code is a 5-character code assigned and maintained by the Defense
Logistics Service Center (DLSC) to identify a commercial plant or establishment.
TABLE OF CONTENTS: Use the following Format for the Proposal Table of Contents,
Forms are available at BAA Forms
SECTION PAGE NUMBER
Table of Contents A-1
Statement of Disclosure Preference (Form 52 or 52A) B-1
Research & Related Other Project Information B-2
Project Abstract C-1
Project Description (Technical Proposal) D-1 - D-
Biographical Sketch E-1 - E-
Bibliography F-1 - F-
Current and Pending Support G-1 - G-
Facilities, Equipment, and Other Resources H-1 - H-
Proposal Budget I-1 - I-
Contract Facilities Capital Cost of Money (DD Form 1861) J-1
Appendices K-
List Appendix Items:
This format applies to proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
STATEMENT OF DISCLOSURE PREFERENCE (FORM 52 OR 52A): Complete and
sign ARO Form 52 (Industrial Contractors) or ARO Form 52A (Educational and
Nonprofit Organizations), form can be found at the following website: BAA Forms .
RESEARCH AND RELATED Other Project Information: The form entitled “Research
and Related Other Project Information” found at the following website: BAA Forms
,shall be completed and signed by all organizations.
PROJECT ABSTRACT:
1. The Project Abstract shall be completed on the form entitled “Publicly Releasable
Abstract” found at the following website: BAA Forms.
2. Unless otherwise instructed in this BAA, the Project Abstract shall include a
concise statement of work and basic approaches to be used in the proposed effort. The
19
---
abstract should include a statement of scientific objectives, methods to be employed,
and the significance of the proposed effort to the advancement of knowledge.
3. The abstract should be no longer than one (1) page (maximum 4,000 characters).
4. The project abstract shall be marked by the applicant as publicly releasable. By
submission of the project abstract, the applicant confirms that the abstract is releasable
to the public. For a proposal that results in a grant award, the project abstract will be
posted to a searchable website available to the general public to meet the requirements
of Title VII (General Provisions), Section 8123, of the Department of Defense
Appropriations Act, 2015. (Division C of the Consolidated and Further Continuing
Appropriations Act, Public Law 113-235) The website address is
https://dodgrantawards.dtic.mil/grants
TECHNICAL PROPOSAL (PROJECT DESCRIPTION): The technical portion of the
proposal shall be no longer than 20 pages including tables and figures, single spaced
text, size 12 Times New Roman font with one inch page margins, and shall contain the
following:
1. Technical Approach: Introduce the problem to be addressed, survey related work,
identify key obstacles, and outline the proposed solution and well-defined objective.
Proposals should describe an approach to all technical areas with unambiguous and
quantitative milestones. Proposers must justify the utility of the proposed work and
highlight its benefits over the current state-of-the-art. Proposals should clearly address
the expected key challenges and proposed methods to overcome these difficulties
taking into consideration the current state of field. Proposers should set aggressive
yearly quantitative milestones that define a path toward the end-of-the-program goals
and analyze the impact if successful.
2. Project Schedule, Milestones, and Deliverables: A summary of the schedule of
events, milestones, and a detailed description of the results and products to be
delivered.
3. Management Approach: A discussion of the overall approach to the management of
this effort, including brief discussions of: required facilities; relationships with any
subawardees and with other organizations; availability of personnel; and planning,
scheduling, and control procedures. A brief description of your organization,
including if the offeror has extensive government contracting experience. If this
information has been previously provided to the ARL/ARO, the information need not
be provided again. A statement setting forth this condition should be made.
20
---
4. The names of other federal, state, local agencies, or other parties receiving the
proposal and/or funding the proposed effort. If none, so state. Concurrent or later
submission of the proposal to other organizations will not prejudice its review by the
ARL/ARO if we are kept informed of the situation.
5. A statement regarding possible impact, if any, of the proposed effort on the
environment considering as a minimum its effect upon water, atmosphere, natural
resources, human resources, and any other values.
6. The offeror shall provide a statement regarding the use of Class I and Class II
ozone- depleting substances. Ozone-depleting substances mean any substance
designated as Class I by EPA, including but not limited chlorofluorocarbons, halons,
carbon tetrachloride, and methyl chloroform and any substance designated as Class II
by EPA, including but not limited to hydrochlorofluorocarbons. See 40 C.F.R. Part 82
for detailed information. If Class I or II substances are to be utilized, a list shall be
provided as part of the offeror's proposal. If none, so state.
7. The type of additional support, if any, requested (e.g., facilities, equipment, and
materials). Government Furnished Information or Equipment (GFI/GFE) available to
all proposers is described in A.2.4.
BIOGRAPHICAL SKETCHES:
1. This Section shall contain the biographical sketches for senior and key personnel only.
a. Primary Principal Investigator: The “Primary” PI provides a single or initial point of
communication between the sponsoring agency(s) and the awardee organization(s)
about scientific matters. If not otherwise designated, the first PI listed will serve as
the “Primary” PI. This individual can be changed with approval of the agency. The
sponsoring agency(s) does not infer any additional scientific stature to this role among
collaborating investigators.
b. Co-Principal Investigators: The individual(s) a research organization designates as
having an appropriate level of authority and responsibility for the proper conduct of
the research and submission of required reports to the agency. When an
organization designates more than one PI, it identifies them as individuals who
share the authority and responsibility for leading and directing the research,
intellectually and logistically. The sponsoring agency(s) does not infer any
distinction among multiple PIs.
c. Key personnel: The individual(s) a research organization designates as having a
21
---
high level of technical expertise in the topics proposed to be researched and who
will both play an active role in the research and supervise the work of more junior
personnel on a daily basis.
2. The following information is required:
a. Relevant experience and employment history including a description of any prior
Federal employment within one year preceding the date of proposal submission.
b. List of up to five (5) publications most closely related to the proposed project and
up to five (5) other significant publications, including those being printed. Patents,
copyrights, or software systems developed may be substituted for publications.
c. List of persons, other than those cited in the publications list, who have collaborated
on a project or a book, article, report or paper within the last four (4) years. Include
pending publications and submissions. Otherwise, state "None."
d. Names of each investigator's own graduate or post graduate advisors and advisees.
The information provided in "c" and "d" is used to help identify potential conflicts or
bias in the selection of reviewers.
e. The time commitment of each senior or key person to this project.
3. For the personnel categories of postdoctoral associates, other professionals, and
students (research assistants), the proposal may include information on exceptional
qualifications of these individuals that merit consideration in the evaluation of the
proposal.
4. The biographical sketches are limited to three (3) pages per
investigator and other individuals that merit consideration.
BIBLIOGRAPHY: A bibliography of pertinent literature is required. Citations
must be complete (including full name of author(s), title, and location in the
literature).
CURRENT AND PENDING SUPPORT:
1. All project support from whatever source must be listed. The list must include all
projects requiring a portion of the principal investigator's and other senior personnel's
time, even if they receive no salary support from the project(s) including Cooperative
Research and Development Agreements (CRADAs) or other technology transfer
agreements with federal labs. Funding provided under any award resulting from this
22
---
BAA may only be used in support of the effort funded by that award, and not for any
other project or purpose.
2. The information should include, as a minimum:
(a) the project/proposal title and brief description,
(b) the name and location of the organization or agency presently funding the
work or requested to fund such work,
(c) the award amount or annual dollar volume of the effort,
(d) the period of performance, and
(e) a breakdown of the time required of the principal investigator and/or other
senior personnel.
FACILITIES, EQUIPMENT, AND OTHER RESOURCES: The offeror should
include in the proposal a listing of facilities, equipment, and other resources already
available to perform the research proposed.
BUDGET PROPOSAL (including DD Form 1861):
1. Each proposal must contain a budget for each year of support requested and a
cumulative budget for the full term of requested support. The budget form (Form 99)
may be reproduced as needed. Locally produced versions may be used, but you may not
make substitutions in prescribed budget categories nor alter or rearrange the cost
categories as they appear on the form. The proposal may request funds under any of the
categories listed so long as the item is considered necessary to perform the proposed
work and is not precluded by applicable cost principles. Additionally, a budget by major
proposed research tasks using the same budget categories must be included.
2. A signed summary budget page must be included. The documentation pages should
be titled "Budget Explanation Page" and numbered chronologically starting with the
budget form. The need for each item should be explained clearly.
3. All cost data must be current and complete. Costs proposed must
conform to the following principles and procedures:
Educational Institutions: 2 CFR Part 200 (formerly OMB Circular A-21)
Nonprofit Organizations: 2 CFR Part 200 (formerly OMB Circular A-122*)
Commercial Organizations: FAR Part 31, DFARS Part 231, FAR Subsection
15.403-5, and DFARS Subsection 215.403-5.
*For those nonprofit organizations specifically exempt from the provisions of 2 CFR
Part 230, FAR Part 31 and DFARS Part 231 shall apply.
23
---
4. Sample itemized budgets and the information they must include for a contract
and for grants and cooperative agreements can be found at Section II. H. (Other
Information). Before award it must be established that an approved accounting
system and financial management system exist.
APPENDICES: Some situations require that special information and supporting
documents be included in the proposal before funding can be approved. Such
information and documentation should be included by appendix to the proposal.
e. Submission of Complete Research Proposals
Proposals must be submitted through the offeror’s organizational office having
responsibility for Government business relations. All signatures must be that of an
official authorized to commit the organization in business and financial affairs.
Proposals must be submitted electronically using one of the two following formats,
based on award type sought. The content will remain the same whether using email or
Grants.gov.
EMAIL SUBMISSION (for Contracts only):
1. Proposal requesting award of a contract must be emailed directly to Proposal Email
Do not email full proposals to the LQC Program Point of Contact. All e-mailed
proposals must contain the information outlined in Section II, D, 2, entitled “Table of
Contents” including the electronic forms as follows:
(a) ARO Form 51, Proposal Cover Page;
(b) ARO Form 99, Summary Proposal Budget or equivalent,
(c) ARO Current and Pending Support (unnumbered form),
(d) ARO Form 52 or ARO Form 52a.
(e) "FAR 52.209-11 – Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law (Feb 2016). See Note below."
These forms may be accessed at BAA Forms under BAA Forms. The fillable PDF
forms may be saved to a working directory on a computer and opened and filled in
using the latest compatible Adobe Reader software application found at this
Grants.Gov: Grants.gov Adobe Compatibility
Note: A completed 52.209-11 – Representation by Corporations Regarding
Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), is
not required if the offeror's SAM Certifications and Representations have been updated
annually since 2016. If the offeror's SAM has not be updated since March 2016, the
24
---
completed representation must be submitted and include POC information and
signature of the authorized representative.
2. All forms requiring signature must be completed, printed, signed, and scanned into
a PDF document. All documents must be combined into a single PDF formatted file to
be attached to the e-mail.
3. Proposal documents (excluding required forms) must use the following format:
• Page Size – 8 ½ x 11 inches
• Margins – 1 inch
• Spacing – single
• Font – Times New Roman, 12 point, single-sided pages
GRANTS.GOV SUBMISSION (For all Assistance Instruments):
1. Grants.gov Registration (See Section II.D.2. f. Grants.gov Registration below) must
be accomplished prior to application through this process. Note- All web links
referenced in this section and “Grants.gov Registration” (below) are subject to change
by grants.gov and may not be updated here.
2. Specific forms are required for submission of a proposal. The forms are contained
in the Application Package available through the Grants.gov application process. To
access these materials, go to Grants.gov Link select "Apply for Grants,” and then select
"Get Application Package." A Grant Application Package and Application
Instructions are available for through the Grants.Gov Apply portal under CFDA
Number 12.431/Funding Opportunity Number W911NF-21-S-0009. Select “Apply”
and then “Apply Now Using Workspace.” The following documents are mandatory:
(1) Application for Federal Assistance (Research and Related) (SF 424 (R&R), and (2)
Attachments form.
(a) The SF 424 (R&R) form is to be used as the cover page for all proposals.
Authorized Organization Representative (AOR) usernames and passwords serve as
“electronic signatures” when your organization submits applications through Grants.gov.
By using the SF 424 (R&R), proposers are providing the certification required by 32 CFR
Part 28 regarding lobbying. The SF 424 (R&R) must be fully completed.
(b) The Attachments form must contain the information outlined in Section II, D, 2 (b.
Preparing an Application), entitled “Table of Contents” of this BAA including the
electronic forms as follows:
(1) Research and Related Other Project Information;
(2) ARO Form 99, Summary Proposal Budget;
25
---
(3) ARO Current and Pending Support (unnumbered form)
(4) Representation by Corporations Regarding conviction of a Felony Criminal
Violation under any Federal or State Law and Representation by Corporations
Regarding an Unpaid Delinquent Tax Liability
Items (1)-(4) forms may be accessed at BAA Forms Item (4) “Representation relating to
Tax Liability and Felony Convictions” may be submitted on a word document and
attached to available field within the attachments form. The fillable PDF forms may be
saved to a working directory on a computer and opened and filled in using the latest
compatible Adobe Reader software application found at this Grants.Gov:
Grants.gov Adobe Compatibility
Note: Representation by Corporations Regarding Conviction of a Felony Criminal
Violation and Unpaid Delinquent Tax Liability require POC information and signature of
the authorized representative.
(c) All documents must be combined into separate and single PDF formatted files titled
using the Table of Contents names listed in “Section II.D.2.b. Preparing an Application”:
Preparation of complete Research Proposals”. Include “W911NF-21-S-0009” in title so
the proposal will be distinguished from other BAA submissions and upload using the
mandatory Attachments form.
(d) The training demonstration at Grants.gov Training will assist AORs in the
application process. Remember that you must open and complete the Application for
Federal Assistance (Research and Related) (SF 424 (R&R)) first, as this form will
automatically populate data fields in other forms. If you encounter any problems, contact
customer support at 1-800-518-4726 or at Grants.gov Support. If you forget your user
name or password, follow the instructions provided in the Credential Provider tutorial.
Tutorials may be printed by right-clicking on the tutorial and selecting “Print”.
(e) As it is possible for grants.gov to reject the proposal during this process, it is strongly
recommended that proposals be uploaded at least two days before any established
deadline in the BAA so that they will not be received late and be ineligible for award
consideration. It is also recommended to start uploading proposals at least two days
before the deadline to plan ahead for any potential technical and/or input problems
involving the applicant’s own equipment.
f. Grants.Gov Registration
Registration. Each organization that desires to submit applications via Grants.Gov must
complete a one-time registration. There are several one-time actions your organization
must complete in order to submit applications through Grants.gov (e.g., obtain a Dun and
26
---
Bradstreet Data Universal Numbering System (DUNS) number, register with the System
for Award Management (SAM), register with the credential provider, register with
Grants.gov and obtain approval for an Authorized Organization Representative (AOR) to
submit applications on behalf of the organization). To registered please see
Grants.gov Registration .
Please note the registration process for an Organization or an Individual can take
between three to five business days or as long as four weeks if all steps are not
completed in a timely manner.
Questions relating to the registration process, system requirements, how an
application form works, or the submittal process should be directed to Grants.gov
at 1-800-518-4726 or Grants.gov Support.
3. Unique Entity Identifier and System for Award Management (SAM)
Each applicant (unless the applicant is an individual or Federal awarding agency that is
exempt from those requirements under 2 CFR §25.110(b) or (c), or has an exception
approved by the Federal awarding agency under 2 CFR §25.110(d)) is required to:
(i) Be registered in SAM before submitting its application;
(ii) Provide a valid unique entity identifier in its application; and
(iii) Continue to maintain an active SAM registration with current information at all times
during which it has an active Federal award or an application or plan under
consideration by a Federal awarding agency.
The Federal awarding agency may not make a Federal award to an applicant until the
applicant has complied with all applicable unique entity identifier and SAM requirements. If
an applicant has not fully complied with the requirements by the time the Federal awarding
agency is ready to make a Federal award, the Federal awarding agency may determine that
the applicant is not qualified to receive a Federal award and use that determination as a basis
for making a Federal award to another applicant.
4. Submission Dates and Times:
White Papers:
White Papers must be submitted electronically via e-mail to WP Email
and received at the Army Research Office. The email subject line should contain the
following: W911NF-21-S-0009 LQC White Paper. Although White Papers may be
submitted at any time during the duration of this BAA, from program planning and budget
planning considerations White Papers are encouraged to be submitted during the period 1
February to 30 May. Feedback on the White Papers will be e-mailed directly to the
proposed principal investigators.
27
---
Proposals:
Proposals transmitted to be considered for award are encouraged to be submitted before 1
June for consideration within program planning and budget planning cycles of any fiscal
year.
Applicants are responsible for submitting electronic proposals in sufficient time to insure
Grants.gov receives it by the time specified in this BAA. If the electronic proposal is
received by Grants.gov after the exact time and date specified for receipt of offers, it will be
considered “late” and will not be considered for award. Acceptable evidence to establish the
time of receipt by Grants.gov includes documentary evidence of receipt maintained by
Grants.gov.
Because of potential problems involving the applicants’ own equipment, to avoid the
possibility of late receipt and resulting in ineligibility for award consideration, it is
strongly recommended that proposals be uploaded at least two business days before the
deadline established in the BAA.
If an emergency or unanticipated event interrupts normal Government processes so that
proposals cannot be received at grants.gov by the exact time specified in the solicitation, and
urgent Government requirements preclude amendment of the solicitation closing date, the
time specified for receipt of proposals will be deemed to be extended to the same time of day
specified in the solicitation on the first work day on which normal Government processes
resume.
Proposal Receipt Notices – After a proposal is submitted to Grants.gov, the AOR will
receive a series of three emails from Grants.gov. The first two emails will be received within
24 to 48 hours after submission. The first email will confirm time of receipt of the
application by the Grants.gov system and the second will indicate that the application has
either been successfully validated by the system prior to transmission to the grantor agency
or has been rejected due to errors. A third email will be received once the agency has
confirmed receipt of the proposal. The document, Tracking Your Application Package,
located at Tracking explains this process. The proposal is not considered received until the
AOR receives email #3.
5. Intergovernmental Review
Not Applicable
6. Funding Restrictions:
Category 1 Incubator Proposals: Multiple one to three-year awards are anticipated.
Proposals are expected to request less than $500K per year.
28
---
Category 2 Collaboratory Proposals: Multiple two to three-year awards are
anticipated. Proposals are expected to request less than $800K per year.
Category 3 QuaCR Proposals: Multiple three-year awards are anticipated for graduate
students and two-year awards for postdoctoral candidate.
The actual amount of each award will be contingent on availability of funds and the
scope of the proposed work. Depending on the results of the proposal evaluation,
there is no guarantee that any of the proposals submitted in response to a particular
program goal will be recommended for funding. Proposals may be funded in part.
7. Other Submission Requirements:
Information to Be Requested from Successful Offerors- Offerors whose proposals are
accepted for funding will be contacted before award to provide additional information
required for award. The required information is normally limited to clarifying budget
explanations, representations, certifications, and some technical aspects.
For Contracts Only- Performance Work Statements (PWS) - prior to award the Contracting
Officer may request that the contractor submit a PWS for the effort to be performed, which
will be incorporated into the contract at the time of award.
An applicant may withdraw a proposal at any time before award by written notice or by
email. Notice of withdrawal shall be sent to the Contracting/Grants Officer identified in
Section G, of this BAA. Withdrawals are effective upon receipt of notice by the
Contracting/Grants Officer.
E. Application Review Information:
1. Criteria:
a. Proposals submitted in response to this BAA will be evaluated and a recommendation
for selection be made on the following criteria:
(i) Scientific and technical merits of the proposed research; and
(ii) Potential contribution of the research, if successful, to significantly enhance the
feasibility of quantum computing.
(iii) Experience and qualifications of the principal investigator, other key research
personnel, QuaCR candidate if relevant, management approach, and the institution
sponsoring the proposal; and
29
---
(iv) The realism and reasonableness of cost.
NOTE: Cost sharing will not be considered in the evaluation.
2. Review and Selection Process:
The proposal selection process will be conducted based upon a technical review by a
panel of government scientists according to the evaluation criteria specified in Section
E.1 (Criteria). Each proposal will be evaluated based on the merit and relevance of the
specific proposal as it relates to the research topic rather than against other proposals for
research in the same general area.
3. Recipient Qualification
a. For Grant, Cooperative Agreement:
In accordance with 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
TIAs as follows:
(i) If the total Federal share will be greater than the simplified acquisition threshold on
any Federal award under a notice of funding opportunity (see §200.88 Simplified
Acquisition Threshold):
(a) 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);
(b) 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;
(c) 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
30
---
applicants as described in §200.205 Federal awarding agency review of risk posed by
applicants.
b. For Assistance awards recipients will be required to submit the following
representation prior to award:
Representations under DoD Assistance Agreements: Appropriations Provisions
on Tax Delinquency and Felony Convictions
The applicant is ( ) is not ( ) a “Corporation” meaning any entity, including any
institution of higher education, other nonprofit organization, or for-profit entity that has
filed articles of incorporation.
If the applicant is a “Corporation” please complete the following representations:
(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 a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
(2) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted
of a criminal violation under any Federal law within the preceding 24 months.
The “Representation relating to Tax Liability and Felony Convictions”, the form may
be accessed at BAA Forms
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 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
considerations before award decisions are made. Applicant’s authorized representative
must sign and date form.
c. For CONTRACT Proposals:
(i) The Federal Awardee Performance and Integrity Information System (FAPIIS) will
be checked prior to making an award. The web address is: FAPIIS Link The applicant
representing the entity may comment in this system on any information about itself that
a Federal Government Official entered. The information in FAPIIS will be used in
31
---
making a judgment about the entity’s 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.
(ii) For contracts, the following representation must be submitted prior to award if the
offeror's SAM Representations and Certifications are not dated after March 2016. If
the offeror's SAM Representations and Certifications have been updated after March
2016, this representation is not required to be submitted separately.
FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law (Feb 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if
contained in subsequent appropriations acts, the Government will not enter into a contract
with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in
a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an
agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the
Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency is aware of the conviction, unless an
agency has considered suspension or debarment of the corporation and made a
determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that—
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under
a Federal law within the preceding 24 months.
32
---
F. Award Administration Information:
1. Award Notices:
Initial notification of selection of proposals for funding will be emailed by ARO in a 90-day
window after submission of proposals.
The notification email of selection for funding 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/Grants Officer signs the grant, cooperative agreement or contract
award document.
Applicants whose proposals are recommended for negotiation of award will be contacted by
a Contract/Grant Specialist 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 other
information as applicable to the proposed award.
2. Administrative and National Policy Requirements:
a. Required Certifications
(i) For CONTRACT Proposals:
Certifications Required for Contract Awards. Certifications and representations shall
be completed by successful offerors prior to award. Federal Acquisition Regulation
(FAR) Online Representations and Certifications are to be completed through SAM at
website https://www.SAM.gov. Defense FAR Supplement and contract specific
certification packages will be provided to the contractor for completion prior to award.
FAR 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT
REQUIRE CERTAIN CONFIDENTIALITY AGREEMENTS OR STATEMENTS—
REPRESENTATION (JAN 2017)
(ii) For GRANT and COOPERATIVE AGREEMENT Proposals:
Grant awards greater than $100,000 require a certification of compliance with a
national policy mandate concerning lobbying. Statutes and Government-wide
regulations require the certification to be submitted prior to award. The certification is
set forth at Appendix A to 32 CFR 28 regarding lobbying. When submitting your grant
through Grants.gov, by completing blocks 18 and 19 of the Standard Form 424
Research and Related (R&R) Form, the grant applicant is providing the certification on
33
---
lobbying required by 32 CFR Part 28, otherwise a signed copy by the authorized
representative must be provided. Below is the required certification:
(a). CERTIFICATION AT APPENDIX A TO 32 CFR PART 28 REGARDING
LOBBYING: Certification for Contracts, Grants, Loans, and Cooperative
Agreements The undersigned certifies, to the best of his or her knowledge and belief,
that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, 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 this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions.
(3) The undersigned 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 into this transaction imposed by Section 1352,
title 31, U.S. Code. 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.
(b). PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS –
REPRESENTATION
34
---
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: (1) the basis for this representation is a prohibition in section 743 of the
Financial Services and General Government Appropriations Act, 2015, Pub. L. 113-
235) on provision of funds through grants and cooperative agreements to entities with
certain internal confidentiality agreements or statements; and 2) section 743 states
that it does not contravene requirements applicable to Standard Form 312, Form
4414, or any other form issued by a Federal department or agency governing the
nondisclosure of classified information.
b. Policy Requirements
i. PROTECTION OF HUMAN SUBJECTS:
(1) Assistance Instruments:
(a) The recipient must protect the rights and welfare of individuals who participate as
human subjects in research under this award and comply with the requirements at 32
CFR part 219, Department of Defense Instruction (DoDI) 3216.02, 10 U.S.C. 980,
and when applicable, Food and Drug Administration (FDA) regulations.
(b) The recipient must not begin performance of research involving human subjects,
also known as human subjects research (HSR), that is covered under 32 CFR part
219, or that meets exemption criteria under 32 CFR 219.101(b), until you receive a
formal notification of approval from a DoD Human Research Protection Official
(HRPO). Approval to perform HSR under this award is received after the HRPO has
performed a review of the recipient’s documentation of planned HSR activities
and has officially furnished a concurrence with the recipient’s determination as
presented in the documentation.
(c) In order for the HRPO to accomplish this concurrence review, the recipient must
provide sufficient documentation to enable his or her assessment as follows:
35
---
(i) If the HSR meets an exemption criteria under 32 CFR 219.101(b), the
documentation must include a citation of the exemption category under 32 CFR
219.101(b) and a rationale statement.
(ii) If the recipient’s activity is determined as “non-exempt research involving human
subjects”, the documentation must include:
for Human Research Protections (OHRP) Federal Wide Assurance (FWA))
appropriate for the scope of work or program plan; and
by the IRB to make their determination.
(d) The HRPO retains final judgment on what activities constitute HSR, whether an
exempt category applies, whether the risk determination is appropriate, and whether
the planned HSR activities comply with the requirements in paragraph (a) of this
section.
(e) The recipient must notify the HRPO immediately of any suspensions or
terminations of the Assurance of Compliance.
(f) DoD staff, consultants, and advisory groups may independently review and inspect
the recipient’s research and research procedures involving human subjects and, based
on such findings, DoD may prohibit research that presents unacceptable hazards or
otherwise fails to comply with DoD requirements.
(g) Definitions for terms used in this article are found in DoDI 3216.02.
(2) Contracts: The appropriate clauses shall be added to the award.
ii. ANIMAL USE:
(1) Assistance Instruments:
(a) Prior to initiating any animal work under the award, the recipient must:
(i) Register the recipient’s research, development, test, and evaluation or training
facility with the Secretary of Agriculture in accordance with 7 U.S.C. 2136 and 9
CFR section 2.30, unless otherwise exempt from this requirement by meeting the
conditions in 7 U.S.C. 2136 and 9 CFR parts 1-4 for the duration of the activity.
36
---
(ii) Have the recipient’s proposed animal use approved in accordance with DoDI
3216.01, Use of Animals in DoD Programs by a DoD Component Headquarters
Oversight Office.
(iii) Furnish evidence of such registration and approval to the grants officer.
(b) The recipient must make the animals on which the research is being conducted,
and all premises, facilities, vehicles, equipment, and records that support animal care
and use available during business hours and at other times mutually agreeable to the
recipient, the United States Department of Agriculture Office of Animal and Plant
Health Inspection Service (USDA/APHIS) representative, personnel representing the
DoD component oversight offices, as well as the grants officer, to ascertain that the
recipient is compliant with 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and DoDI
3216.01.
(c) The recipient’s care and use of animals must conform with the pertinent laws of
the United States, regulations of the Department of Agriculture, and regulations,
policies, and procedures of the DoD (see 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and
DoDI 3216.01).
(d) The recipient must acquire animals in accordance with DoDI 3216.01.
(2) Contracts: The appropriate clauses shall be added to the award.
(iii) BIOLOGICAL DEFENSE SAFETY PROGRAM REQUIREMENTS: For All
Awards. Successful offerors whose Principal Investigators are conducting research
with Bio-safety Levels 3 and 4 material must prepare a Facility Safety Plan in
accordance with 32 Code of Federal Regulations (CFR) 626.18. See URL: CFR Link
for a copy of 32 CFR 626.18, Biological Defense Safety Program.
(iv) MILITARY RECRUITING: For Assistance Instruments Only. This is to notify
potential offerors that each grant or cooperative agreement awarded under this
announcement to an institution of higher education must include the following term
and condition:
"As a condition for receipt of funds available to the Department of Defense (DOD)
under this award, the recipient agrees that it is not an institution of higher education
(as defined in 32 CFR part 216) that has a policy of denying, and that it is not an
institution of higher education that effectively prevents, the Secretary of Defense
from obtaining for military recruiting purposes: (A) entry to campuses or access to
students on campuses or (B) access to directory information pertaining to students. If
the recipient is determined, using the procedures in 32 CFR part 216,
37
---
to be such an institution of higher education during the period of performance of this
agreement, and therefore to be in breach of this clause, the Government will cease all
payments of DOD funds under this agreement and all other DOD grants and
cooperative agreements to the recipient, and it may suspend or terminate such grants
and agreements unilaterally for material failure to comply with the terms and
conditions of award."
If your institution has been identified under the procedures established by the
Secretary of Defense to implement Section 558, then: (1) no funds available to DOD
may be provided to your institution through any grant, including any existing grant,
(2) as a matter of policy, this restriction also applies to any cooperative agreement,
and (3) your institution is not eligible to receive a grant or cooperative agreement in
response to this solicitation.
(v) MILITARY RECRUITING: For Contracts Only. This is to notify potential
offerors that each contract awarded under this announcement to an institution of
higher education shall include the following clause: Defense Federal Acquisition
Regulation Supplement (DFARS) clause 252.209-7005, Military Recruiting on
Campus.
(vi) SUBCONTRACTING: For Contracts Only. This section is applicable to
contracts where the dollar threshold is expected to exceed to $750,000.00. Pursuant to
Section 8(d) of the Small Business Act [15 U.S.C. 637(d)], it is the policy of the
Government to enable small business concerns to be considered fairly as
subcontractors under all research agreements awarded to prime contractors. The
required elements of the Subcontracting Plan are set forth by FAR 52.219-9
(DEVIATION 2013-O0014) and DFARS 252.219-7003.
Subcontracting Plan Goals. Small business subcontracting goals are established on an
individual contract basis. The applicant is requested to consider, when appropriate,
the Governments’ subcontracting goals. When applied to R&D the small business-
subcontractor plan should result in the best mix of cost schedule and performance.
(vi) EXPORT CONTROL LAWS:
(1) Assistance Instruments: N/A
(2) Contracts: Applicants should be aware of current export control laws and are
responsible for ensuring compliance with all International Traffic in Arms
Regulation (ITAR) (22 CFR 120 et. Seq.) requirements, as applicable. In some
cases, developmental items funded by the Department of Defense are now
38
---
included on the United States Munition List (USML) and are therefore subject to
ITAR jurisdiction. Applicants should address in their proposals whether ITAR
restrictions apply or do not apply, such as in the case when research products
would have both civil and military application, to the work they are proposing to
perform for the Department of Defense. The USML is available online at
https://www.ecfr.gov/cgi-bin/text-idx?node=pt22.1.121 Additional information
regarding the President's Export Control Reform Initiative can be found at
http://export.gov/ecr/index.asp
vii. DRUG-FREE WORKPLACE:
(1) Assistance Instruments: The recipient must comply with drug-free workplace
requirements in Subpart B of 2 CFR part 26, which is the DoD implementation of
41 U.S.C. chapter 81, “Drug-Free Workplace.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
viii. DEBARMENT AND SUSPENSION:
(1) Assistance Instruments: The recipient must comply with requirements regarding
debarment and suspension in Subpart C of 2 CFR part 180, as adopted by DoD at 2
CFR part 1125. This includes requirements concerning the recipient’s principals
under an award, as well as requirements concerning the recipient’s procurement
transactions and subawards that are implemented in DoD Research and
Development General Terms and Conditions PROC Articles I through III and SUB
Article II.
(2) Contracts: The appropriate clause(s) shall be added to the award.
ix. REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION:
(1) Assistance Instruments: The recipient must report information about subawards and
executive compensation as specified in the award term in Appendix A to 2 CFR part
170, “Reporting subaward and executive compensation information,” modified as
follows: (a) To accommodate any future designation of a different Government wide
Web site for reporting subaward information, the Web site “http://www.fsrs.gov” cited
in paragraphs a.2.i. and a.3 of the award provision is replaced by the phrase
“http://www.fsrs.gov or successor OMB designated Web site for reporting subaward
information”; (b) To accommodate any future designation of a different Government
wide Web site for reporting executive compensation information, the Web site
“http://www.sam.gov” cited in paragraph b.2.i. of the award provision is replaced by
39
---
the phrase “https://www.sam.gov or successor OMB-designated Web site for reporting
information on total compensation”; and 106 (c) The reference to “Sec. .210 of the
attachment to OMB Circular A-133, “Audits of States, Local Governments, and Non-
Profit Organizations” in paragraph e.3.ii of the award term is replaced by “2 CFR
200.330, as implemented in DoD Research and Development General Terms and
Conditions SUB Article I of this award.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
3. Reporting:
Reports including number and types will be specified in the award document but will include
as a minimum quarterly technical and financial status reports. The reports shall be prepared
and submitted in accordance with the procedures contained in the award document and
mutually agreed upon before award. Reports and briefing material will also be required as
appropriate to document progress in accomplishing program metrics.
MANPOWER CONTRACTOR REPORTING: For Contracts Only. The Office of the
Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a
secure Army data collection site where the contractor will report ALL contractor manpower
(including subcontractor manpower) required for performance of this contract. The
contractor is required to completely fill in all the information in the format using the
following web address: www.sam.gov . The required information includes:
(1) Contracting Office, Contracting Officer, Contracting Officer’s Technical
Representative;
(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor
employee entering data;
(5) Estimated direct labor hours (including sub-contractors);
(6) Estimated direct labor dollars paid this reporting period (including sub- contractors);
(7) Total payments (including sub-contractors);
(8) Predominate Federal Service Code (FSC) reflecting services provided by contractor
(and separate predominant FSC for each sub-contractor if different);
(9) Estimated data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army
Requiring Activity (the Army Requiring Activity is responsible for providing the
contractor with its UIC for the purposes of reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip
code in the United States and nearest city, country, when in an overseas location, using
standardized nomenclature provided on website);
40
---
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor and sub-contractor employees deployed in theater this
reporting period (by country).
As part of its submission, the contractor will also provide the estimated total cost (if any)
incurred to comply with this reporting requirement. Reporting period will be the period of
performance not to exceed 12 months ending 30 September of each government fiscal year
and must be reported by 31 October of each calendar year.
Contractors may use a direct XML data transfer to the database server or fill in the fields on
the website. The XML direct transfer is a format for transferring files from a contractor’s
systems to the secure web site without the need for separate data entries for each required
data element at the web site. The specific formats for the XML direct transfer may be
downloaded from the web site.
If the total Federal share exceeds $500,000 on any Federal award under a notice of funding
opportunity, the post-award reporting requirements reflected in Appendix XII to Part 200 of
Title 2 CFR will be included in the award document. This requirement also applies to
modifications of awards that: 1) increase the scope of the award, 2) are issued on or after
January 1, 2016, and 3) increase the federal share of the award’s total value to an amount that
exceeds $500,000.
G. Agency Contacts, LQC Website:
Questions of a technical nature or a programmatic nature shall be directed as specified below:
Technical Program Point of Contact (ARO):
Dr. T.R. Govindan
Army Research Office
Email Address: t.r.govindan.civ@army.mil
Technical Program Point of Contact (LPS):
Dr. Charles Tahan
Laboratory for Physical Sciences
Email Address: ctahan@lps.umd.edu
Questions of a business nature shall be directed to the contact info, as specified below:
Email address: Business Q&A
Comments or questions submitted should be concise and to the point, eliminating any
unnecessary verbiage. In addition, the relevant part and paragraph of the Broad Agency
Announcement (BAA) should be referenced.
41
---
Information about the LPS Qubit Collaboratory can be found at: LQC
H. Other Information:
Below are 2 separate outlines of the informational requirements for a sample cost proposal. H.1.
is for a procurement contract and H.2 for grants and cooperative agreements.
1. CONTRACT Proposals:
Cost Proposal – {No Page Limit} Cover sheet to
include:
(1) BAA number;
(2) Technical area;
(3) Lead Organization submitting proposal;
(4) Type of business, selected among the following
categories: “LARGE BUSINESS”, “SMALL
DISADVANTAGED BUSINESS”, “OTHER SMALL
BUSINESS”, “HBCU”, “MI”, “OTHER
EDUCATIONAL”, OR “OTHER NONPROFIT”;
(5) Contractor’s reference number (if any);
(6) Other team members (if applicable) and type
of business for each;
(7) Proposal title;
(8) Technical point of contact to include: salutation, last name, first name, street address,
city, state, zip code, telephone, fax (if available), electronic mail (if available);
(9) Administrative point of contact to include: salutation, last name, first name, street
address, city, state, zip code, telephone, fax (if available), and electronic mail (if available);
(10) Award instrument requested: cost-plus-fixed-free (CPFF), cost-contract—no fee,
cost sharing contract – no fee, or other type of procurement contract (specify).
(11) Place(s) and period(s) of performance;
(12) Total proposed cost separated by basic award and option(s) (if any);
(13) Name, address, and telephone number of the proposer’s cognizant
Defense Contract Management Agency (DCMA) administration office
(if known);
(14) Name, address, and telephone number of the proposer’s cognizant Defense Contract
Audit Agency (DCAA) audit office (if
known);
(15) Date proposal was prepared;
42
---
(16) DUNS number;
(17) TIN number; and
(18) Cage Code;
(19) Subcontractor Information; and
(20) Proposal validity period
(21) Any Forward Pricing Rate Agreement, other such approved rate information, or such other
documentation that may assist in expediting negotiations (if available).
I. Reasoning for Submitting a Strong Cost Proposal
The ultimate responsibility of the Contracting Officer is to ensure that all prices offered in a
proposal are fair and reasonable before contract award [FAR 15.4]. To establish the
reasonableness of the offered prices, the Contracting Officer may ask the offeror to provide
various supporting documentation that assists in this determination. The offeror’s ability to
be responsive to the Contracting Officer’s requests can expedite contract award. As
specified in Section 808 of Public Law 105-261, an offeror who does not comply with a
requirement to submit information for a contract or subcontract in accordance with
paragraph (a)(1) of FAR 15.403-3 may be ineligible for award.
II. DCAA-Accepted Accounting System
A) Before a contract can be awarded, the Contracting Officer must confirm that the offeror has
a Defense Contract Audit Agency (DCAA)-accepted accounting system in place for
accumulating and billing costs under Government contracts [FAR 53.209-1(f)]. If the
offeror has DCAA correspondence, which documents the acceptance of their accounting
system, this should be provided to the Contracting Officer (i.e. attached or referenced in the
proposal). Otherwise, the Contracting Officer will submit an inquiry directly to the
appropriate DCAA office and request a review of the offeror’s accounting system.
B) If an offeror does not have a DCAA-accepted accounting system in place, the DCAA
review process can take several months depending upon the availability of the DCAA
auditors and the offeror’s internal processes. This will cause a delay in contract award.
C) For more information about cost proposals and accounting standards, view the link titled
“Information for Contractors” on the main menu on their website.
III. Field Pricing Assistance
During the pre-award cost audit process, the Contracting Officer will solicit support from
DCAA to determine commerciality and price reasonableness of the proposal [FAR 15.404-2].
Any proprietary information or reports obtained from DCAA field audits will be
appropriately identified and protected within the Government.
43
---
IV. Sample Cost Proposal – “Piece by Piece”
A) To help guide offerors through the pre-award cost audit process, a sample cost proposal
is detailed below. This sample also allows the offeror to see exactly what the
Government is looking for; therefore, all cost and pricing back-up data can be provided
to the Government in the first cost proposal submission. Review each cost element
within the proposal, and take note of the types of documentation that the Contracting
Officer will require from the offeror.
B) Direct Labor: The first cost element included in the cost proposal is Direct Labor.
The Department of Defense (DoD) requires each proposed employee to be listed by
name and labor category.
Below is the Direct Labor as proposed by our sample offeror:
DIRECT LABOR YEAR 1 YEAR 2
Employee Labor Direct Hours Total Direct Hours Total Direct
Name Category Hourly Direct Hourly Labor
Rate Labor Rate
Andy Program $55.00 720.00 $39,600.00 $56.65 720.00 $40,788.00
Smith Manager
Bryan Senior $40.00 672.00 $26,880.00 $41.20 672.00 $27,686.40
Andrew Engineer
Cindy Principal $50.00 512.00 $25,600.00 $51.50 512.00 $26,368.00
Thomas Engineer
David Entry Level $10.00 400.00 $4,000.00 $10.30 400.00 $4,120.00
Porter Engineer
Edward Project $25.00 48.00 $1,200.00 $25.75 48.00 $1,236.00
Bean Administrator
Subtotal $97,280.00 $100,198.40
Direct
Labor
(DL)
1) For this cost element, the Contracting Officer requires the offeror to provide adequate
documentation in order to determine that each labor rate for each employee/labor
category is fair and reasonable. The documentation will need to explain how these
labor rates were derived. For example, if the rates are DCAA- approved labor rates,
provide the Contracting Officer with copies of the DCAA documents stating the
approval. This is the most acceptable means of documentation to determine the rates
44
---
fair and reasonable. Other types of supporting documentation may include General
Service Administration (GSA) contract price lists, actual payroll journals, or
Salary.com research. If an employee listed in a cost proposal is not a current
employee (maybe a new employee, or one contingent upon the award of this
contract), a copy of the offer letter stating the hourly rate - signed and accepted by
the employee - may be provided as adequate documentation. Sometimes the hourly
rates listed in a proposal are derived through subjective processes, i.e., blending of
multiple employees in one labor category, or averaged over the course of the year to
include scheduled payroll increases, etc. These situations should be clearly
documented for the Contracting Officer.
2) Another cost element in Direct Labor is labor escalation, or the increase in labor rates
from Year 1 to Year 2. In the example above, the proposed labor escalation is 3%
(ex., Andy Smith increased from $55.00/hr in Year 1, by 3% to $56.65/hr in Year 2).
Often times, an offeror may not propose escalation on labor rates during a 24-month
period. Whatever the proposed escalation rate is, please be prepared to explain why it
is fair and reasonable [ex., A sufficient explanation for our sample escalation rate
would be the Government’s General Schedule Increase and Locality Pay for the same
time period (name FY) in the same location (name location) was published as 3.5%,
therefore a 3% increase is fair and reasonable].
C) Other Direct Costs (ODCs): This section of the cost proposal includes all other directly
related costs required in support of the effort i.e., materials, subcontractors, consultants, travel,
etc. Any cost element that includes various items will need to be detailed in a cost breakdown
to the Contracting Officer.
1) Direct Material Costs: This subsection of the cost proposal will include any special
tooling, test equipment, and material costs necessary to perform the project. Items
included in this section will be carefully reviewed relative to need and
appropriateness for the work proposed, and must, in the opinion of the Contracting
Officer, be advantageous to the Government and directly related to the specific
topic.
a) The Contracting Officer will require adequate documentation from the offeror to
determine the cost reasonableness for each material cost proposed. The
following methods are ways in which the Contracting Officer can determine this
[FAR 15.403-1].
i) Adequate Price Competition. A price is based on adequate price
competition when the offeror solicits and receives quotes from two or more
responsible vendors for the same or similar items or services. Based on
these quotes, the offeror selects the vendor who represents the best value to
45
---
the Government. The offeror will be required to provide copies of all
vendor quotes received to the Contracting Officer.
Note: Price competition is not required for items at or below the
micropurchase threshold ($5,000) [FAR 15.403-1]. If an item’s unit
cost is less than or equal to $5,000 price competition is not
necessary. However, if an item’s total cost over the period of
performance (unit cost * quantity is higher than $5,000, two or more
quotes must be obtained by the offeror.
ii) Commercial Prices. Commercial prices are those published on current price
lists, catalogs, or market prices. This includes vendors who have prices
published on a GSA-schedule contract. The offeror will be required to
provide copies of such price lists to the Contracting Officer.
iii) Prices set by law or regulation. If a price is mandated by the Government
(i.e. pronouncements in the form of periodic rulings, reviews, or similar
actions of a governmental body, or embodied in the laws) that is sufficient
to set a price.
b) Below is the list of Direct Material costs included in our sample
proposal:
i)
DIRECT MATERIAL COSTS: YEAR 1 YEAR 2
Raw Materials $35,000.00 $12,000.00
Computer for experiments $4,215.00 $0.00
Cable (item #12-3657, 300 ft) $1,275.00 $0.00
Software $1,825.00 $1,825.00
Subtotal Direct Materials Costs $42,315.00 $13,825.00
(DM):
ii) “Raw Materials”: This is a generic label used to group many material items
into one cost item within the proposal. The Contracts Officer will require a
detailed breakout of all the items that make up this cost. For each separate item
over $3,000 (total for Year 1 + Year 2), the offeror must be able to provide
either competitive quotes received, or show that published pricing was used.
iii) “Computer for experiments”: Again, this item is most likely a grouping of
several components that make up one system. The Contracts Officer will
46
---
require a detailed breakout of all the items that make up this cost. For each
separate item over $3,000 (total for Year 1 + Year 2), the offeror must be
able to provide either competitive quotes received, or show that published
pricing was used.
iv) “Cable”: Since this item is under the micropurchasethreshold of $5,000,
competitive quotes or published pricing are not required. Simply
provide documentation to show the Contracting Officer where this
price came from.
v) “Software”: This cost item could include either one software product, or
multiple products. If this includes a price for multiple items, please
provide the detailed cost breakdown. Note: The price for Year 1 ($1,825)
is below the micro purchase threshold; however, in total (Year 1 + Year 2)
the price is over $5,000, so competitive quotes or published pricing
documentation must be provided.
c) Due to the specialized types of products and services necessary to perform these
projects, it may not always be possible to obtain competitive quotes from more
than one reliable source. Each cost element over the simplified acquisition
threshold ($5,000) must be substantiated. There is always an explanation for
HOW the cost of an item was derived; show us how you came up with that
price!
d) When it is not possible for an offeror to obtain a vendor price through
competitive quotes or published price lists, a Contracting Officer may
accept other methods to determine cost reasonableness. Below are some
examples of other documentation, which the Contracting Officer may
accept to substantiate costs:
i) Evidence that a vendor/supplier charged another offeror a similar price
for similar services. Has the vendor charged someone else for the same
product? (Two (2) to three (3) invoices from that vendor to different
customers may be used as evidence.)
ii) Previous contract prices. Has the offeror charged the Government a similar
price under another Government contract for similar services? If the
Government has already paid a certain price for services, then that price
may already be considered fair and reasonable. (Provide the contract
number, and billing rates for reference.)
47
---
iii) DCAA approved. Has DCAA already accepted or verified specific
cost items included in your proposal? (Provide a copy of DCAA
correspondence that addressed these costs.)
2) Below is the remaining ODC portion of our proposal including equipment,
subcontractors, consultants, and travel. Assume in this scenario that competitive
quotes or catalog prices were not available for these items:
OTHER DIRECT COSTS: YEAR 1 YEAR 2
Equipment Rental for Analysis $5,500.00 $5,600.00
Subcontractor – Lockheed $25,000.00 $0.00
Consultant: John Bowers $0.00 $12,000.00
Travel $1,250.00 $1,250.00
Subtotal Other Direct Costs $31,750.00 $18,850.00
(ODC):
a) “Equipment Rental for Analysis”: The offeror explains that the Year 1 cost of
$5,500 is based upon 250 hours of equipment rental at an hourly rate of $22.00/hr.
One (1) invoice from the vendor charging another vendor the same price for the
same service is provided to the Contracting Officer as evidence. Since this cost is
over the simplified acquisition threshold, further documentation to determine cost
reasonableness is required. The offeror is able to furnish another invoice charging a
second vendor the same price for the same service.
b) “Subcontractor – Widget, Inc.”: The offeror provides a copy of the
subcontractor quote to the Contracting Officer in support of the $25,000 cost.
This subcontractor quote must include sufficient detailed information
(equivalent to the data included in the prime’s proposal to the Government), so
that the Contracting Officer can make a determination of cost reasonableness.
i) As stated in Section 3.5(c)(6) of the DoD Cost Proposal guidance, “All
subcontractor costs and consultant costs must be detailed at the same level as
prime contractor costs in regards to labor, travel, equipment, etc. Provide
detailed substantiation of subcontractor costs in your cost proposal.”
ii) In accordance with FAR 15.404-3, “the Contracting Officer is responsible
for the determination of price reasonableness for the prime contract,
including subcontracting costs”. This means that the subcontractor’s
quote/proposal may be subject to the same scrutiny by the Contracting
Officer as the cost proposal submitted by the prime. The Contracting Officer
will need to determine whether the subcontractor has an accepted purchasing
48
---
system in place and/or conduct appropriate cost or price analyses to establish
the reasonableness of proposed subcontract prices. Due to the proprietary
nature of cost data, the Subcontractor may choose to submit their pricing
information directly to the Contracting Officer and not through the prime.
This is understood and encouraged.
iii) When a subcontractor is selected to provide support under the prime
contract due to their specialized experience, the Contracting Officer may
request sole source justification from the offeror.
c) “Consultant – John Bowers”: Again, the offeror shall provide a copy of the
consultant’s quote to the Contracting Officer as evidence. In this example, the
consultant will be charging an hourly rate of $125 an hour for 96 hours of
support. The offeror indicates to the Contracting Officer that this particular
consultant was used on a previous contract with the Government (provide
contract number), and will be charging the same rate. A copy of the
consultant’s invoice to the offeror under the prior contract is available as
supporting evidence. Since the Government has paid this price for the same
services in the past, determination has already been made that the price is fair.
d) “Travel”: The Contracting Officer will require a detailed cost breakdown for
travel expenses to determine whether the total cost is reasonable based on
Government per diem and mileage rates. This breakdown shall include the
number of trips, the destinations, and the number of travelers. It will also need to
include the estimated airfare per round trip, estimated car rental, lodging rate per
trip, tax on lodging, and per diem rate per trip. The lodging and per diem rates
must coincide with the Joint Travel Regulations. Please see the following website
to determine the appropriate lodging and per diem rates:
http://www.defensetravel.dod.mil/site/perdiemCalc.cfm
Additionally, the offeror must provide why the airfare is fair and reasonable as
well. Sufficient back up for both airfare and car rental would include print outs of
online research at the various travel search engines (Expedia, Travelocity, etc.)
documenting the prices for airfare and car rentals thus proving why your chosen
rate is fair and reasonable.
i) Below is a sample of the travel portion:
TRAVEL Trips Travelers Nights Days Unit Cost Total Travel
Airfare per 1 1 $996.00 $996.00
roundtrip
Lodging per day 1 1 1 $75.00 $75.00
Tax on
49
---
Lodging
(12%) per day 1 1 1 $9.00 $9.00
Per Diem per day 1 1 2 $44.00 $88.00
Automobile 2
Rental per day 1 1 $41.00 $82.00
Subtotal $1,250.00
Travel
D) Indirect Rates: Indirect rates include elements such as Fringe Benefits, General &
Administrative (G&A), Overhead, and Material Handling costs. The offeror shall
indicate in the cost proposal both the indirect rates (as a percentage) as well as how those
rates are allocated to the costs in the proposal.
INDIRECTS YEAR 1 YEAR 2
Subtotal Direct Labor (DL): $97,280.00 $100,198.40
Fringe Benefits, if not included in Overhead,
rate (15.0000 %) X DL = $14,592.00 $15,029.76
Labor Overhead (rate 45.0000 %) X (DL +
Fringe) = $50,342.40 $51,852.67
Total Direct Labor (TDL): $162,214.40 $167,080.83
1) In this example, the offeror includes a Fringe Benefit rate of 15.00% that it
allocated to the Direct Labor costs. They also propose a Labor Overhead rate of
45.00% that is allocated to the Direct Labor costs plus the Fringe Benefits.
2) All indirect rates and the allocation methods of those rates must be verified by the
Contracting Officer. In most cases, DCAA documentation supporting the indirect
rates and allocation methods can be obtained through a DCAA field audit or proposal
review. Many offerors have already completed such reviews and have this
documentation readily available. If an offeror is unable to participate in a DCAA
review to substantiate indirect rates, the Contracting Officer may request other
accounting data from the offeror to make a determination.
E.) Cost of Money (COM): If Cost of Money (an imputed cost that is not a form of interest on
borrowings (see FAR 31.205-20); an “incurred cost” for cost-reimbursement purposes under
50
---
[Document continues — 5 more pages]
---
W911NF21S0009 Amendment 1
U.S. ARMY RESEARCH OFFICE
BROAD AGENCY ANNOUNCEMENT FOR
LPS Qubit Collaboratory (LQC)
W911NF-21-S-0009-1
Issued by:
U.S. Army Contracting Command-Aberdeen Proving Ground
Research Triangle Park Division
P.O. BOX 12211
Research Triangle Park, NC 27709-2211
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY: ...................................................................... 4
A. Required Overview Content .................................................................................................................................... 4
1. Federal Agency Name(s): .......................................................................................................................................................... 4
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC) ..................................................................................... 4
3. Announcement Type ................................................................................................................................................................... 4
4. Research Opportunity Number: W911NF-21-S-0009 ................................................................................................. 4
5. Catalog of Federal Domestic Assistance (CFDA) Number: .......................................................................................... 4
6. Response Dates: ............................................................................................................................................................................. 4
B. Additional Overview Information ......................................................................................................................... 4
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY ......................................... 5
A.1 Funding Opportunity Description .................................................................................................................... 5
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021) .......................................................................... 6
A.1.2 Category 1: Incubator ............................................................................................................................................................ 8
A.1.3 Category 2: Collaboratory ................................................................................................................................................... 9
A.1.4 LQC Quantum Computing Research (LQC QuaCR) Graduate and Postdoctoral Fellowships ............. 10
B. Federal Award Information ................................................................................................................................... 11
C. Eligibility Information ............................................................................................................................................. 12
1. Eligible Applicants: .................................................................................................................................................................... 13
2. Cost Sharing or Matching: ...................................................................................................................................................... 13
3. Federally Funded Research and Development Centers (FFRDCs): ...................................................................... 13
D. Application and Submission Information ......................................................................................................... 13
1. Address to View Broad Agency Announcement ........................................................................................................... 13
2. Content and Form of Application Submission ............................................................................................................... 14
3. Unique Entity Identifier and System for Award Management (SAM) ................................................................. 27
4. Submission Dates and Times: ............................................................................................................................................... 27
5. Intergovernmental Review .................................................................................................................................................... 28
6. Funding Restrictions: ............................................................................................................................................................... 28
7. Other Submission Requirements: ....................................................................................................................................... 29
E. Application Review Information: ......................................................................................................................... 29
1. Criteria: ........................................................................................................................................................................................... 29
2. Review and Selection Process: ............................................................................................................................................. 30
3. Recipient Qualification ............................................................................................................................................................ 30
F. Award Administration Information: ................................................................................................................... 33
1. Award Notices: ............................................................................................................................................................................ 33
2. Administrative and National Policy Requirements: ................................................................................................... 33
3. Reporting: ...................................................................................................................................................................................... 40
G. Agency Contacts, LQC Website: ............................................................................................................................. 41
2
---
H. Other Information: .................................................................................................................................................... 42
1. CONTRACT Proposals: ............................................................................................................................................................. 42
2. GRANT and COOPERATIVE AGREEMENT Proposals: ................................................................................................ 51
3
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY:
A. Required Overview Content
1. Federal Agency Name(s):
U.S. Army Research Office
Issuing Acquisition Office:
U.S. Army Contracting Command-Aberdeen Proving Ground, Research Triangle Park
Division (ACC-APG RTP Division)
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC)
3. Announcement Type
Initial Announcement
4. Research Opportunity Number: W911NF-21-S-0009-1
5. Catalog of Federal Domestic Assistance (CFDA) Number:
12.431 – Basic Scientific Research
6. Response Dates:
This BAA is a continuously open announcement valid throughout the period from the date of
issuance through 30 April 2026, unless announced otherwise.
B. Additional Overview Information
This Broad Agency Announcement (BAA) which sets forth research areas of interest to the
Army Research Laboratory- Army Research Office (ARL-ARO) and the National Security
Agency (NSA) is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation
(FAR), and 10 USC 2358 which provides for the competitive selection of basic research
proposals. Proposals submitted in response to this BAA and selected for award are considered to
be the result of full and open competition and in full compliance with the provision of Public
Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments.
The Department of Defense agencies involved in this program reserve the right to select for
award; all, some, or none of the proposals submitted in response to this announcement. The
participating DoD agencies will provide 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 participating DoD agencies to treat all proposals
as sensitive, competitive information and to disclose their contents only for the purposes of
evaluation.
4
---
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY
A.1 Funding Opportunity Description
The U.S. Army Research Office (ARO) in partnership with NSA’s Laboratory for Physical
Science (LPS) is soliciting Incubator, Collaboration, and Fellowship research proposals for
participation in the LPS Qubit Collaboratory (LQC). The mission of the LQC can be captured in
three broad goals: 1) pursue disruptive fundamental research and enabling technologies with a
focus on qubit development for quantum computing and other applications (such as sensing); 2)
grow deep, collaborative partnerships to tackle the most difficult and relevant long-term
problems in quantum information science and technology; and 3) build a quantum workforce of
tomorrow through research experiences in government at LPS and at LQC partners. The LQC
will offer a mechanism for collaborative research between LPS and academia, industry,
FFRDCs, and Government Laboratories to advance foundational and transformative research on
challenging problems that have hindered progress in quantum information processing and
associated technologies.
The goal of this BAA is to seek proposals that bring together expertise from the public and
private sectors and their respective research infrastructures to advance solutions that may be best
approached as a collaborative team. A Collaboratory is “a center without walls, in which the
nation’s researchers can perform their research without regard to physical location, interacting
with colleagues, accessing instrumentation, sharing data and computational resources, [and]
accessing information in digital libraries” 123. This BAA introduces LQC Research Thrusts
(A.1.1) which are the technical areas of interest—which will be updated periodically—where
partners of the LQC will pursue joint research with LPS through Incubator (A.1.2) and
Collaboration (A.1.3) collaborative agreements. The LQC BAA also fulfills the Government’s
overarching interest--through the proposed research and on-site research experiences--in creating
and training a workforce in quantum science and technology, generating pathways of solutions
that feed technology development, establishing partnerships, and creating transition
opportunities. In further support of training through research, Section A.1.4 calls for Quantum
Computing Research (QuaCR) Graduate and Postdoctoral Fellowships for US citizens working
in areas of interest as described below.
Substantial progress on solving the most difficult and long-term Quantum Information Science &
Technology (QIST) research problems that unleash further rapid progress in the field will
constitute LQC success. Examples of such research problems include (but are not limited to):
limits of performance due to device design, material selection, and/or control, the exploration of
alternative qubit physics (e.g., different approaches to qubit encoding or types of gates) and
lowering of barriers to such approaches, advances in materials that improve qubit gate fidelity,
1 Wulf, W. (1989, March). The national collaboratory. In Towards a national collaboratory. Unpublished report of a National Science Foundation
invitational workshop, Rockefeller University, New York.
2 Wulf, W. (1993) The collaboratory opportunity. Science, 261, 854-855.
3 https://en.wikipedia.org/wiki/Collaboratory
5
---
reducing the overhead of classical components in quantum information technology and
optimizing classical performance, and the exploration of applications of quantum technologies to
new domains.
Three categories of proposals are sought for this BAA:
1. Incubator opportunities seek partnership proposals from single investigators and small
research groups, including teaching colleges, who may have unique skillsets to contribute
toward the pursuit of the research thrusts presented in A.1.1. Incubator proposals may
also be the development of concepts into a detailed technical research approach to
advance solution of problems of high interest to quantum information science research.
Incubator proposals would avail themselves of the collaboration opportunities with LPS
research staff and infrastructure made available at the Laboratory for Physical Sciences
(LPS) to lay the groundwork for concepts that may be suitable for a Collaboratory
proposal or responses to other DoD quantum information science research opportunities.
2. Collaboratory proposals seek research proposals that bring together a strong significant
collaboration--researchers from academia, industry, FFRDCs, and/or Government
Laboratories--to pursue long-term projects focused on fundamental problems of interest
to qubit development and/or associated science and technology. These collaborative
groups will propose to work together in a focused manner for a period of time expected to
be one to three years in order to demonstrate a proof-of-concept experiment and/or theory
exploration to determine the feasibility of their creative idea.
3. QuaCR Research Fellowship proposals seek to support talented U.S. citizen graduate
students and postdoctoral researchers in the field of quantum information processing
(primary interest) and quantum sensing (secondary interest). Applicants with a
background from either within or outside QIS are encouraged. The proposed research
areas are described in this BAA and must enhance active Quantum Information Science
research efforts being supported by the Army Research Office and/or LPS. Research
fellows are encouraged to complete an LPS Internship during their graduate career or
visit during their postdoctoral fellowship (see below).
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021)
In this first year of the BAA, proposals are sought from a small number of research groups to
collaboratively investigate long-term and outstanding challenges in qubit device physics and
associated areas of Quantum Information Science and Technology. A gradual ramp up of the
program will allow a continuous evaluation and modification of the program model. The
following research areas are a priority and considered ripe for one of the collaborative research
avenues described in this section. Other related topic areas of similar scope may also be
considered.
1.) Spin qubits, fast.
6
---
This research area is interested in democratizing spin qubits. Working spin qubits are hard to
fabricate and require significant infrastructure and workforce investments. New materials
heterostructures and device fabrication techniques can take decades to master. Viable pathways
to address difficult materials science challenges without starting from scratch have great
potential to improve access to the field. Another roadblock is software and control engineering.
Dots require many control lines and control signals. Any reduction in control complexity either
by simplifying control systems and/or better qubit design would open many research avenues.
Specifically, research proposals are sought that innovatively advance easier methods to
characterize and explore the physics of multi-dot systems, ideally in more than one material. The
goal is a potential reference system (control hardware, software, and environment) to initialize,
control, and readout systems of approximately 10 quantum dots, but with sufficient flexibility to
apply to a variety of semiconductor quantum dot qubit and gate approaches. Of particular interest
are systems for electrons in silicon and holes in germanium.
Proposers should consider the following questions in formulating their research proposal.
Can the initial evaluation of materials be completed faster before investing heavily in device
fabrication? Can a common infrastructure be constructed that would open the field to new
researchers interested in qubit measurement and control, but not fabrication and/or growth? Can
the control stack be standardized to enable small quantum dot systems to be controlled quickly?
2.) More epitaxy, better qubits?
Materials science for quantum computing has largely focused on a basic assumption: that
epitaxial devices are better for quantum computing. Are these assumptions that are valid for
conventional devices also valid for quantum information devices? How can the positive or
negative implications of various epitaxial (or epitaxial-like) growth paradigms be rapidly
determined through device modeling, through device testing, and through material
characterization? What are the most promising materials for epitaxial qubits? Which qubit
systems can benefit from epitaxial materials and/or does epitaxy enable novel qubit approaches?
Improvements in computational methods and understanding of surfaces/interfaces at the
microscopic level that will enable these assessments are needed and are of interest to this
research area.
3.) Voltage controllable superconducting qubits
This research area is interested in exploring compatibility of superconducting devices that are
controllable by baseband voltage pulses. Design and qubit quality implications are of particular
interest, as well as compatibility with existing wafer growth facilities at LPS and LQC partners.
Further, understanding the fundamental limits of charge noise in superconducting systems is a
long-term and presently under-investigated challenge.
4.) Going hot and not looking back
Significant improvements in cooling power and complexity can be gained if qubits did not need
to be cooled as much as technically possible using dilution refrigerators. This research area
would consider designing qubits and multiple qubit experiments to operate in the range of 350
7
---
mK to 2 K. For solid-state, gate-based quantum computing, what experimental systems are most
promising and empowered by this capability? What physical systems can be employed as qubits
that would be promising in this temperature range? What temperature within this range would be
desirable and matched for available refrigerators?
5.) Beyond Moore, Before Shor
Significant effort has been put into the development of ultra-high-quality or precision-grown
materials systems for qubits in the quantum computing research community. Examples include
ultra-low-loss silicon-germanium heterostructures, atomistic fabrication techniques, and
superconducting circuits for spin and superconducting qubits, respectively. This research area is
interested in exploring the potential for these increasingly well-controlled quantum devices and
systems for classical computing and enabling device applications such as low-power or ultra-fast
computing or electronics and unique approaches to component technology well before the advent
of a large-scale quantum computer.
6.) Accelerated Learning of Quantum Information Concepts
There is a pressing need in Quantum Information Science & Technology (QIST) for new and
broader talent. One innovation may be in developing approaches to teaching QIST concepts at
multiple levels of expertise (but especially undergraduate to mid-career) to engineers, computer
scientists, and physicists. Research proposals are sought in innovative collaborative learning
concepts for quantum information science, to include the methodologies, pedagogy, and essential
principles that effectively leverage classroom and laboratory experiences to train a diverse
quantum workforce of the future. These projects should focus on methods applicable to higher
education for the training and retraining of technical individuals that have a range of experiences
and knowledge. Practical implementations coupled with evaluation of efficacy are highly
desired. Some examples of research activities may include:
• Comparison of traditional quantum mechanics and emerging QIST laboratory
experiments for educational use.
• Implementation and assessment of approaches that promise “hands-on” experience
interacting with qubit systems.
• Evaluation of incorporating available cloud-based quantum computing resources and
simulators into higher education curriculum.
• Integrated research and assessment of pedagogical variants implemented among student
populations with varied training and experiences.
• Support for faculty sabbaticals to conduct research in quantum computing.
• Building an individual’s “quantum intuition” through non-conventional educational
opportunities such as games and novel experiences.
A.1.2 Category 1: Incubator
8
---
This category of research is an opportunity to (a) develop technical concepts that may be of high
interest to quantum information science but have insufficient groundwork in terms of feasibility
and relevance, or (b) develop technical concepts that may be of high interest to quantum
information science by researchers who may not have access to the research infrastructure
necessary to advance their concepts. In either case, incubator proposals are expected to rapidly
advance to collaboratory proposals (A.1.3), proposals to other ARO/LPS quantum computing
BAAs, or proposals to other DoD BAAs in quantum information science.
Incubator opportunities seek proposals from single investigators and small research groups,
including teaching colleges, who may have creative solutions and unique skill sets to contribute
toward the research topics in this BAA (A.1.1) but lack the research infrastructure at their
institutions to pursue this research. Incubator proposals would avail themselves of the
collaboration opportunities and infrastructure made available at the Laboratory for Physical
Sciences (LPS). Collaboration with government scientists at LPS is expected. Collaboration
areas include joint research with the scientific expertise at LPS, collaboration with the scientific
infrastructure expertise at LPS, and collaboration to obtain a deeper understanding of DoD
interests in quantum information research. Proposers may plan to spend summer breaks or
sabbaticals at LPS.
Incubator opportunities also seek proposals to lay the groundwork to advance very high-risk
technical concepts that may be of high interest to quantum information science by their potential
game changing success. These concepts may not have the opportunity to advance because of a
combination of insufficient groundwork, risk, collaboration, infrastructure, and resources.
A successful Incubator Period would quickly identify a technical problem of joint interest,
identify technical criteria that would justify further research investment (for example; funding of
a Collaboratory Phase), and deliver a technical proposal from 1-3 years which includes technical
motivation (e.g., answering the Collaboratory proposal questions), technical and programmatic
milestones, team roles and responsibilities, and rough order of magnitude costs for labor,
equipment, and materials.
Incubator proposals are expected to be 1-3 years in duration and not exceed $500K/year. Longer
proposals may be considered due to scheduling requirements of fabrication and experiments.
A.1.3 Category 2: Collaboratory
Collaboratory opportunities seek research proposals that bring together, in strong significant
collaboration, researchers from academia, industry, FFRDCs, and/or Government Laboratories
with LPS at the LQC to pursue disruptive research toward a technical area from the LQC
Research Thrusts. These collaborative groups will propose to work together in a focused manner
to demonstrate success or failure of their creative idea. Proposals must clearly answer the
following questions:
9
---
• What is the problem you are trying to solve or understand?
• Why is the problem you are addressing important to the progress in the field?
• Why is the proposed collaboration uniquely suited to address this problem?
• What is new in your collaborative approach and why do you think it will be successful?
• What is new about your scientific or engineering approach?
• What are the yearly metrics/milestones to check for success?
• What are the “Phase 0” questions (if not already answered in the Incubator phase) that
justify further years of research funding?
• What are the natural decision points to continue or discontinue research for the proposed
idea and/or collaboration?
Experimental projects may require collocation during critical phases of the proposed research.
Proposals that involve industry are encouraged but not required to identify partially matching
contributions in infrastructure or people. Extended visits and sabbaticals to LPS are strongly
encouraged and can be included in the cost of the proposal. Proposals are expected to be two-
three years and request less than $800K per year.
A.1.4 LQC Quantum Computing Research (LQC QuaCR) Graduate and Postdoctoral
Fellowships
LQC QuaCR proposals seek to support the research of talented U.S. citizen graduate students
and postdoctoral candidates, and furthermore attract them to the field of quantum information
science and technology. While, the emphasis is on quantum computing, proposals for quantum
sensing will also be considered. The goal of the LQC QuaCR is to stimulate U.S. graduate
student and postdoctoral candidate participation in research related to quantum computing and to
assist in the training of graduate students and postdocs to prepare them for careers in quantum
information science, by pursuing research in areas described in this BAA. A requirement of the
LQC QuaCR Fellowships is to spend at least one summer (no less than 10 weeks for graduate
students and 1 month for postdoctoral fellows) at LPS working with an LPS Research or
Technical Program Manager. A further goal of the fellowship is to recognize outstanding
graduate students and postdocs and foster their impact on quantum information science research.
Eligible recipients of research support are U.S. citizen graduate students or postdocs who either
will work or are working on quantum computing related research with investigators funded
through existing ARO and/or LPS grants and contracts. The duration of the graduate research
fellowship is three years and two years for a postdoctoral candidate. Proposals selected for
support will be added on to the primary grant and/or contract supporting the research. The
principal investigator of the primary grant and/or contract and their associated institution will be
responsible for oversight and management of the research performed under this support. The
number of funded fellowships will be limited by the quality of proposals received and by the
availability of funds.
10
---
The proposal must outline the research activities that the candidate will undertake during the
three-year length of the fellowship and be written by the candidate. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or expand the
group’s activities in a new direction.
B. Federal Award Information
Anticipated awards will be made in the form of procurement contracts, grants, or
cooperative agreements, and are subject to the availability of appropriations. Given the
collaborative nature of anticipated successful proposals and the participation of Government
scientists, cooperative agreements are likely to be the most likely award mechanism.
Funding for the second year and beyond will be contingent upon satisfactory performance
and the availability of funds.
The ACC-APG RTP Division has the authority to award a variety of instruments on behalf of
ARL-ARO. The ACC-APG RTP Division reserves the right to use the type of instrument most
appropriate for the effort proposed. Applicants should familiarize themselves with these
instrument types and the applicable regulations before submitting a proposal. Following are
brief descriptions of the possible award instruments.
1. Procurement Contract. A legal instrument, consistent with 31 U.S.C. 6303, which reflects a
relationship between the Federal Government and a State Government, a local government,
or other 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.
Contracts are primary governed by the following regulations:
a. Federal Acquisition Regulation (FAR) FAR Website
b. Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Link
c. Army Federal Acquisition Regulation Supplement (AFARS) AFARS Link
2. Grant - A legal instrument that, consistent with 31 U.S.C. 6304, is used to enter into a
relationship:
a. 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 or the United States, rather
than to acquire property or services for the DoD's direct benefit or use.
b. In which substantial involvement is not expected between the DoD and the recipient
when carrying out the activity contemplated by the grant.
11
---
c. No fee or profit is allowed.
3. Cooperative Agreement. A legal instrument which, consistent with 31 U.S.C. 6305, is used to
enter into the same kind of relationship as a grant (see definition "grant"), except that
substantial involvement is expected between the DoD and the recipient when carrying out the
activity contemplated by the cooperative agreement. The term does not include "cooperative
research and development agreements" as defined in 15 U.S.C. 3710a. No fee or profit is
allowed.
4. Grants and cooperative agreements for Institutions of Higher Education and nonprofit
organizations are primary governed by the following:
A. Federal statutes
B. Federal regulations
C. 2 CFR part 200, as modified and supplemented by DoD's interim Implementation found in
2 CFR part 1103
D. 32 CFR Parts 21, 22, 26, and 28.
E. DoD R&D General Terms and Conditions dated January 2021
F. ACC-APG-RTP Division Assistance, Research General Terms and Conditions dated
August 2016, hereinafter referred to as “Agency Specific Requirements”
G. Award-specific terms and conditions
5. Grants and cooperative agreements for for-profit and nonprofit organizations exempted from
Subpart E—cost principles of part 200, are primary governed by the following:
a. Federal statutes
b. Federal regulations
c. 32 CFR Parts 21, 22, 26, and 28.
d. DOD 3210.6-R, Part 34 - Administrative Requirements for Grants and Agreements with
For-Profit Organizations
Copies of OMB regulations may be obtained from:
Executive Office of the President Telephone: (202) 395-7332
Publications Service FAX Requests: (202) 395-9068
New Executive Office Building
https://www.whitehouse.gov/omb/information-for-agencies/circulars/
725 17th Street, N.W., Room 2200
Washington, DC 20503
An electronic copy of the DoDGARs may be found at ECFR Link (Title 32: National
Defense,Subchapter C – DoD Grant and Agreement Regulations
C. Eligibility Information
12
---
1. Eligible Applicants:
Eligible applicants under this BAA include Institutions of higher education (foreign and
domestic), nonprofit organizations, and for-profit concerns (large and small businesses).
Proposals are encouraged from Historically Black Colleges and Universities (as determined
by the Secretary of Education to meet requirements of Title III of the Higher Education Act
of 1965, as amended (20 U.S.C. §1061)) and from Minority Institutions defined as
institutions “whose enrollment of a single minority or a combination of minorities exceeds 50
percent of the total enrollment.” [20 U.S.C. § 1067k(3) and 10 U.S.C. § 2362]. However, no
funds are specifically allocated for HBCU/MI participation.
1.1 Eligibility for Quantum Computing Research (QuaCR) Fellowships
U.S. citizen graduate students or postdoctoral candidates who either will work or are
currently working with a principal investigator or co-investigator of ARO quantum
information science research awards are eligible to apply for the fellowship. The proposal
must name the candidate QuaCR Fellow and indicate that the candidate will be working in
the investigator’s group on quantum information science research for the next three years.
The investigator need not be a U.S. citizen, and the sponsoring university need not be a U.S.
university. A QuaCR Fellow who either changes advisors or leaves quantum information
science research will void the fellowship and all remaining unspent funds will be returned to
the government.
2. Cost Sharing or Matching:
There is no requirement for cost sharing, matching, or cost participation to be eligible for
award under this BAA and cost sharing and matching is not an evaluation factor used under
this BAA.
3. Federally Funded Research and Development Centers (FFRDCs):
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, and no funds from the award flow to the FFRDC.
D. Application and Submission Information
1. Address to View Broad Agency Announcement
This BAA may be accessed from the following:
1) Grants.gov
13
---
2) Beta SAM
3) ARL website (BAA List)
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.
The following information is for those wishing to respond to the BAA:
2. Content and Form of Application Submission
a. General Information
A proposal submitted under this BAA must address unclassified fundamental research.
Proposal submissions will be protected from unauthorized disclosure in accordance
with applicable laws and DoD regulations. Applicants are expected to appropriately
mark each page of their submission that contains proprietary information. The
participating DoD agencies will provide 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 participating
DoD agencies to treat all proposals as sensitive, competitive information and to
disclose their contents only for the purposes of evaluation.
Post-Employment Conflict of Interest: There are certain post-employment restrictions
on former federal officers and employees, including special government employees
(Section 207 of Title 18, U.S.C.). If an applicant believes a conflict of interest may
exist, the situation should be discussed with Point of Contact listed in Section G:
Agency Contacts, who will then coordinate with appropriate ARO/ARL legal
personnel prior to having applicant expend time and effort in preparing a white paper
or proposal.
Statement of Disclosure Preference: Please complete ARO Form 52 or 52A stating
your preference for release of information contained in your white paper or proposal.
Copies of these forms are available at BAA Forms
NOTE: A white paper or proposal may be handled for administrative purposes by
support contractors. These support contractors are prohibited from competing on BAA
proposals and are bound by appropriate non-disclosure requirements.
Equipment: Normally, title to equipment or other tangible property purchased with
Government funds vests with nonprofit institutions of higher education or with
nonprofit research organizations if vesting will facilitate scientific research performed
for the Government. For profit organizations are expected to possess the necessary
14
---
plant and equipment to conduct the proposed research. Deviations may be made on a
case-by-case basis to allow commercial organizations to purchase equipment, but
disposition instructions must be followed.
b. Submission of a QuaCR Proposal
b.1 Proposal Submission
The proposal must be sponsored and submitted by the principal investigator who will
advise the student over the course of the three-year duration of the fellowship. In the
case of co-investigators affiliated with a sub-award, the principal investigator’s
university must submit the fellowship proposal. The co-investigator may be the
primary advisor of the student. Proposals must contain all information specified in the
“Proposal Content” section below and should be emailed as a PDF attachment to the
Army Research Office: QuaCR Proposal Email .
b.2 Proposal Content
(1) Cover Page: To be eligible for review, proposals must have ARO Form 51 as a
cover page.
(2) Cost: The financial portion of the proposal should contain cost estimates
sufficiently detailed for meaningful evaluation. Please use ARO Form 99, Summary
Proposal Budget, to submit the budget data. In most cases, the QuaCR Fellowship
will cover the costs of a student stipend/salary, travel, and tuition support. An
additional $8000/year may be included with the stipend/salary for student allowances.
QuaCR Fellow participation in program reviews of the primary grant is strongly
encouraged and sufficient travel costs should be included in the proposed budget. In
addition to attendance at the program reviews, travel costs for a one to two day visit
to the Washington, DC region each year of the fellowship should be included in the
proposed budget. The QuaCR Fellowship award may continue even if the parent
grant ends before the three-year term of the fellowship.
(3) Research Description: This section of the proposal shall be written by the
candidate. The proposal must outline the research activities that the candidate will
undertake during the three-year length of the fellowship. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or
expand the group’s activities in a new direction. Proposals that entail new research
tasks rather than just providing additional resources to complete the research tasks
already in the existing grant or proposal are preferred, but the primary criteria for
selection are the qualifications of the candidate.
(4) Candidate Description: The proposal must also provide detailed information about
the student’s undergraduate and graduate academic career to date and specifically
highlight the candidate’s undergraduate and graduate research record.
Recommendation letters (no more than three) are strongly encouraged. Transcripts
may be submitted but are not necessary as long as the proposal provides the following
information with respect to the candidate: an up-to-date CV, academic institutions
15
---
attended, a summary of any prior independent research projects undertaken by the
candidate, all available indications of the candidate’s performance and stature in
his/her graduate class, and a statement of commitment by the candidate to work with
the investigator on quantum computing related research if awarded the QuaCR
Fellowship.
All required forms can be found here: BAA Forms
b.3 Length and Format of Proposals
The Research Description section of the QuaCR proposal may not exceed three
pages. The Candidate Description section of the QuaCR proposal may not exceed
two pages. The two-page Candidate Description limit does not include the statement
of commitment by the candidate, but the statement of commitment is not to exceed 50
words. Recommendation letters may be attached with the proposal or emailed
separately to the Technical POC. The page limits do not include the requisite cover
page, any attached recommendation letters, and budget pages. As stated above,
transcripts are not necessary, but if they are submitted, they will not count against the
page length restrictions.
c. Submission of a White Paper for Incubator and Collaboratory Proposals:
Stage 1 White Papers – Prospective applicants must submit White Papers for
Incubator and Collaboratory proposals. The purpose of requesting a White Paper is to
minimize the labor and cost associated with the production of a detailed proposal that
has very little chance of being selected for funding. Based on assessment of the White
Papers, feedback will be provided to an applicant to enable that applicant to make a
determination as to whether they should submit a proposal. If offerors have not
submitted White Papers under Stage I of the BAA, offerors may not submit full proposals
for consideration for funding.
Recommended White Paper Format and Content:
• White Papers must be submitted electronically to WP Email in the following format:
• Single PDF file as an email attachment
• Page Size: 8 ½ x 11 inches
• Margins – 1 inch
• Font – No smaller than Times New Roman, 12 point
• Number of Pages – no more than ten (10) single-sided pages. Any pages exceeding
the ten-page limit will not be evaluated.
White Papers must contain the following:
• Title page. The title page should be labeled “LQC BAA White Paper” and should
include the BAA number, proposed title, program goal being addressed, Principal
16
---
Investigator (PI) with telephone number and email address, and an executive
summary. (Not to exceed one page.)
• Expected expenditures and justifications. (Not to exceed one page.)
• Curriculum vitae sketches. (Not to exceed one page.)
• Technical portion including all references and figures. Introduce the problem to be
addressed, briefly survey related work, identify key obstacles, outline the proposed
solution and well-defined objective, outline the yearly research plan with milestones,
and state the impact if successful. (Not to exceed seven pages.)
d. Preparing an Incubator or Collaboratory Application
Stage 2 Proposal - After Stage 1 reviews are completed, interested offerors should submit
proposals in accordance with the requirements set forth in this BAA.
This format applies to all proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
COVER PAGE ARO FORM 51: for Contract proposals submitted by email. The Form
SF 424 (R&R) is for all proposals submitted through Grants.gov (Assistance
Instruments must submit through Grants.gov):
1. A Cover Page is required. Proposals will not be processed without either: (1) a
signed Cover Page, ARO Form 51, or (2) an SF 424 R & R Form.
2. Should the project be carried out at a branch campus or other component of the
submitting organization, that branch campus or component should be identified in the
space provided (Block 11 on the ARO Form 51 and Block 12 on the SF424 R&R).
3. The title of the proposed project should be brief, scientifically representative,
intelligible to a scientifically literate reader, and suitable for use in the public domain.
4. The proposed duration for which support is requested should be consistent with the
program duration of forty-eight months.
5. Specification of a desired starting date for the project is important and helpful
however, requested effective dates cannot be guaranteed.
6. To evaluate compliance with Title IX of the Education Amendments of 1972 {20
U.S.C. A§ 1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information to be able to assess the success rates of women
17
---
who are proposed for key roles in applications in STEM disciplines. To enable this
assessment, each application must include the following forms completed as indicated.
Research and Related Senior/Key Person Profile (Expanded) form:
The Degree Type and Degree Year fields on the Research and Related Senior/Key
Person Profile {Expanded) form will be used by DoD as the source for career
information. In addition to the required fields on the form, applicants must complete
these two fields for all individuals that are identified as having the project role of
PD/Pl or Co-PD/Pl on the form. Additional senior/key persons can be added by
selecting the "Next Person" button.
Research and Related Personal Data form:
This form will be used by DoD as the source of demographic information, such as
gender, race, ethnicity, and disability information for the Project Director/Principal
Investigator and all other persons identified as Co-Project Director{s)/Co-Principal
Investigator(s). Each application must include this form with the name fields of the
Project Director/Principal Investigator and any Co-Project Director(s)/Co-Principal
Investigator(s) completed; however, provision of the demographic information in the
form is voluntary. If completing the form for multiple individuals, each Co-Project
Director/Co-Principal Investigator can be added by selecting the "Next Person" button.
The demographic information, if provided, will be used for statistical purposes only
and will not be made available to merit reviewers. Applicants who do not wish to
provide some or all of the information should check or select the "Do not wish to
provide" option.
7. Pursuant to 31 U.S.C. 7701, as amended by the Debt Collection Improvement Act
of 1996 [Section 31001(I)(1), Public Law 104-134], federal agencies shall obtain each
awardees’ Taxpayer Identification Number (TIN). This number may be the Employer
Identification Number for a business or non-profit entity or the Social Security
Number for an individual. The TIN is being obtained for purposes of collecting and
reporting on any delinquent amounts that may arise out of an awardees’ relationship
with the Government.
8. Offerors shall provide their organization's Unique Entity Identifier (formerly DUNS).
This number is a nine-digit number assigned by Dun and Bradstreet Information
Services. See Section II.D.3 of this BAA for requirements pertaining to the Unique
Entity Identifier.
18
---
9. Offerors shall provide their assigned Commercial and Government Entity (CAGE)
Code. The CAGE Code is a 5-character code assigned and maintained by the Defense
Logistics Service Center (DLSC) to identify a commercial plant or establishment.
TABLE OF CONTENTS: Use the following Format for the Proposal Table of Contents,
Forms are available at BAA Forms
SECTION PAGE NUMBER
Table of Contents A-1
Statement of Disclosure Preference (Form 52 or 52A) B-1
Research & Related Other Project Information B-2
Project Abstract C-1
Project Description (Technical Proposal) D-1 - D-(cid:0)
Biographical Sketch E-1 - E-(cid:0)
Bibliography F-1 - F-(cid:0)
Current and Pending Support G-1 - G-(cid:0)
Facilities, Equipment, and Other Resources H-1 - H-(cid:0)
Proposal Budget I-1 - I-(cid:0)
Contract Facilities Capital Cost of Money (DD Form 1861) J-1
Appendices K-(cid:0)
List Appendix Items:
This format applies to proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
STATEMENT OF DISCLOSURE PREFERENCE (FORM 52 OR 52A): Complete and
sign ARO Form 52 (Industrial Contractors) or ARO Form 52A (Educational and
Nonprofit Organizations), form can be found at the following website: BAA Forms .
RESEARCH AND RELATED Other Project Information: The form entitled “Research
and Related Other Project Information” found at the following website: BAA Forms
,shall be completed and signed by all organizations.
PROJECT ABSTRACT:
1. The Project Abstract shall be completed on the form entitled “Publicly Releasable
Abstract” found at the following website: BAA Forms.
2. Unless otherwise instructed in this BAA, the Project Abstract shall include a
concise statement of work and basic approaches to be used in the proposed effort. The
19
---
abstract should include a statement of scientific objectives, methods to be employed,
and the significance of the proposed effort to the advancement of knowledge.
3. The abstract should be no longer than one (1) page (maximum 4,000 characters).
4. The project abstract shall be marked by the applicant as publicly releasable. By
submission of the project abstract, the applicant confirms that the abstract is releasable
to the public. For a proposal that results in a grant award, the project abstract will be
posted to a searchable website available to the general public to meet the requirements
of Title VII (General Provisions), Section 8123, of the Department of Defense
Appropriations Act, 2015. (Division C of the Consolidated and Further Continuing
Appropriations Act, Public Law 113-235) The website address is
https://dodgrantawards.dtic.mil/grants
TECHNICAL PROPOSAL (PROJECT DESCRIPTION): The technical portion of the
proposal shall be no longer than 20 pages including tables and figures, single spaced
text, size 12 Times New Roman font with one inch page margins, and shall contain the
following:
1. Technical Approach: Introduce the problem to be addressed, survey related work,
identify key obstacles, and outline the proposed solution and well-defined objective.
Proposals should describe an approach to all technical areas with unambiguous and
quantitative milestones. Proposers must justify the utility of the proposed work and
highlight its benefits over the current state-of-the-art. Proposals should clearly address
the expected key challenges and proposed methods to overcome these difficulties
taking into consideration the current state of field. Proposers should set aggressive
yearly quantitative milestones that define a path toward the end-of-the-program goals
and analyze the impact if successful.
2. Project Schedule, Milestones, and Deliverables: A summary of the schedule of
events, milestones, and a detailed description of the results and products to be
delivered.
3. Management Approach: A discussion of the overall approach to the management of
this effort, including brief discussions of: required facilities; relationships with any
subawardees and with other organizations; availability of personnel; and planning,
scheduling, and control procedures. A brief description of your organization,
including if the offeror has extensive government contracting experience. If this
information has been previously provided to the ARL/ARO, the information need not
be provided again. A statement setting forth this condition should be made.
20
---
4. The names of other federal, state, local agencies, or other parties receiving the
proposal and/or funding the proposed effort. If none, so state. Concurrent or later
submission of the proposal to other organizations will not prejudice its review by the
ARL/ARO if we are kept informed of the situation.
5. A statement regarding possible impact, if any, of the proposed effort on the
environment considering as a minimum its effect upon water, atmosphere, natural
resources, human resources, and any other values.
6. The offeror shall provide a statement regarding the use of Class I and Class II
ozone- depleting substances. Ozone-depleting substances mean any substance
designated as Class I by EPA, including but not limited chlorofluorocarbons, halons,
carbon tetrachloride, and methyl chloroform and any substance designated as Class II
by EPA, including but not limited to hydrochlorofluorocarbons. See 40 C.F.R. Part 82
for detailed information. If Class I or II substances are to be utilized, a list shall be
provided as part of the offeror's proposal. If none, so state.
7. The type of additional support, if any, requested (e.g., facilities, equipment, and
materials). Government Furnished Information or Equipment (GFI/GFE) available to
all proposers is described in A.2.4.
BIOGRAPHICAL SKETCHES:
1. This Section shall contain the biographical sketches for senior and key personnel only.
a. Primary Principal Investigator: The “Primary” PI provides a single or initial point of
communication between the sponsoring agency(s) and the awardee organization(s)
about scientific matters. If not otherwise designated, the first PI listed will serve as
the “Primary” PI. This individual can be changed with approval of the agency. The
sponsoring agency(s) does not infer any additional scientific stature to this role among
collaborating investigators.
b. Co-Principal Investigators: The individual(s) a research organization designates as
having an appropriate level of authority and responsibility for the proper conduct of
the research and submission of required reports to the agency. When an
organization designates more than one PI, it identifies them as individuals who
share the authority and responsibility for leading and directing the research,
intellectually and logistically. The sponsoring agency(s) does not infer any
distinction among multiple PIs.
c. Key personnel: The individual(s) a research organization designates as having a
21
---
high level of technical expertise in the topics proposed to be researched and who
will both play an active role in the research and supervise the work of more junior
personnel on a daily basis.
2. The following information is required:
a. Relevant experience and employment history including a description of any prior
Federal employment within one year preceding the date of proposal submission.
b. List of up to five (5) publications most closely related to the proposed project and
up to five (5) other significant publications, including those being printed. Patents,
copyrights, or software systems developed may be substituted for publications.
c. List of persons, other than those cited in the publications list, who have collaborated
on a project or a book, article, report or paper within the last four (4) years. Include
pending publications and submissions. Otherwise, state "None."
d. Names of each investigator's own graduate or post graduate advisors and advisees.
The information provided in "c" and "d" is used to help identify potential conflicts or
bias in the selection of reviewers.
e. The time commitment of each senior or key person to this project.
3. For the personnel categories of postdoctoral associates, other professionals, and
students (research assistants), the proposal may include information on exceptional
qualifications of these individuals that merit consideration in the evaluation of the
proposal.
4. The biographical sketches are limited to three (3) pages per
investigator and other individuals that merit consideration.
BIBLIOGRAPHY: A bibliography of pertinent literature is required. Citations
must be complete (including full name of author(s), title, and location in the
literature).
CURRENT AND PENDING SUPPORT:
1. All project support from whatever source must be listed. The list must include all
projects requiring a portion of the principal investigator's and other senior personnel's
time, even if they receive no salary support from the project(s) including Cooperative
Research and Development Agreements (CRADAs) or other technology transfer
agreements with federal labs. Funding provided under any award resulting from this
22
---
BAA may only be used in support of the effort funded by that award, and not for any
other project or purpose.
2. The information should include, as a minimum:
(a) the project/proposal title and brief description,
(b) the name and location of the organization or agency presently funding the
work or requested to fund such work,
(c) the award amount or annual dollar volume of the effort,
(d) the period of performance, and
(e) a breakdown of the time required of the principal investigator and/or other
senior personnel.
FACILITIES, EQUIPMENT, AND OTHER RESOURCES: The offeror should
include in the proposal a listing of facilities, equipment, and other resources already
available to perform the research proposed.
BUDGET PROPOSAL (including DD Form 1861):
1. Each proposal must contain a budget for each year of support requested and a
cumulative budget for the full term of requested support. The budget form (Form 99)
may be reproduced as needed. Locally produced versions may be used, but you may not
make substitutions in prescribed budget categories nor alter or rearrange the cost
categories as they appear on the form. The proposal may request funds under any of the
categories listed so long as the item is considered necessary to perform the proposed
work and is not precluded by applicable cost principles. Additionally, a budget by major
proposed research tasks using the same budget categories must be included.
2. A signed summary budget page must be included. The documentation pages should
be titled "Budget Explanation Page" and numbered chronologically starting with the
budget form. The need for each item should be explained clearly.
3. All cost data must be current and complete. Costs proposed must
conform to the following principles and procedures:
Educational Institutions: 2 CFR Part 200 (formerly OMB Circular A-21)
Nonprofit Organizations: 2 CFR Part 200 (formerly OMB Circular A-122*)
Commercial Organizations: FAR Part 31, DFARS Part 231, FAR Subsection
15.403-5, and DFARS Subsection 215.403-5.
*For those nonprofit organizations specifically exempt from the provisions of 2 CFR
Part 230, FAR Part 31 and DFARS Part 231 shall apply.
23
---
4. Sample itemized budgets and the information they must include for a contract
and for grants and cooperative agreements can be found at Section II. H. (Other
Information). Before award it must be established that an approved accounting
system and financial management system exist.
APPENDICES: Some situations require that special information and supporting
documents be included in the proposal before funding can be approved. Such
information and documentation should be included by appendix to the proposal.
e. Submission of Complete Research Proposals
Proposals must be submitted through the offeror’s organizational office having
responsibility for Government business relations. All signatures must be that of an
official authorized to commit the organization in business and financial affairs.
Proposals must be submitted electronically using one of the two following formats,
based on award type sought. The content will remain the same whether using email or
Grants.gov.
EMAIL SUBMISSION (for Contracts only):
1. Proposal requesting award of a contract must be emailed directly to Proposal Email
Do not email full proposals to the LQC Program Point of Contact. All e-mailed
proposals must contain the information outlined in Section II, D, 2, entitled “Table of
Contents” including the electronic forms as follows:
(a) ARO Form 51, Proposal Cover Page;
(b) ARO Form 99, Summary Proposal Budget or equivalent,
(c) ARO Current and Pending Support (unnumbered form),
(d) ARO Form 52 or ARO Form 52a.
(e) "FAR 52.209-11 – Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law (Feb 2016). See Note below."
These forms may be accessed at BAA Forms under BAA Forms. The fillable PDF
forms may be saved to a working directory on a computer and opened and filled in
using the latest compatible Adobe Reader software application found at this
Grants.Gov: Grants.gov Adobe Compatibility
Note: A completed 52.209-11 – Representation by Corporations Regarding
Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), is
not required if the offeror's SAM Certifications and Representations have been updated
annually since 2016. If the offeror's SAM has not be updated since March 2016, the
24
---
completed representation must be submitted and include POC information and
signature of the authorized representative.
2. All forms requiring signature must be completed, printed, signed, and scanned into
a PDF document. All documents must be combined into a single PDF formatted file to
be attached to the e-mail.
3. Proposal documents (excluding required forms) must use the following format:
• Page Size – 8 ½ x 11 inches
• Margins – 1 inch
• Spacing – single
• Font – Times New Roman, 12 point, single-sided pages
GRANTS.GOV SUBMISSION (For all Assistance Instruments):
1. Grants.gov Registration (See Section II.D.2. f. Grants.gov Registration below) must
be accomplished prior to application through this process. Note- All web links
referenced in this section and “Grants.gov Registration” (below) are subject to change
by grants.gov and may not be updated here.
2. Specific forms are required for submission of a proposal. The forms are contained
in the Application Package available through the Grants.gov application process. To
access these materials, go to Grants.gov Link select "Apply for Grants,” and then select
"Get Application Package." A Grant Application Package and Application
Instructions are available for through the Grants.Gov Apply portal under CFDA
Number 12.431/Funding Opportunity Number W911NF-21-S-0009. Select “Apply”
and then “Apply Now Using Workspace.” The following documents are mandatory:
(1) Application for Federal Assistance (Research and Related) (SF 424 (R&R), and (2)
Attachments form.
(a) The SF 424 (R&R) form is to be used as the cover page for all proposals.
Authorized Organization Representative (AOR) usernames and passwords serve as
“electronic signatures” when your organization submits applications through Grants.gov.
By using the SF 424 (R&R), proposers are providing the certification required by 32 CFR
Part 28 regarding lobbying. The SF 424 (R&R) must be fully completed.
(b) The Attachments form must contain the information outlined in Section II, D, 2 (b.
Preparing an Application), entitled “Table of Contents” of this BAA including the
electronic forms as follows:
(1) Research and Related Other Project Information;
(2) ARO Form 99, Summary Proposal Budget;
25
---
(3) ARO Current and Pending Support (unnumbered form)
(4) Representation by Corporations Regarding conviction of a Felony Criminal
Violation under any Federal or State Law and Representation by Corporations
Regarding an Unpaid Delinquent Tax Liability
Items (1)-(4) forms may be accessed at BAA Forms Item (4) “Representation relating to
Tax Liability and Felony Convictions” may be submitted on a word document and
attached to available field within the attachments form. The fillable PDF forms may be
saved to a working directory on a computer and opened and filled in using the latest
compatible Adobe Reader software application found at this Grants.Gov:
Grants.gov Adobe Compatibility
Note: Representation by Corporations Regarding Conviction of a Felony Criminal
Violation and Unpaid Delinquent Tax Liability require POC information and signature of
the authorized representative.
(c) All documents must be combined into separate and single PDF formatted files titled
using the Table of Contents names listed in “Section II.D.2.b. Preparing an Application”:
Preparation of complete Research Proposals”. Include “W911NF-21-S-0009” in title so
the proposal will be distinguished from other BAA submissions and upload using the
mandatory Attachments form.
(d) The training demonstration at Grants.gov Training will assist AORs in the
application process. Remember that you must open and complete the Application for
Federal Assistance (Research and Related) (SF 424 (R&R)) first, as this form will
automatically populate data fields in other forms. If you encounter any problems, contact
customer support at 1-800-518-4726 or at Grants.gov Support. If you forget your user
name or password, follow the instructions provided in the Credential Provider tutorial.
Tutorials may be printed by right-clicking on the tutorial and selecting “Print”.
(e) As it is possible for grants.gov to reject the proposal during this process, it is strongly
recommended that proposals be uploaded at least two days before any established
deadline in the BAA so that they will not be received late and be ineligible for award
consideration. It is also recommended to start uploading proposals at least two days
before the deadline to plan ahead for any potential technical and/or input problems
involving the applicant’s own equipment.
f. Grants.Gov Registration
Registration. Each organization that desires to submit applications via Grants.Gov must
complete a one-time registration. There are several one-time actions your organization
must complete in order to submit applications through Grants.gov (e.g., obtain a Dun and
26
---
Bradstreet Data Universal Numbering System (DUNS) number, register with the System
for Award Management (SAM), register with the credential provider, register with
Grants.gov and obtain approval for an Authorized Organization Representative (AOR) to
submit applications on behalf of the organization). To registered please see
Grants.gov Registration .
Please note the registration process for an Organization or an Individual can take
between three to five business days or as long as four weeks if all steps are not
completed in a timely manner.
Questions relating to the registration process, system requirements, how an
application form works, or the submittal process should be directed to Grants.gov
at 1-800-518-4726 or Grants.gov Support.
3. Unique Entity Identifier and System for Award Management (SAM)
Each applicant (unless the applicant is an individual or Federal awarding agency that is
exempt from those requirements under 2 CFR §25.110(b) or (c), or has an exception
approved by the Federal awarding agency under 2 CFR §25.110(d)) is required to:
(i) Be registered in SAM before submitting its application;
(ii) Provide a valid unique entity identifier in its application; and
(iii) Continue to maintain an active SAM registration with current information at all times
during which it has an active Federal award or an application or plan under
consideration by a Federal awarding agency.
The Federal awarding agency may not make a Federal award to an applicant until the
applicant has complied with all applicable unique entity identifier and SAM requirements. If
an applicant has not fully complied with the requirements by the time the Federal awarding
agency is ready to make a Federal award, the Federal awarding agency may determine that
the applicant is not qualified to receive a Federal award and use that determination as a basis
for making a Federal award to another applicant.
4. Submission Dates and Times:
White Papers:
White Papers must be submitted electronically via e-mail to WP Email
and received at the Army Research Office. The email subject line should contain the
following: W911NF-21-S-0009 LQC White Paper. Although White Papers may be
submitted at any time during the duration of this BAA, from program planning and budget
planning considerations White Papers are encouraged to be submitted during the period 1
February to 30 May. Feedback on the White Papers will be e-mailed directly to the
proposed principal investigators.
27
---
Proposals:
Proposals transmitted to be considered for award are encouraged to be submitted before 1
June for consideration within program planning and budget planning cycles of any fiscal
year.
Applicants are responsible for submitting electronic proposals in sufficient time to insure
Grants.gov receives it by the time specified in this BAA. If the electronic proposal is
received by Grants.gov after the exact time and date specified for receipt of offers, it will be
considered “late” and will not be considered for award. Acceptable evidence to establish the
time of receipt by Grants.gov includes documentary evidence of receipt maintained by
Grants.gov.
Because of potential problems involving the applicants’ own equipment, to avoid the
possibility of late receipt and resulting in ineligibility for award consideration, it is
strongly recommended that proposals be uploaded at least two business days before the
deadline established in the BAA.
If an emergency or unanticipated event interrupts normal Government processes so that
proposals cannot be received at grants.gov by the exact time specified in the solicitation, and
urgent Government requirements preclude amendment of the solicitation closing date, the
time specified for receipt of proposals will be deemed to be extended to the same time of day
specified in the solicitation on the first work day on which normal Government processes
resume.
Proposal Receipt Notices – After a proposal is submitted to Grants.gov, the AOR will
receive a series of three emails from Grants.gov. The first two emails will be received within
24 to 48 hours after submission. The first email will confirm time of receipt of the
application by the Grants.gov system and the second will indicate that the application has
either been successfully validated by the system prior to transmission to the grantor agency
or has been rejected due to errors. A third email will be received once the agency has
confirmed receipt of the proposal. The document, Tracking Your Application Package,
located at Tracking explains this process. The proposal is not considered received until the
AOR receives email #3.
5. Intergovernmental Review
Not Applicable
6. Funding Restrictions:
Category 1 Incubator Proposals: Multiple one to three-year awards are anticipated.
Proposals are expected to request less than $500K per year.
28
---
Category 2 Collaboratory Proposals: Multiple two to three-year awards are
anticipated. Proposals are expected to request less than $800K per year.
Category 3 QuaCR Proposals: Multiple three-year awards are anticipated for graduate
students and two-year awards for postdoctoral candidate.
The actual amount of each award will be contingent on availability of funds and the
scope of the proposed work. Depending on the results of the proposal evaluation,
there is no guarantee that any of the proposals submitted in response to a particular
program goal will be recommended for funding. Proposals may be funded in part.
7. Other Submission Requirements:
Information to Be Requested from Successful Offerors- Offerors whose proposals are
accepted for funding will be contacted before award to provide additional information
required for award. The required information is normally limited to clarifying budget
explanations, representations, certifications, and some technical aspects.
For Contracts Only- Performance Work Statements (PWS) - prior to award the Contracting
Officer may request that the contractor submit a PWS for the effort to be performed, which
will be incorporated into the contract at the time of award.
An applicant may withdraw a proposal at any time before award by written notice or by
email. Notice of withdrawal shall be sent to the Contracting/Grants Officer identified in
Section G, of this BAA. Withdrawals are effective upon receipt of notice by the
Contracting/Grants Officer.
E. Application Review Information:
1. Criteria:
a. Proposals submitted in response to this BAA will be evaluated and a recommendation
for selection be made on the following criteria:
(i) Scientific and technical merits of the proposed research; and
(ii) Potential contribution of the research, if successful, to significantly enhance the
feasibility of quantum computing.
(iii) Experience and qualifications of the principal investigator, other key research
personnel, QuaCR candidate if relevant, management approach, and the institution
sponsoring the proposal; and
29
---
(iv) The realism and reasonableness of cost.
NOTE: Cost sharing will not be considered in the evaluation.
2. Review and Selection Process:
The proposal selection process will be conducted based upon a technical review by a
panel of government scientists according to the evaluation criteria specified in Section
E.1 (Criteria). Each proposal will be evaluated based on the merit and relevance of the
specific proposal as it relates to the research topic rather than against other proposals for
research in the same general area.
3. Recipient Qualification
a. For Grant, Cooperative Agreement:
In accordance with 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
TIAs as follows:
(i) If the total Federal share will be greater than the simplified acquisition threshold on
any Federal award under a notice of funding opportunity (see §200.88 Simplified
Acquisition Threshold):
(a) 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);
(b) 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;
(c) 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
30
---
applicants as described in §200.205 Federal awarding agency review of risk posed by
applicants.
b. For Assistance awards recipients will be required to submit the following
representation prior to award:
Representations under DoD Assistance Agreements: Appropriations Provisions
on Tax Delinquency and Felony Convictions
The applicant is ( ) is not ( ) a “Corporation” meaning any entity, including any
institution of higher education, other nonprofit organization, or for-profit entity that has
filed articles of incorporation.
If the applicant is a “Corporation” please complete the following representations:
(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 a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
(2) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted
of a criminal violation under any Federal law within the preceding 24 months.
The “Representation relating to Tax Liability and Felony Convictions”, the form may
be accessed at BAA Forms
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 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
considerations before award decisions are made. Applicant’s authorized representative
must sign and date form.
c. For CONTRACT Proposals:
(i) The Federal Awardee Performance and Integrity Information System (FAPIIS) will
be checked prior to making an award. The web address is: FAPIIS Link The applicant
representing the entity may comment in this system on any information about itself that
a Federal Government Official entered. The information in FAPIIS will be used in
31
---
making a judgment about the entity’s 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.
(ii) For contracts, the following representation must be submitted prior to award if the
offeror's SAM Representations and Certifications are not dated after March 2016. If
the offeror's SAM Representations and Certifications have been updated after March
2016, this representation is not required to be submitted separately.
________________________________________________________________________
FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law (Feb 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if
contained in subsequent appropriations acts, the Government will not enter into a contract
with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in
a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an
agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the
Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency is aware of the conviction, unless an
agency has considered suspension or debarment of the corporation and made a
determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that—
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under
a Federal law within the preceding 24 months.
32
---
F. Award Administration Information:
1. Award Notices:
Initial notification of selection of proposals for funding will be emailed by ARO in a 90-day
window after submission of proposals.
The notification email of selection for funding 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/Grants Officer signs the grant, cooperative agreement or contract
award document.
Applicants whose proposals are recommended for negotiation of award will be contacted by
a Contract/Grant Specialist 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 other
information as applicable to the proposed award.
2. Administrative and National Policy Requirements:
a. Required Certifications
(i) For CONTRACT Proposals:
Certifications Required for Contract Awards. Certifications and representations shall
be completed by successful offerors prior to award. Federal Acquisition Regulation
(FAR) Online Representations and Certifications are to be completed through SAM at
website https://www.SAM.gov. Defense FAR Supplement and contract specific
certification packages will be provided to the contractor for completion prior to award.
FAR 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT
REQUIRE CERTAIN CONFIDENTIALITY AGREEMENTS OR STATEMENTS—
REPRESENTATION (JAN 2017)
(ii) For GRANT and COOPERATIVE AGREEMENT Proposals:
Grant awards greater than $100,000 require a certification of compliance with a
national policy mandate concerning lobbying. Statutes and Government-wide
regulations require the certification to be submitted prior to award. The certification is
set forth at Appendix A to 32 CFR 28 regarding lobbying. When submitting your grant
through Grants.gov, by completing blocks 18 and 19 of the Standard Form 424
Research and Related (R&R) Form, the grant applicant is providing the certification on
33
---
lobbying required by 32 CFR Part 28, otherwise a signed copy by the authorized
representative must be provided. Below is the required certification:
(a). CERTIFICATION AT APPENDIX A TO 32 CFR PART 28 REGARDING
LOBBYING: Certification for Contracts, Grants, Loans, and Cooperative
Agreements The undersigned certifies, to the best of his or her knowledge and belief,
that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, 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 this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions.
(3) The undersigned 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 into this transaction imposed by Section 1352,
title 31, U.S. Code. 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.
(b). PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS –
REPRESENTATION
34
---
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: (1) the basis for this representation is a prohibition in section 743 of the
Financial Services and General Government Appropriations Act, 2015, Pub. L. 113-
235) on provision of funds through grants and cooperative agreements to entities with
certain internal confidentiality agreements or statements; and 2) section 743 states
that it does not contravene requirements applicable to Standard Form 312, Form
4414, or any other form issued by a Federal department or agency governing the
nondisclosure of classified information.
b. Policy Requirements
i. PROTECTION OF HUMAN SUBJECTS:
(1) Assistance Instruments:
(a) The recipient must protect the rights and welfare of individuals who participate as
human subjects in research under this award and comply with the requirements at 32
CFR part 219, Department of Defense Instruction (DoDI) 3216.02, 10 U.S.C. 980,
and when applicable, Food and Drug Administration (FDA) regulations.
(b) The recipient must not begin performance of research involving human subjects,
also known as human subjects research (HSR), that is covered under 32 CFR part
219, or that meets exemption criteria under 32 CFR 219.101(b), until you receive a
formal notification of approval from a DoD Human Research Protection Official
(HRPO). Approval to perform HSR under this award is received after the HRPO has
performed a review of the recipient’s documentation of planned HSR activities
and has officially furnished a concurrence with the recipient’s determination as
presented in the documentation.
(c) In order for the HRPO to accomplish this concurrence review, the recipient must
provide sufficient documentation to enable his or her assessment as follows:
35
---
(i) If the HSR meets an exemption criteria under 32 CFR 219.101(b), the
documentation must include a citation of the exemption category under 32 CFR
219.101(b) and a rationale statement.
(ii) If the recipient’s activity is determined as “non-exempt research involving human
subjects”, the documentation must include:
for Human Research Protections (OHRP) Federal Wide Assurance (FWA))
appropriate for the scope of work or program plan; and
by the IRB to make their determination.
(d) The HRPO retains final judgment on what activities constitute HSR, whether an
exempt category applies, whether the risk determination is appropriate, and whether
the planned HSR activities comply with the requirements in paragraph (a) of this
section.
(e) The recipient must notify the HRPO immediately of any suspensions or
terminations of the Assurance of Compliance.
(f) DoD staff, consultants, and advisory groups may independently review and inspect
the recipient’s research and research procedures involving human subjects and, based
on such findings, DoD may prohibit research that presents unacceptable hazards or
otherwise fails to comply with DoD requirements.
(g) Definitions for terms used in this article are found in DoDI 3216.02.
(2) Contracts: The appropriate clauses shall be added to the award.
ii. ANIMAL USE:
(1) Assistance Instruments:
(a) Prior to initiating any animal work under the award, the recipient must:
(i) Register the recipient’s research, development, test, and evaluation or training
facility with the Secretary of Agriculture in accordance with 7 U.S.C. 2136 and 9
CFR section 2.30, unless otherwise exempt from this requirement by meeting the
conditions in 7 U.S.C. 2136 and 9 CFR parts 1-4 for the duration of the activity.
36
---
(ii) Have the recipient’s proposed animal use approved in accordance with DoDI
3216.01, Use of Animals in DoD Programs by a DoD Component Headquarters
Oversight Office.
(iii) Furnish evidence of such registration and approval to the grants officer.
(b) The recipient must make the animals on which the research is being conducted,
and all premises, facilities, vehicles, equipment, and records that support animal care
and use available during business hours and at other times mutually agreeable to the
recipient, the United States Department of Agriculture Office of Animal and Plant
Health Inspection Service (USDA/APHIS) representative, personnel representing the
DoD component oversight offices, as well as the grants officer, to ascertain that the
recipient is compliant with 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and DoDI
3216.01.
(c) The recipient’s care and use of animals must conform with the pertinent laws of
the United States, regulations of the Department of Agriculture, and regulations,
policies, and procedures of the DoD (see 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and
DoDI 3216.01).
(d) The recipient must acquire animals in accordance with DoDI 3216.01.
(2) Contracts: The appropriate clauses shall be added to the award.
(iii) BIOLOGICAL DEFENSE SAFETY PROGRAM REQUIREMENTS: For All
Awards. Successful offerors whose Principal Investigators are conducting research
with Bio-safety Levels 3 and 4 material must prepare a Facility Safety Plan in
accordance with 32 Code of Federal Regulations (CFR) 626.18. See URL: CFR Link
for a copy of 32 CFR 626.18, Biological Defense Safety Program.
(iv) MILITARY RECRUITING: For Assistance Instruments Only. This is to notify
potential offerors that each grant or cooperative agreement awarded under this
announcement to an institution of higher education must include the following term
and condition:
"As a condition for receipt of funds available to the Department of Defense (DOD)
under this award, the recipient agrees that it is not an institution of higher education
(as defined in 32 CFR part 216) that has a policy of denying, and that it is not an
institution of higher education that effectively prevents, the Secretary of Defense
from obtaining for military recruiting purposes: (A) entry to campuses or access to
students on campuses or (B) access to directory information pertaining to students. If
the recipient is determined, using the procedures in 32 CFR part 216,
37
---
to be such an institution of higher education during the period of performance of this
agreement, and therefore to be in breach of this clause, the Government will cease all
payments of DOD funds under this agreement and all other DOD grants and
cooperative agreements to the recipient, and it may suspend or terminate such grants
and agreements unilaterally for material failure to comply with the terms and
conditions of award."
If your institution has been identified under the procedures established by the
Secretary of Defense to implement Section 558, then: (1) no funds available to DOD
may be provided to your institution through any grant, including any existing grant,
(2) as a matter of policy, this restriction also applies to any cooperative agreement,
and (3) your institution is not eligible to receive a grant or cooperative agreement in
response to this solicitation.
(v) MILITARY RECRUITING: For Contracts Only. This is to notify potential
offerors that each contract awarded under this announcement to an institution of
higher education shall include the following clause: Defense Federal Acquisition
Regulation Supplement (DFARS) clause 252.209-7005, Military Recruiting on
Campus.
(vi) SUBCONTRACTING: For Contracts Only. This section is applicable to
contracts where the dollar threshold is expected to exceed to $750,000.00. Pursuant to
Section 8(d) of the Small Business Act [15 U.S.C. 637(d)], it is the policy of the
Government to enable small business concerns to be considered fairly as
subcontractors under all research agreements awarded to prime contractors. The
required elements of the Subcontracting Plan are set forth by FAR 52.219-9
(DEVIATION 2013-O0014) and DFARS 252.219-7003.
Subcontracting Plan Goals. Small business subcontracting goals are established on an
individual contract basis. The applicant is requested to consider, when appropriate,
the Governments’ subcontracting goals. When applied to R&D the small business-
subcontractor plan should result in the best mix of cost schedule and performance.
(vi) EXPORT CONTROL LAWS:
(1) Assistance Instruments: N/A
(2) Contracts: Applicants should be aware of current export control laws and are
responsible for ensuring compliance with all International Traffic in Arms
Regulation (ITAR) (22 CFR 120 et. Seq.) requirements, as applicable. In some
cases, developmental items funded by the Department of Defense are now
38
---
included on the United States Munition List (USML) and are therefore subject to
ITAR jurisdiction. Applicants should address in their proposals whether ITAR
restrictions apply or do not apply, such as in the case when research products
would have both civil and military application, to the work they are proposing to
perform for the Department of Defense. The USML is available online at
https://www.ecfr.gov/cgi-bin/text-idx?node=pt22.1.121 Additional information
regarding the President's Export Control Reform Initiative can be found at
http://export.gov/ecr/index.asp
vii. DRUG-FREE WORKPLACE:
(1) Assistance Instruments: The recipient must comply with drug-free workplace
requirements in Subpart B of 2 CFR part 26, which is the DoD implementation of
41 U.S.C. chapter 81, “Drug-Free Workplace.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
viii. DEBARMENT AND SUSPENSION:
(1) Assistance Instruments: The recipient must comply with requirements regarding
debarment and suspension in Subpart C of 2 CFR part 180, as adopted by DoD at 2
CFR part 1125. This includes requirements concerning the recipient’s principals
under an award, as well as requirements concerning the recipient’s procurement
transactions and subawards that are implemented in DoD Research and
Development General Terms and Conditions PROC Articles I through III and SUB
Article II.
(2) Contracts: The appropriate clause(s) shall be added to the award.
ix. REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION:
(1) Assistance Instruments: The recipient must report information about subawards and
executive compensation as specified in the award term in Appendix A to 2 CFR part
170, “Reporting subaward and executive compensation information,” modified as
follows: (a) To accommodate any future designation of a different Government wide
Web site for reporting subaward information, the Web site “http://www.fsrs.gov” cited
in paragraphs a.2.i. and a.3 of the award provision is replaced by the phrase
“http://www.fsrs.gov or successor OMB designated Web site for reporting subaward
information”; (b) To accommodate any future designation of a different Government
wide Web site for reporting executive compensation information, the Web site
“http://www.sam.gov” cited in paragraph b.2.i. of the award provision is replaced by
39
---
the phrase “https://www.sam.gov or successor OMB-designated Web site for reporting
information on total compensation”; and 106 (c) The reference to “Sec. ___.210 of the
attachment to OMB Circular A-133, “Audits of States, Local Governments, and Non-
Profit Organizations” in paragraph e.3.ii of the award term is replaced by “2 CFR
200.330, as implemented in DoD Research and Development General Terms and
Conditions SUB Article I of this award.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
3. Reporting:
Reports including number and types will be specified in the award document but will include
as a minimum quarterly technical and financial status reports. The reports shall be prepared
and submitted in accordance with the procedures contained in the award document and
mutually agreed upon before award. Reports and briefing material will also be required as
appropriate to document progress in accomplishing program metrics.
MANPOWER CONTRACTOR REPORTING: For Contracts Only. The Office of the
Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a
secure Army data collection site where the contractor will report ALL contractor manpower
(including subcontractor manpower) required for performance of this contract. The
contractor is required to completely fill in all the information in the format using the
following web address: www.sam.gov . The required information includes:
(1) Contracting Office, Contracting Officer, Contracting Officer’s Technical
Representative;
(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor
employee entering data;
(5) Estimated direct labor hours (including sub-contractors);
(6) Estimated direct labor dollars paid this reporting period (including sub- contractors);
(7) Total payments (including sub-contractors);
(8) Predominate Federal Service Code (FSC) reflecting services provided by contractor
(and separate predominant FSC for each sub-contractor if different);
(9) Estimated data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army
Requiring Activity (the Army Requiring Activity is responsible for providing the
contractor with its UIC for the purposes of reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip
code in the United States and nearest city, country, when in an overseas location, using
standardized nomenclature provided on website);
40
---
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor and sub-contractor employees deployed in theater this
reporting period (by country).
As part of its submission, the contractor will also provide the estimated total cost (if any)
incurred to comply with this reporting requirement. Reporting period will be the period of
performance not to exceed 12 months ending 30 September of each government fiscal year
and must be reported by 31 October of each calendar year.
Contractors may use a direct XML data transfer to the database server or fill in the fields on
the website. The XML direct transfer is a format for transferring files from a contractor’s
systems to the secure web site without the need for separate data entries for each required
data element at the web site. The specific formats for the XML direct transfer may be
downloaded from the web site.
If the total Federal share exceeds $500,000 on any Federal award under a notice of funding
opportunity, the post-award reporting requirements reflected in Appendix XII to Part 200 of
Title 2 CFR will be included in the award document. This requirement also applies to
modifications of awards that: 1) increase the scope of the award, 2) are issued on or after
January 1, 2016, and 3) increase the federal share of the award’s total value to an amount that
exceeds $500,000.
G. Agency Contacts, LQC Website:
Questions of a technical nature or a programmatic nature shall be directed as specified below:
Technical Program Point of Contact (ARO):
Dr. T.R. Govindan
Army Research Office
Email Address: t.r.govindan.civ@army.mil
Technical Program Point of Contact (LPS):
Dr. Charles Tahan
Laboratory for Physical Sciences
Email Address: ctahan@lps.umd.edu
Questions of a business nature shall be directed to the contact info, as specified below:
Email address: Business Q&A
Comments or questions submitted should be concise and to the point, eliminating any
unnecessary verbiage. In addition, the relevant part and paragraph of the Broad Agency
Announcement (BAA) should be referenced.
41
---
Information about the LPS Qubit Collaboratory can be found at: LQC
H. Other Information:
Below are 2 separate outlines of the informational requirements for a sample cost proposal. H.1.
is for a procurement contract and H.2 for grants and cooperative agreements.
1. CONTRACT Proposals:
Cost Proposal – {No Page Limit} Cover sheet to
include:
(1) BAA number;
(2) Technical area;
(3) Lead Organization submitting proposal;
(4) Type of business, selected among the following
categories: “LARGE BUSINESS”, “SMALL
DISADVANTAGED BUSINESS”, “OTHER SMALL
BUSINESS”, “HBCU”, “MI”, “OTHER
EDUCATIONAL”, OR “OTHER NONPROFIT”;
(5) Contractor’s reference number (if any);
(6) Other team members (if applicable) and type of
business for each;
(7) Proposal title;
(8) Technical point of contact to include: salutation, last name, first name, street address,
city, state, zip code, telephone, fax (if available), electronic mail (if available);
(9) Administrative point of contact to include: salutation, last name, first name, street
address, city, state, zip code, telephone, fax (if available), and electronic mail (if available);
(10) Award instrument requested: cost-plus-fixed-free (CPFF), cost-contract—no fee,
cost sharing contract – no fee, or other type of procurement contract (specify).
(11) Place(s) and period(s) of performance;
(12) Total proposed cost separated by basic award and option(s) (if any);
(13) Name, address, and telephone number of the proposer’s cognizant
Defense Contract Management Agency (DCMA) administration office
(if known);
(14) Name, address, and telephone number of the proposer’s cognizant Defense Contract
Audit Agency (DCAA) audit office (if
known);
(15) Date proposal was prepared;
42
---
(16) DUNS number;
(17) TIN number; and
(18) Cage Code;
(19) Subcontractor Information; and
(20) Proposal validity period
(21) Any Forward Pricing Rate Agreement, other such approved rate information, or such other
documentation that may assist in expediting negotiations (if available).
I. Reasoning for Submitting a Strong Cost Proposal
The ultimate responsibility of the Contracting Officer is to ensure that all prices offered in a
proposal are fair and reasonable before contract award [FAR 15.4]. To establish the
reasonableness of the offered prices, the Contracting Officer may ask the offeror to provide
various supporting documentation that assists in this determination. The offeror’s ability to
be responsive to the Contracting Officer’s requests can expedite contract award. As
specified in Section 808 of Public Law 105-261, an offeror who does not comply with a
requirement to submit information for a contract or subcontract in accordance with
paragraph (a)(1) of FAR 15.403-3 may be ineligible for award.
II. DCAA-Accepted Accounting System
A) Before a contract can be awarded, the Contracting Officer must confirm that the offeror has
a Defense Contract Audit Agency (DCAA)-accepted accounting system in place for
accumulating and billing costs under Government contracts [FAR 53.209-1(f)]. If the
offeror has DCAA correspondence, which documents the acceptance of their accounting
system, this should be provided to the Contracting Officer (i.e. attached or referenced in the
proposal). Otherwise, the Contracting Officer will submit an inquiry directly to the
appropriate DCAA office and request a review of the offeror’s accounting system.
B) If an offeror does not have a DCAA-accepted accounting system in place, the DCAA
review process can take several months depending upon the availability of the DCAA
auditors and the offeror’s internal processes. This will cause a delay in contract award.
C) For more information about cost proposals and accounting standards, view the link titled
“Information for Contractors” on the main menu on their website.
III. Field Pricing Assistance
During the pre-award cost audit process, the Contracting Officer will solicit support from
DCAA to determine commerciality and price reasonableness of the proposal [FAR 15.404-2].
Any proprietary information or reports obtained from DCAA field audits will be
appropriately identified and protected within the Government.
43
---
IV. Sample Cost Proposal – “Piece by Piece”
A) To help guide offerors through the pre-award cost audit process, a sample cost proposal
is detailed below. This sample also allows the offeror to see exactly what the
Government is looking for; therefore, all cost and pricing back-up data can be provided
to the Government in the first cost proposal submission. Review each cost element
within the proposal, and take note of the types of documentation that the Contracting
Officer will require from the offeror.
B) Direct Labor: The first cost element included in the cost proposal is Direct Labor.
The Department of Defense (DoD) requires each proposed employee to be listed by
name and labor category.
Below is the Direct Labor as proposed by our sample offeror:
DIRECT LABOR YEAR 1 YEAR 2
Employee Labor Direct Hours Total Direct Hours Total Direct
Name Category Hourly Direct Hourly Labor
Rate Labor Rate
Andy Program $55.00 720.00 $39,600.00 $56.65 720.00 $40,788.00
Smith Manager
Bryan Senior $40.00 672.00 $26,880.00 $41.20 672.00 $27,686.40
Andrew Engineer
Cindy Principal $50.00 512.00 $25,600.00 $51.50 512.00 $26,368.00
Thomas Engineer
David Entry Level $10.00 400.00 $4,000.00 $10.30 400.00 $4,120.00
Porter Engineer
Edward Project $25.00 48.00 $1,200.00 $25.75 48.00 $1,236.00
Bean Administrator
Subtotal $97,280.00 $100,198.40
Direct
Labor
(DL)
1) For this cost element, the Contracting Officer requires the offeror to provide adequate
documentation in order to determine that each labor rate for each employee/labor
category is fair and reasonable. The documentation will need to explain how these
labor rates were derived. For example, if the rates are DCAA- approved labor rates,
provide the Contracting Officer with copies of the DCAA documents stating the
approval. This is the most acceptable means of documentation to determine the rates
44
---
fair and reasonable. Other types of supporting documentation may include General
Service Administration (GSA) contract price lists, actual payroll journals, or
Salary.com research. If an employee listed in a cost proposal is not a current
employee (maybe a new employee, or one contingent upon the award of this
contract), a copy of the offer letter stating the hourly rate - signed and accepted by
the employee - may be provided as adequate documentation. Sometimes the hourly
rates listed in a proposal are derived through subjective processes, i.e., blending of
multiple employees in one labor category, or averaged over the course of the year to
include scheduled payroll increases, etc. These situations should be clearly
documented for the Contracting Officer.
2) Another cost element in Direct Labor is labor escalation, or the increase in labor rates
from Year 1 to Year 2. In the example above, the proposed labor escalation is 3%
(ex., Andy Smith increased from $55.00/hr in Year 1, by 3% to $56.65/hr in Year 2).
Often times, an offeror may not propose escalation on labor rates during a 24-month
period. Whatever the proposed escalation rate is, please be prepared to explain why it
is fair and reasonable [ex., A sufficient explanation for our sample escalation rate
would be the Government’s General Schedule Increase and Locality Pay for the same
time period (name FY) in the same location (name location) was published as 3.5%,
therefore a 3% increase is fair and reasonable].
C) Other Direct Costs (ODCs): This section of the cost proposal includes all other directly
related costs required in support of the effort i.e., materials, subcontractors, consultants, travel,
etc. Any cost element that includes various items will need to be detailed in a cost breakdown
to the Contracting Officer.
1) Direct Material Costs: This subsection of the cost proposal will include any special
tooling, test equipment, and material costs necessary to perform the project. Items
included in this section will be carefully reviewed relative to need and
appropriateness for the work proposed, and must, in the opinion of the Contracting
Officer, be advantageous to the Government and directly related to the specific
topic.
a) The Contracting Officer will require adequate documentation from the offeror to
determine the cost reasonableness for each material cost proposed. The
following methods are ways in which the Contracting Officer can determine this
[FAR 15.403-1].
i) Adequate Price Competition. A price is based on adequate price
competition when the offeror solicits and receives quotes from two or more
responsible vendors for the same or similar items or services. Based on
these quotes, the offeror selects the vendor who represents the best value to
45
---
the Government. The offeror will be required to provide copies of all
vendor quotes received to the Contracting Officer.
Note: Price competition is not required for items at or below the
micropurchase threshold ($5,000) [FAR 15.403-1]. If an item’s unit
cost is less than or equal to $5,000 price competition is not
necessary. However, if an item’s total cost over the period of
performance (unit cost * quantity is higher than $5,000, two or more
quotes must be obtained by the offeror.
ii) Commercial Prices. Commercial prices are those published on current price
lists, catalogs, or market prices. This includes vendors who have prices
published on a GSA-schedule contract. The offeror will be required to
provide copies of such price lists to the Contracting Officer.
iii) Prices set by law or regulation. If a price is mandated by the Government
(i.e. pronouncements in the form of periodic rulings, reviews, or similar
actions of a governmental body, or embodied in the laws) that is sufficient
to set a price.
b) Below is the list of Direct Material costs included in our sample
proposal:
i)
DIRECT MATERIAL COSTS: YEAR 1 YEAR 2
Raw Materials $35,000.00 $12,000.00
Computer for experiments $4,215.00 $0.00
Cable (item #12-3657, 300 ft) $1,275.00 $0.00
Software $1,825.00 $1,825.00
Subtotal Direct Materials Costs $42,315.00 $13,825.00
(DM):
ii) “Raw Materials”: This is a generic label used to group many material items
into one cost item within the proposal. The Contracts Officer will require a
detailed breakout of all the items that make up this cost. For each separate item
over $3,000 (total for Year 1 + Year 2), the offeror must be able to provide
either competitive quotes received, or show that published pricing was used.
iii) “Computer for experiments”: Again, this item is most likely a grouping of
several components that make up one system. The Contracts Officer will
46
---
require a detailed breakout of all the items that make up this cost. For each
separate item over $3,000 (total for Year 1 + Year 2), the offeror must be
able to provide either competitive quotes received, or show that published
pricing was used.
iv) “Cable”: Since this item is under the micro purchase threshold of $5,000,
competitive quotes or published pricing are not required. Simply
provide documentation to show the Contracting Officer where this
price came from.
v) “Software”: This cost item could include either one software product, or
multiple products. If this includes a price for multiple items, please
provide the detailed cost breakdown. Note: The price for Year 1 ($1,825)
is below the micro purchase threshold; however, in total (Year 1 + Year 2)
the price is over $5,000, so competitive quotes or published pricing
documentation must be provided.
c) Due to the specialized types of products and services necessary to perform these
projects, it may not always be possible to obtain competitive quotes from more
than one reliable source. Each cost element over the simplified acquisition
threshold ($5,000) must be substantiated. There is always an explanation for
HOW the cost of an item was derived; show us how you came up with that
price!
d) When it is not possible for an offeror to obtain a vendor price through
competitive quotes or published price lists, a Contracting Officer may
accept other methods to determine cost reasonableness. Below are some
examples of other documentation, which the Contracting Officer may
accept to substantiate costs:
i) Evidence that a vendor/supplier charged another offeror a similar price
for similar services. Has the vendor charged someone else for the same
product? (Two (2) to three (3) invoices from that vendor to different
customers may be used as evidence.)
ii) Previous contract prices. Has the offeror charged the Government a similar
price under another Government contract for similar services? If the
Government has already paid a certain price for services, then that price
may already be considered fair and reasonable. (Provide the contract
number, and billing rates for reference.)
47
---
iii) DCAA approved. Has DCAA already accepted or verified specific
cost items included in your proposal? (Provide a copy of DCAA
correspondence that addressed these costs.)
2) Below is the remaining ODC portion of our proposal including equipment,
subcontractors, consultants, and travel. Assume in this scenario that competitive
quotes or catalog prices were not available for these items:
OTHER DIRECT COSTS: YEAR 1 YEAR 2
Equipment Rental for Analysis $5,500.00 $5,600.00
Subcontractor – Lockheed $25,000.00 $0.00
Consultant: John Bowers $0.00 $12,000.00
Travel $1,250.00 $1,250.00
Subtotal Other Direct Costs $31,750.00 $18,850.00
(ODC):
a) “Equipment Rental for Analysis”: The offeror explains that the Year 1 cost of
$5,500 is based upon 250 hours of equipment rental at an hourly rate of $22.00/hr.
One (1) invoice from the vendor charging another vendor the same price for the
same service is provided to the Contracting Officer as evidence. Since this cost is
over the simplified acquisition threshold, further documentation to determine cost
reasonableness is required. The offeror is able to furnish another invoice charging a
second vendor the same price for the same service.
b) “Subcontractor – Widget, Inc.”: The offeror provides a copy of the
subcontractor quote to the Contracting Officer in support of the $25,000 cost.
This subcontractor quote must include sufficient detailed information
(equivalent to the data included in the prime’s proposal to the Government), so
that the Contracting Officer can make a determination of cost reasonableness.
i) As stated in Section 3.5(c)(6) of the DoD Cost Proposal guidance, “All
subcontractor costs and consultant costs must be detailed at the same level as
prime contractor costs in regards to labor, travel, equipment, etc. Provide
detailed substantiation of subcontractor costs in your cost proposal.”
ii) In accordance with FAR 15.404-3, “the Contracting Officer is responsible
for the determination of price reasonableness for the prime contract,
including subcontracting costs”. This means that the subcontractor’s
quote/proposal may be subject to the same scrutiny by the Contracting
Officer as the cost proposal submitted by the prime. The Contracting Officer
will need to determine whether the subcontractor has an accepted purchasing
48
---
system in place and/or conduct appropriate cost or price analyses to establish
the reasonableness of proposed subcontract prices. Due to the proprietary
nature of cost data, the Subcontractor may choose to submit their pricing
information directly to the Contracting Officer and not through the prime.
This is understood and encouraged.
iii) When a subcontractor is selected to provide support under the prime
contract due to their specialized experience, the Contracting Officer may
request sole source justification from the offeror.
c) “Consultant – John Bowers”: Again, the offeror shall provide a copy of the
consultant’s quote to the Contracting Officer as evidence. In this example, the
consultant will be charging an hourly rate of $125 an hour for 96 hours of
support. The offeror indicates to the Contracting Officer that this particular
consultant was used on a previous contract with the Government (provide
contract number), and will be charging the same rate. A copy of the
consultant’s invoice to the offeror under the prior contract is available as
supporting evidence. Since the Government has paid this price for the same
services in the past, determination has already been made that the price is fair.
d) “Travel”: The Contracting Officer will require a detailed cost breakdown for
travel expenses to determine whether the total cost is reasonable based on
Government per diem and mileage rates. This breakdown shall include the
number of trips, the destinations, and the number of travelers. It will also need to
include the estimated airfare per round trip, estimated car rental, lodging rate per
trip, tax on lodging, and per diem rate per trip. The lodging and per diem rates
must coincide with the Joint Travel Regulations. Please see the following website
to determine the appropriate lodging and per diem rates:
http://www.defensetravel.dod.mil/site/perdiemCalc.cfm
Additionally, the offeror must provide why the airfare is fair and reasonable as
well. Sufficient back up for both airfare and car rental would include print outs of
online research at the various travel search engines (Expedia, Travelocity, etc.)
documenting the prices for airfare and car rentals thus proving why your chosen
rate is fair and reasonable.
i) Below is a sample of the travel portion:
TRAVEL Trips Travelers Nights Days Unit Cost Total Travel
Airfare per 1 1 $996.00 $996.00
roundtrip
Lodging per day 1 1 1 $75.00 $75.00
Tax on
49
---
Lodging
(12%) per day 1 1 1 $9.00 $9.00
Per Diem per day 1 1 2 $44.00 $88.00
Automobile 2
Rental per day 1 1 $41.00 $82.00
Subtotal $1,250.00
Travel
D) Indirect Rates: Indirect rates include elements such as Fringe Benefits, General &
Administrative (G&A), Overhead, and Material Handling costs. The offeror shall
indicate in the cost proposal both the indirect rates (as a percentage) as well as how those
rates are allocated to the costs in the proposal.
INDIRECTS YEAR 1 YEAR 2
Subtotal Direct Labor (DL): $97,280.00 $100,198.40
Fringe Benefits, if not included in Overhead,
rate (15.0000 %) X DL = $14,592.00 $15,029.76
Labor Overhead (rate 45.0000 %) X (DL +
Fringe) = $50,342.40 $51,852.67
Total Direct Labor (TDL): $162,214.40 $167,080.83
1) In this example, the offeror includes a Fringe Benefit rate of 15.00% that it
allocated to the Direct Labor costs. They also propose a Labor Overhead rate of
45.00% that is allocated to the Direct Labor costs plus the Fringe Benefits.
2) All indirect rates and the allocation methods of those rates must be verified by the
Contracting Officer. In most cases, DCAA documentation supporting the indirect
rates and allocation methods can be obtained through a DCAA field audit or proposal
review. Many offerors have already completed such reviews and have this
documentation readily available. If an offeror is unable to participate in a DCAA
review to substantiate indirect rates, the Contracting Officer may request other
accounting data from the offeror to make a determination.
E.) Cost of Money (COM): If Cost of Money (an imputed cost that is not a form of interest on
borrowings (see FAR 31.205-20); an “incurred cost” for cost-reimbursement purposes under
50
---
[Document continues — 5 more pages]
---
W911NF21S0009 Amendment 2
U.S. ARMY RESEARCH OFFICE
BROAD AGENCY ANNOUNCEMENT FOR
LPS Qubit Collaboratory (LQC)
W911NF-21-S-0009-2
Issued by:
U.S. Army Contracting Command-Aberdeen Proving Ground
Research Triangle Park Division
P.O. BOX 12211
Research Triangle Park, NC 27709-2211
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY: ...................................................................... 4
A. Required Overview Content .................................................................................................................................... 4
1. Federal Agency Name(s): ........................................................................................................................................................... 4
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC) ..................................................................................... 4
3. Announcement Type .................................................................................................................................................................... 4
4. Research Opportunity Number: W911NF-21-S-0009 ................................................................................................. 4
5. Catalog of Federal Domestic Assistance (CFDA) Number: .......................................................................................... 4
B. 6. AdRdeitsipoonnasle O Dvaetrevsi:e ..w.... .I..n...f.o...r..m.....a..t..i..o..n... .................................................................................................................................................................................................................................................................... 44
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY ......................................... 5
A.1 Funding Opportunity Description .................................................................................................................... 5
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021) .......................................................................... 6
A.1.2 Category 1: Incubator ............................................................................................................................................................ 8
A.1.3 Category 2: Collaboratory .................................................................................................................................................... 9
B. A.1F.4e derLaQl CA Qwuaarndt uInmfo Crommaptuiotinn .g.. .R...e..s..e..a..r..c..h.. .(..L..Q...C.. .Q...u..a..C...R..).. .G..r..a..d...u..a..t.e... .a..n..d.. .P...o..s..t.d...o..c..t.o...r.a..l.. F...e..l.l.o..w....s..h..i.p...s. .......................... 11 10
C. Eligibility Information ............................................................................................................................................ 12
1. Eligible Applicants: .....................................................................................................................................................................1 3
2. Cost Sharing or Matching: ........................................................................................................................................................1 3
D.3. ApFpelidceartaiollyn Faunndd Seudb Rmesisesairocnh Iannfdo Drmevaetlioopnm ...e..n..t. .C...e..n..t..e..r..s. .(..F..F...R..D...C..s..)..:. ................................................................................................................................... .11 33
1. Address to View Broad Agency Announcement ............................................................................................................1 3
2. Content and Form of Application Submission ................................................................................................................1 4
3. Unique Entity Identifier and System for Award Management (SAM) ..................................................................2 7
4. Submission Dates and Times: ................................................................................................................................................2 7
5. Intergovernmental Review .....................................................................................................................................................2 8
6. Funding Restrictions: ................................................................................................................................................................. 28
E. 7. ApOpltihceart iSounb mReisvsiieown RInefqourimreamtieonnts: :. ............................................................................................................................................................................................................................................................. .22 99
1. Criteria: ............................................................................................................................................................................................2 9
2. Review and Selection Process:...............................................................................................................................................3 0
F. 3. AwRaercdip Aiednmt iQnuisatlirfaictaiotino nIn ...f.o...r..m.....a..t..i..o...n...:. ................................................................................................................................................................................................................................................... .33 30
1. Award Notices: ..............................................................................................................................................................................3 3
2. Administrative and National Policy Requirements: .....................................................................................................3 3
G. 3. AgeRnecpyo rCtoinngt:a ..c..t..s..,. .L...Q...C... .W.....e...b...s..i.t..e...:. .......................................................................................................................................................................................................................................................................... .44 10
2
---
H. Other Information: .................................................................................................................................................. 42
1. CONTRACT Proposals: ...............................................................................................................................................................4 2
2. GRANT and COOPERATIV E AGREEMENT Proposals: ................................................................................................. 51
3
---
I. OVERVIEW OF THE FUNDING OPPORTUNITY:
A. Required Overview Content
1. Federal Agency Name(s):
U.S. Army Research Office
Issuing Acquisition Office:
U.S. Army Contracting Command-Aberdeen Proving Ground, Research Triangle Park
Division (ACC-APG RTP Division)
2. Funding Opportunity Title: LPS Qubit Collaboratory (LQC)
3. Announcement Type
Initial Announcement
4. Research Opportunity Number: W911NF-21-S-0009-1
5. Catalog of Federal Domestic Assistance (CFDA) Number:
12.431 – Basic Scientific Research
6. Response Dates:
This BAA is a continuously open announcement valid throughout the period from the date of
issuance through 30 April 2026, unless announced otherwise.
B. Additional Overview Information
This Broad Agency Announcement (BAA) which sets forth research areas of interest to the
Army Research Laboratory- Army Research Office (ARL-ARO) and the National Security
Agency (NSA) is issued under paragraph 6.102(d)(2) of the Federal Acquisition Regulation
(FAR), and 10 USC 2358 which provides for the competitive selection of basic research
proposals. Proposals submitted in response to this BAA and selected for award are considered to
be the result of full and open competition and in full compliance with the provision of Public
Law 98-369, "The Competition in Contracting Act of 1984" and subsequent amendments.
The Department of Defense agencies involved in this program reserve the right to select for
award; all, some, or none of the proposals submitted in response to this announcement. The
participating DoD agencies will provide 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 participating DoD agencies to treat all proposals
as sensitive, competitive information and to disclose their contents only for the purposes of
evaluation.
4
---
II. DETAILED INFORMATION ABOUT THE FUNDING OPPORTUNITY
A.1 Funding Opportunity Description
The U.S. Army Research Office (ARO) in partnership with NSA’s Laboratory for Physical
Science (LPS) is soliciting Incubator, Collaboration, and Fellowship research proposals for
participation in the LPS Qubit Collaboratory (LQC). The mission of the LQC can be captured in
three broad goals: 1) pursue disruptive fundamental research and enabling technologies with a
focus on qubit development for quantum computing and other applications (such as sensing); 2)
grow deep, collaborative partnerships to tackle the most difficult and relevant long-term
problems in quantum information science and technology; and 3) build a quantum workforce of
tomorrow through research experiences in government at LPS and at LQC partners. The LQC
will offer a mechanism for collaborative research between LPS and academia, industry,
FFRDCs, and Government Laboratories to advance foundational and transformative research on
challenging problems that have hindered progress in quantum information processing and
associated technologies.
The goal of this BAA is to seek proposals that bring together expertise from the public and
private sectors and their respective research infrastructures to advance solutions that may be best
approached as a collaborative team. A Collaboratory is “a center without walls, in which the
nation’s researchers can perform their research without regard to physical location, interacting
with colleagues, accessing instrumentation, sharing data and computational resources, [and]
accessing information in digital libraries” 123. This BAA introduces LQC Research Thrusts
(A.1.1) which are the technical areas of interest—which will be updated periodically—where
partners of the LQC will pursue joint research with LPS through Incubator (A.1.2) and
Collaboration (A.1.3) collaborative agreements. The LQC BAA also fulfills the Government’s
overarching interest--through the proposed research and on-site research experiences--in creating
and training a workforce in quantum science and technology, generating pathways of solutions
that feed technology development, establishing partnerships, and creating transition
opportunities. In further support of training through research, Section A.1.4 calls for Quantum
Computing Research (QuaCR) Graduate and Postdoctoral Fellowships for US citizens working
in areas of interest as described below.
Substantial progress on solving the most difficult and long-term Quantum Information Science &
Technology (QIST) research problems that unleash further rapid progress in the field will
constitute LQC success. Examples of such research problems include (but are not limited to):
limits of performance due to device design, material selection, and/or control, the exploration of
alternative qubit physics (e.g., different approaches to qubit encoding or types of gates) and
lowering of barriers to such approaches, advances in materials that improve qubit gate fidelity,
1 Wulf, W. (1989, March). The national collaboratory. In Towards a national collaboratory. Unpublished report of a National Science Foundation
invitational workshop, Rockefeller University, New York.
2 Wulf, W. (1993) The collaboratory opportunity. Science, 261, 854-855.
3 https://en.wikipedia.org/wiki/Collaboratory
5
---
reducing the overhead of classical components in quantum information technology and
optimizing classical performance, and the exploration of applications of quantum technologies to
new domains.
Three categories of proposals are sought for this BAA:
1. Incubator opportunities seek partnership proposals from single investigators and small
research groups, including teaching colleges, who may have unique skillsets to contribute
toward the pursuit of the research thrusts presented in A.1.1. Incubator proposals may
also be the development of concepts into a detailed technical research approach to
advance solution of problems of high interest to quantum information science research.
Incubator proposals would avail themselves of the collaboration opportunities with LPS
research staff and infrastructure made available at the Laboratory for Physical Sciences
(LPS) to lay the groundwork for concepts that may be suitable for a Collaboratory
proposal or responses to other DoD quantum information science research opportunities.
2. Collaboratory proposals seek research proposals that bring together a strong significant
collaboration--researchers from academia, industry, FFRDCs, and/or Government
Laboratories--to pursue long-term projects focused on fundamental problems of interest
to qubit development and/or associated science and technology. These collaborative
groups will propose to work together in a focused manner for a period of time expected to
be one to three years in order to demonstrate a proof-of-concept experiment and/or theory
exploration to determine the feasibility of their creative idea.
3. QuaCR Research Fellowship proposals seek to support talented U.S. citizen graduate
students and postdoctoral researchers in the field of quantum information processing
(primary interest) and quantum sensing (secondary interest). Applicants with a
background from either within or outside QIS are encouraged. The proposed research
areas are described in this BAA and must enhance active Quantum Information Science
research efforts being supported by the Army Research Office and/or LPS. Research
fellows are encouraged to complete an LPS Internship during their graduate career or
visit during their postdoctoral fellowship (see below).
A.1.1 LPS Qubit Collaboratory Priority Research Thrusts (FY 2021)
In this first year of the BAA, proposals are sought from a small number of research groups to
collaboratively investigate long-term and outstanding challenges in qubit device physics and
associated areas of Quantum Information Science and Technology. A gradual ramp up of the
program will allow a continuous evaluation and modification of the program model. The
following research areas are a priority and considered ripe for one of the collaborative research
avenues described in this section. Other related topic areas of similar scope may also be
considered.
1.) Spin qubits, fast.
6
---
This research area is interested in democratizing spin qubits. Working spin qubits are hard to
fabricate and require significant infrastructure and workforce investments. New materials
heterostructures and device fabrication techniques can take decades to master. Viable pathways
to address difficult materials science challenges without starting from scratch have great
potential to improve access to the field. Another roadblock is software and control engineering.
Dots require many control lines and control signals. Any reduction in control complexity either
by simplifying control systems and/or better qubit design would open many research avenues.
Specifically, research proposals are sought that innovatively advance easier methods to
characterize and explore the physics of multi-dot systems, ideally in more than one material. The
goal is a potential reference system (control hardware, software, and environment) to initialize,
control, and readout systems of approximately 10 quantum dots, but with sufficient flexibility to
apply to a variety of semiconductor quantum dot qubit and gate approaches. Of particular interest
are systems for electrons in silicon and holes in germanium.
Proposers should consider the following questions in formulating their research proposal.
Can the initial evaluation of materials be completed faster before investing heavily in device
fabrication? Can a common infrastructure be constructed that would open the field to new
researchers interested in qubit measurement and control, but not fabrication and/or growth? Can
the control stack be standardized to enable small quantum dot systems to be controlled quickly?
2.) More epitaxy, better qubits?
Materials science for quantum computing has largely focused on a basic assumption: that
epitaxial devices are better for quantum computing. Are these assumptions that are valid for
conventional devices also valid for quantum information devices? How can the positive or
negative implications of various epitaxial (or epitaxial-like) growth paradigms be rapidly
determined through device modeling, through device testing, and through material
characterization? What are the most promising materials for epitaxial qubits? Which qubit
systems can benefit from epitaxial materials and/or does epitaxy enable novel qubit approaches?
Improvements in computational methods and understanding of surfaces/interfaces at the
microscopic level that will enable these assessments are needed and are of interest to this
research area.
3.) Voltage controllable superconducting qubits
This research area is interested in exploring compatibility of superconducting devices that are
controllable by baseband voltage pulses. Design and qubit quality implications are of particular
interest, as well as compatibility with existing wafer growth facilities at LPS and LQC partners.
Further, understanding the fundamental limits of charge noise in superconducting systems is a
long-term and presently under-investigated challenge.
4.) Going hot and not looking back
Significant improvements in cooling power and complexity can be gained if qubits did not need
to be cooled as much as technically possible using dilution refrigerators. This research area
would consider designing qubits and multiple qubit experiments to operate in the range of 350
7
---
mK to 2 K. For solid-state, gate-based quantum computing, what experimental systems are most
promising and empowered by this capability? What physical systems can be employed as qubits
that would be promising in this temperature range? What temperature within this range would be
desirable and matched for available refrigerators?
5.) Beyond Moore, Before Shor
Significant effort has been put into the development of ultra-high-quality or precision-grown
materials systems for qubits in the quantum computing research community. Examples include
ultra-low-loss silicon-germanium heterostructures, atomistic fabrication techniques, and
superconducting circuits for spin and superconducting qubits, respectively. This research area is
interested in exploring the potential for these increasingly well-controlled quantum devices and
systems for classical computing and enabling device applications such as low-power or ultra-fast
computing or electronics and unique approaches to component technology well before the advent
of a large-scale quantum computer.
6.) Accelerated Learning of Quantum Information Concepts
There is a pressing need in Quantum Information Science & Technology (QIST) for new and
broader talent. One innovation may be in developing approaches to teaching QIST concepts at
multiple levels of expertise (but especially undergraduate to mid-career) to engineers, computer
scientists, and physicists. Research proposals are sought in innovative collaborative learning
concepts for quantum information science, to include the methodologies, pedagogy, and essential
principles that effectively leverage classroom and laboratory experiences to train a diverse
quantum workforce of the future. These projects should focus on methods applicable to higher
education for the training and retraining of technical individuals that have a range of experiences
and knowledge. Practical implementations coupled with evaluation of efficacy are highly
desired. Some examples of research activities may include:
• Comparison of traditional quantum mechanics and emerging QIST laboratory
experiments for educational use.
• Implementation and assessment of approaches that promise “hands-on” experience
interacting with qubit systems.
• Evaluation of incorporating available cloud-based quantum computing resources and
simulators into higher education curriculum.
• Integrated research and assessment of pedagogical variants implemented among student
populations with varied training and experiences.
• Support for faculty sabbaticals to conduct research in quantum computing.
• Building an individual’s “quantum intuition” through non-conventional educational
opportunities such as games and novel experiences.
A.1.2 Category 1: Incubator
8
---
This category of research is an opportunity to (a) develop technical concepts that may be of high
interest to quantum information science but have insufficient groundwork in terms of feasibility
and relevance, or (b) develop technical concepts that may be of high interest to quantum
information science by researchers who may not have access to the research infrastructure
necessary to advance their concepts. In either case, incubator proposals are expected to rapidly
advance to collaboratory proposals (A.1.3), proposals to other ARO/LPS quantum computing
BAAs, or proposals to other DoD BAAs in quantum information science.
Incubator opportunities seek proposals from single investigators and small research groups,
including teaching colleges, who may have creative solutions and unique skill sets to contribute
toward the research topics in this BAA (A.1.1) but lack the research infrastructure at their
institutions to pursue this research. Incubator proposals would avail themselves of the
collaboration opportunities and infrastructure made available at the Laboratory for Physical
Sciences (LPS). Collaboration with government scientists at LPS is expected. Collaboration
areas include joint research with the scientific expertise at LPS, collaboration with the scientific
infrastructure expertise at LPS, and collaboration to obtain a deeper understanding of DoD
interests in quantum information research. Proposers may plan to spend summer breaks or
sabbaticals at LPS.
Incubator opportunities also seek proposals to lay the groundwork to advance very high-risk
technical concepts that may be of high interest to quantum information science by their potential
game changing success. These concepts may not have the opportunity to advance because of a
combination of insufficient groundwork, risk, collaboration, infrastructure, and resources.
A successful Incubator Period would quickly identify a technical problem of joint interest,
identify technical criteria that would justify further research investment (for example; funding of
a Collaboratory Phase), and deliver a technical proposal from 1-3 years which includes technical
motivation (e.g., answering the Collaboratory proposal questions), technical and programmatic
milestones, team roles and responsibilities, and rough order of magnitude costs for labor,
equipment, and materials.
Incubator proposals are expected to be 1-3 years in duration and not exceed $500K/year. Longer
proposals may be considered due to scheduling requirements of fabrication and experiments.
A.1.3 Category 2: Collaboratory
Collaboratory opportunities seek research proposals that bring together, in strong significant
collaboration, researchers from academia, industry, FFRDCs, and/or Government Laboratories
with LPS at the LQC to pursue disruptive research toward a technical area from the LQC
Research Thrusts. These collaborative groups will propose to work together in a focused manner
to demonstrate success or failure of their creative idea. Proposals must clearly answer the
following questions:
9
---
• What is the problem you are trying to solve or understand?
• Why is the problem you are addressing important to the progress in the field?
• Why is the proposed collaboration uniquely suited to address this problem?
• What is new in your collaborative approach and why do you think it will be successful?
• What is new about your scientific or engineering approach?
• What are the yearly metrics/milestones to check for success?
• What are the “Phase 0” questions (if not already answered in the Incubator phase) that
justify further years of research funding?
• What are the natural decision points to continue or discontinue research for the proposed
idea and/or collaboration?
Experimental projects may require collocation during critical phases of the proposed research.
Proposals that involve industry are encouraged but not required to identify partially matching
contributions in infrastructure or people. Extended visits and sabbaticals to LPS are strongly
encouraged and can be included in the cost of the proposal. Proposals are expected to be two-
three years and request less than $800K per year.
A.1.4 LQC Quantum Computing Research (LQC QuaCR) Graduate and Postdoctoral
Fellowships
LQC QuaCR proposals seek to support the research of talented U.S. citizen graduate students
and postdoctoral candidates, and furthermore attract them to the field of quantum information
science and technology. While, the emphasis is on quantum computing, proposals for quantum
sensing will also be considered. The goal of the LQC QuaCR is to stimulate U.S. graduate
student and postdoctoral candidate participation in research related to quantum computing and to
assist in the training of graduate students and postdocs to prepare them for careers in quantum
information science, by pursuing research in areas described in this BAA. A requirement of the
LQC QuaCR Fellowships is to spend at least one summer (no less than 10 weeks for graduate
students and 1 month for postdoctoral fellows) at LPS working with an LPS Research or
Technical Program Manager. A further goal of the fellowship is to recognize outstanding
graduate students and postdocs and foster their impact on quantum information science research.
Eligible recipients of research support are U.S. citizen graduate students or postdocs who either
will work or are working on quantum computing related research with investigators funded
through existing ARO and/or LPS grants and contracts. The duration of the graduate research
fellowship is three years and two years for a postdoctoral candidate. Proposals selected for
support will be added on to the primary grant and/or contract supporting the research. The
principal investigator of the primary grant and/or contract and their associated institution will be
responsible for oversight and management of the research performed under this support. The
number of funded fellowships will be limited by the quality of proposals received and by the
availability of funds.
10
---
The proposal must outline the research activities that the candidate will undertake during the
three-year length of the fellowship and be written by the candidate. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or expand the
group’s activities in a new direction.
B. Federal Award Information
Anticipated awards will be made in the form of procurement contracts, grants, or
cooperative agreements, and are subject to the availability of appropriations. Given the
collaborative nature of anticipated successful proposals and the participation of Government
scientists, cooperative agreements are likely to be the most likely award mechanism.
Funding for the second year and beyond will be contingent upon satisfactory performance
and the availability of funds.
The ACC-APG RTP Division has the authority to award a variety of instruments on behalf of
ARL-ARO. The ACC-APG RTP Division reserves the right to use the type of instrument most
appropriate for the effort proposed. Applicants should familiarize themselves with these
instrument types and the applicable regulations before submitting a proposal. Following are
brief descriptions of the possible award instruments.
1. Procurement Contract. A legal instrument, consistent with 31 U.S.C. 6303, which reflects a
relationship between the Federal Government and a State Government, a local government,
or other 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.
Contracts are primary governed by the following regulations:
a. Federal Acquisition Regulation (FAR) FAR Website
b. Defense Federal Acquisition Regulation Supplement (DFARS) DFARS Link
c. Army Federal Acquisition Regulation Supplement (AFARS) AFARS Link
2. Grant - A legal instrument that, consistent with 31 U.S.C. 6304, is used to enter into a
relationship:
a. 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 or the United States, rather
than to acquire property or services for the DoD's direct benefit or use.
b. In which substantial involvement is not expected between the DoD and the recipient
when carrying out the activity contemplated by the grant.
11
---
c. No fee or profit is allowed.
3. Cooperative Agreement. A legal instrument which, consistent with 31 U.S.C. 6305, is used to
enter into the same kind of relationship as a grant (see definition "grant"), except that
substantial involvement is expected between the DoD and the recipient when carrying out the
activity contemplated by the cooperative agreement. The term does not include "cooperative
research and development agreements" as defined in 15 U.S.C. 3710a. No fee or profit is
allowed.
4. Grants and cooperative agreements for Institutions of Higher Education and nonprofit
organizations are primary governed by the following:
A. Federal statutes
B. Federal regulations
C. 2 CFR part 200, as modified and supplemented by DoD's interim Implementation found in
2 CFR part 1103
D. 32 CFR Parts 21, 22, 26, and 28.
E. DoD R&D General Terms and Conditions dated January 2021
F. ACC-APG-RTP Division Assistance, Research General Terms and Conditions dated
August 2016, hereinafter referred to as “Agency Specific Requirements”
G. Award-specific terms and conditions
5. Grants and cooperative agreements for for-profit and nonprofit organizations exempted from
Subpart E—cost principles of part 200, are primary governed by the following:
a. Federal statutes
b. Federal regulations
c. 32 CFR Parts 21, 22, 26, and 28.
d. DOD 3210.6-R, Part 34 - Administrative Requirements for Grants and Agreements with
For-Profit Organizations
Copies of OMB regulations may be obtained from:
Executive Office of the President Telephone: (202) 395-7332
Publications Service FAX Requests: (202) 395-9068
New Executive Office Building https://www.whitehouse.gov/omb/information-for-agencies/circulars/
725 17th Street, N.W., Room 2200
Washington, DC 20503
An electronic copy of the DoDGARs may be found at ECFR Link (Title 32: National
Defense,Subchapter C – DoD Grant and Agreement Regulations
C. Eligibility Information
12
---
1. Eligible Applicants:
Eligible applicants under this BAA include Institutions of higher education (foreign and
domestic), nonprofit organizations, and for-profit concerns (large and small businesses).
Proposals are encouraged from Historically Black Colleges and Universities (as determined
by the Secretary of Education to meet requirements of Title III of the Higher Education Act
of 1965, as amended (20 U.S.C. §1061)) and from Minority Institutions defined as
institutions “whose enrollment of a single minority or a combination of minorities exceeds 50
percent of the total enrollment.” [20 U.S.C. § 1067k(3) and 10 U.S.C. § 2362]. However, no
funds are specifically allocated for HBCU/MI participation.
1.1 Eligibility for Quantum Computing Research (QuaCR) Fellowships
U.S. citizen graduate students or postdoctoral candidates who either will work or are
currently working with a principal investigator or co-investigator of ARO quantum
information science research awards are eligible to apply for the fellowship. The proposal
must name the candidate QuaCR Fellow and indicate that the candidate will be working in
the investigator’s group on quantum information science research for the next three years.
The investigator need not be a U.S. citizen, and the sponsoring university need not be a U.S.
university. A QuaCR Fellow who either changes advisors or leaves quantum information
science research will void the fellowship and all remaining unspent funds will be returned to
the government.
2. Cost Sharing or Matching:
There is no requirement for cost sharing, matching, or cost participation to be eligible for
award under this BAA and cost sharing and matching is not an evaluation factor used under
this BAA.
3. Federally Funded Research and Development Centers (FFRDCs):
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, and no funds from the award flow to the FFRDC.
D. Application and Submission Information
1. Address to View Broad Agency Announcement
This BAA may be accessed from the following:
1) Grants.gov
13
---
2) Beta SAM
3) ARL website (BAA List)
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.
The following information is for those wishing to respond to the BAA:
2. Content and Form of Application Submission
a. General Information
A proposal submitted under this BAA must address unclassified fundamental research.
Proposal submissions will be protected from unauthorized disclosure in accordance
with applicable laws and DoD regulations. Applicants are expected to appropriately
mark each page of their submission that contains proprietary information. The
participating DoD agencies will provide 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 participating
DoD agencies to treat all proposals as sensitive, competitive information and to
disclose their contents only for the purposes of evaluation.
Post-Employment Conflict of Interest: There are certain post-employment restrictions
on former federal officers and employees, including special government employees
(Section 207 of Title 18, U.S.C.). If an applicant believes a conflict of interest may
exist, the situation should be discussed with Point of Contact listed in Section G:
Agency Contacts, who will then coordinate with appropriate ARO/ARL legal
personnel prior to having applicant expend time and effort in preparing a white paper
or proposal.
Statement of Disclosure Preference: Please complete ARO Form 52 or 52A stating
your preference for release of information contained in your white paper or proposal.
Copies of these forms are available at BAA Forms
NOTE: A white paper or proposal may be handled for administrative purposes by
support contractors. These support contractors are prohibited from competing on BAA
proposals and are bound by appropriate non-disclosure requirements.
Equipment: Normally, title to equipment or other tangible property purchased with
Government funds vests with nonprofit institutions of higher education or with
nonprofit research organizations if vesting will facilitate scientific research performed
for the Government. For profit organizations are expected to possess the necessary
14
---
plant and equipment to conduct the proposed research. Deviations may be made on a
case-by-case basis to allow commercial organizations to purchase equipment, but
disposition instructions must be followed.
b. Submission of a QuaCR Proposal
b.1 Proposal Submission
The proposal must be sponsored and submitted by the principal investigator who will
advise the student over the course of the three-year duration of the fellowship. In the
case of co-investigators affiliated with a sub-award, the principal investigator’s
university must submit the fellowship proposal. The co-investigator may be the
primary advisor of the student. Proposals must contain all information specified in the
“Proposal Content” section below and should be emailed as a PDF attachment to the
Army Research Office: QuaCR Proposal Email .
b.2 Proposal Content
(1) Cover Page: To be eligible for review, proposals must have ARO Form 51 as a
cover page.
(2) Cost: The financial portion of the proposal should contain cost estimates
sufficiently detailed for meaningful evaluation. Please use ARO Form 99, Summary
Proposal Budget, to submit the budget data. In most cases, the QuaCR Fellowship
will cover the costs of a student stipend/salary, travel, and tuition support. An
additional $8000/year may be included with the stipend/salary for student allowances.
QuaCR Fellow participation in program reviews of the primary grant is strongly
encouraged and sufficient travel costs should be included in the proposed budget. In
addition to attendance at the program reviews, travel costs for a one to two day visit
to the Washington, DC region each year of the fellowship should be included in the
proposed budget. The QuaCR Fellowship award may continue even if the parent
grant ends before the three-year term of the fellowship.
(3) Research Description: This section of the proposal shall be written by the
candidate. The proposal must outline the research activities that the candidate will
undertake during the three-year length of the fellowship. The proposal must specify
how the QuaCR fellow will augment the existing research grant of the investigator or
expand the group’s activities in a new direction. Proposals that entail new research
tasks rather than just providing additional resources to complete the research tasks
already in the existing grant or proposal are preferred, but the primary criteria for
selection are the qualifications of the candidate.
(4) Candidate Description: The proposal must also provide detailed information about
the student’s undergraduate and graduate academic career to date and specifically
highlight the candidate’s undergraduate and graduate research record.
Recommendation letters (no more than three) are strongly encouraged. Transcripts
may be submitted but are not necessary as long as the proposal provides the following
information with respect to the candidate: an up-to-date CV, academic institutions
15
---
attended, a summary of any prior independent research projects undertaken by the
candidate, all available indications of the candidate’s performance and stature in
his/her graduate class, and a statement of commitment by the candidate to work with
the investigator on quantum computing related research if awarded the QuaCR
Fellowship.
All required forms can be found here: BAA Forms
b.3 Length and Format of Proposals
The Research Description section of the QuaCR proposal may not exceed three
pages. The Candidate Description section of the QuaCR proposal may not exceed
two pages. The two-page Candidate Description limit does not include the statement
of commitment by the candidate, but the statement of commitment is not to exceed 50
words. Recommendation letters may be attached with the proposal or emailed
separately to the Technical POC. The page limits do not include the requisite cover
page, any attached recommendation letters, and budget pages. As stated above,
transcripts are not necessary, but if they are submitted, they will not count against the
page length restrictions.
c. Submission of a White Paper for Incubator and Collaboratory Proposals:
Stage 1 White Papers – Prospective applicants must submit White Papers for
Incubator and Collaboratory proposals. The purpose of requesting a White Paper is to
minimize the labor and cost associated with the production of a detailed proposal that
has very little chance of being selected for funding. Based on assessment of the White
Papers, feedback will be provided to an applicant to enable that applicant to make a
determination as to whether they should submit a proposal. If offerors have not
submitted White Papers under Stage I of the BAA, offerors may not submit full proposals
for consideration for funding.
Recommended White Paper Format and Content:
• White Papers must be submitted electronically to WP Email in the following format:
• Single PDF file as an email attachment
• Page Size: 8 ½ x 11 inches
• Margins – 1 inch
• Font – No smaller than Times New Roman, 12 point
• Number of Pages – no more than ten (10) single-sided pages. Any pages exceeding
the ten-page limit will not be evaluated.
White Papers must contain the following:
• Title page. The title page should be labeled “LQC BAA White Paper” and should
include the BAA number, proposed title, program goal being addressed, Principal
16
---
Investigator (PI) with telephone number and email address, and an executive
summary. (Not to exceed one page.)
• Expected expenditures and justifications. (Not to exceed one page.)
• Curriculum vitae sketches. (Not to exceed one page.)
• Technical portion including all references and figures. Introduce the problem to be
addressed, briefly survey related work, identify key obstacles, outline the proposed
solution and well-defined objective, outline the yearly research plan with milestones,
and state the impact if successful. (Not to exceed seven pages.)
d. Preparing an Incubator or Collaboratory Application
Stage 2 Proposal - After Stage 1 reviews are completed, interested offerors should submit
proposals in accordance with the requirements set forth in this BAA.
This format applies to all proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
COVER PAGE ARO FORM 51: for Contract proposals submitted by email. The Form
SF 424 (R&R) is for all proposals submitted through Grants.gov (Assistance
Instruments must submit through Grants.gov):
1. A Cover Page is required. Proposals will not be processed without either: (1) a
signed Cover Page, ARO Form 51, or (2) an SF 424 R & R Form.
2. Should the project be carried out at a branch campus or other component of the
submitting organization, that branch campus or component should be identified in the
space provided (Block 11 on the ARO Form 51 and Block 12 on the SF424 R&R).
3. The title of the proposed project should be brief, scientifically representative,
intelligible to a scientifically literate reader, and suitable for use in the public domain.
4. The proposed duration for which support is requested should be consistent with the
program duration of forty-eight months.
5. Specification of a desired starting date for the project is important and helpful
however, requested effective dates cannot be guaranteed.
6. To evaluate compliance with Title IX of the Education Amendments of 1972 {20
U.S.C. A§ 1681 Et. Seq.), the Department of Defense is collecting certain
demographic and career information to be able to assess the success rates of women
17
---
who are proposed for key roles in applications in STEM disciplines. To enable this
assessment, each application must include the following forms completed as indicated.
Research and Related Senior/Key Person Profile (Expanded) form:
The Degree Type and Degree Year fields on the Research and Related Senior/Key
Person Profile {Expanded) form will be used by DoD as the source for career
information. In addition to the required fields on the form, applicants must complete
these two fields for all individuals that are identified as having the project role of
PD/Pl or Co-PD/Pl on the form. Additional senior/key persons can be added by
selecting the "Next Person" button.
Research and Related Personal Data form:
This form will be used by DoD as the source of demographic information, such as
gender, race, ethnicity, and disability information for the Project Director/Principal
Investigator and all other persons identified as Co-Project Director{s)/Co-Principal
Investigator(s). Each application must include this form with the name fields of the
Project Director/Principal Investigator and any Co-Project Director(s)/Co-Principal
Investigator(s) completed; however, provision of the demographic information in the
form is voluntary. If completing the form for multiple individuals, each Co-Project
Director/Co-Principal Investigator can be added by selecting the "Next Person" button.
The demographic information, if provided, will be used for statistical purposes only
and will not be made available to merit reviewers. Applicants who do not wish to
provide some or all of the information should check or select the "Do not wish to
provide" option.
7. Pursuant to 31 U.S.C. 7701, as amended by the Debt Collection Improvement Act
of 1996 [Section 31001(I)(1), Public Law 104-134], federal agencies shall obtain each
awardees’ Taxpayer Identification Number (TIN). This number may be the Employer
Identification Number for a business or non-profit entity or the Social Security
Number for an individual. The TIN is being obtained for purposes of collecting and
reporting on any delinquent amounts that may arise out of an awardees’ relationship
with the Government.
8. Offerors shall provide their organization's Unique Entity Identifier (formerly DUNS).
This number is a nine-digit number assigned by Dun and Bradstreet Information
Services. See Section II.D.3 of this BAA for requirements pertaining to the Unique
Entity Identifier.
18
---
9. Offerors shall provide their assigned Commercial and Government Entity (CAGE)
Code. The CAGE Code is a 5-character code assigned and maintained by the Defense
Logistics Service Center (DLSC) to identify a commercial plant or establishment.
TABLE OF CONTENTS: Use the following Format for the Proposal Table of Contents,
Forms are available at BAA Forms
SECTION PAGE NUMBER
Table of Contents A-1
Statement of Disclosure Preference (Form 52 or 52A) B-1
Research & Related Other Project Information B-2
Project Abstract C-1
Project Description (Technical Proposal) D-1 - D-
Biographical Sketch E-1 - E-
Bibliography F-1 - F-
Current and Pending Support G-1 - G-
Facilities, Equipment, and Other Resources H-1 - H-
Proposal Budget I-1 - I-
Contract Facilities Capital Cost of Money (DD Form 1861) J-1
Appendices K-
List Appendix Items:
This format applies to proposals submitted via email and via Grants.gov. Offerors'
proposals should show the location of each section of the proposal, as well as major
subdivisions of the project description.
STATEMENT OF DISCLOSURE PREFERENCE (FORM 52 OR 52A): Complete and
sign ARO Form 52 (Industrial Contractors) or ARO Form 52A (Educational and
Nonprofit Organizations), form can be found at the following website: BAA Forms .
RESEARCH AND RELATED Other Project Information: The form entitled “Research
and Related Other Project Information” found at the following website: BAA Forms
,shall be completed and signed by all organizations.
PROJECT ABSTRACT:
1. The Project Abstract shall be completed on the form entitled “Publicly Releasable
Abstract” found at the following website: BAA Forms.
2. Unless otherwise instructed in this BAA, the Project Abstract shall include a
concise statement of work and basic approaches to be used in the proposed effort. The
19
---
abstract should include a statement of scientific objectives, methods to be employed,
and the significance of the proposed effort to the advancement of knowledge.
3. The abstract should be no longer than one (1) page (maximum 4,000 characters).
4. The project abstract shall be marked by the applicant as publicly releasable. By
submission of the project abstract, the applicant confirms that the abstract is releasable
to the public. For a proposal that results in a grant award, the project abstract will be
posted to a searchable website available to the general public to meet the requirements
of Title VII (General Provisions), Section 8123, of the Department of Defense
Appropriations Act, 2015. (Division C of the Consolidated and Further Continuing
Appropriations Act, Public Law 113-235) The website address is
https://dodgrantawards.dtic.mil/grants
TECHNICAL PROPOSAL (PROJECT DESCRIPTION): The technical portion of the
proposal shall be no longer than 20 pages including tables and figures, single spaced
text, size 12 Times New Roman font with one inch page margins, and shall contain the
following:
1. Technical Approach: Introduce the problem to be addressed, survey related work,
identify key obstacles, and outline the proposed solution and well-defined objective.
Proposals should describe an approach to all technical areas with unambiguous and
quantitative milestones. Proposers must justify the utility of the proposed work and
highlight its benefits over the current state-of-the-art. Proposals should clearly address
the expected key challenges and proposed methods to overcome these difficulties
taking into consideration the current state of field. Proposers should set aggressive
yearly quantitative milestones that define a path toward the end-of-the-program goals
and analyze the impact if successful.
2. Project Schedule, Milestones, and Deliverables: A summary of the schedule of
events, milestones, and a detailed description of the results and products to be
delivered.
3. Management Approach: A discussion of the overall approach to the management of
this effort, including brief discussions of: required facilities; relationships with any
subawardees and with other organizations; availability of personnel; and planning,
scheduling, and control procedures. A brief description of your organization,
including if the offeror has extensive government contracting experience. If this
information has been previously provided to the ARL/ARO, the information need not
be provided again. A statement setting forth this condition should be made.
20
---
4. The names of other federal, state, local agencies, or other parties receiving the
proposal and/or funding the proposed effort. If none, so state. Concurrent or later
submission of the proposal to other organizations will not prejudice its review by the
ARL/ARO if we are kept informed of the situation.
5. A statement regarding possible impact, if any, of the proposed effort on the
environment considering as a minimum its effect upon water, atmosphere, natural
resources, human resources, and any other values.
6. The offeror shall provide a statement regarding the use of Class I and Class II
ozone- depleting substances. Ozone-depleting substances mean any substance
designated as Class I by EPA, including but not limited chlorofluorocarbons, halons,
carbon tetrachloride, and methyl chloroform and any substance designated as Class II
by EPA, including but not limited to hydrochlorofluorocarbons. See 40 C.F.R. Part 82
for detailed information. If Class I or II substances are to be utilized, a list shall be
provided as part of the offeror's proposal. If none, so state.
7. The type of additional support, if any, requested (e.g., facilities, equipment, and
materials). Government Furnished Information or Equipment (GFI/GFE) available to
all proposers is described in A.2.4.
BIOGRAPHICAL SKETCHES:
1. This Section shall contain the biographical sketches for senior and key personnel only.
a. Primary Principal Investigator: The “Primary” PI provides a single or initial point of
communication between the sponsoring agency(s) and the awardee organization(s)
about scientific matters. If not otherwise designated, the first PI listed will serve as
the “Primary” PI. This individual can be changed with approval of the agency. The
sponsoring agency(s) does not infer any additional scientific stature to this role among
collaborating investigators.
b. Co-Principal Investigators: The individual(s) a research organization designates as
having an appropriate level of authority and responsibility for the proper conduct of
the research and submission of required reports to the agency. When an
organization designates more than one PI, it identifies them as individuals who
share the authority and responsibility for leading and directing the research,
intellectually and logistically. The sponsoring agency(s) does not infer any
distinction among multiple PIs.
c. Key personnel: The individual(s) a research organization designates as having a
21
---
high level of technical expertise in the topics proposed to be researched and who
will both play an active role in the research and supervise the work of more junior
personnel on a daily basis.
2. The following information is required:
a. Relevant experience and employment history including a description of any prior
Federal employment within one year preceding the date of proposal submission.
b. List of up to five (5) publications most closely related to the proposed project and
up to five (5) other significant publications, including those being printed. Patents,
copyrights, or software systems developed may be substituted for publications.
c. List of persons, other than those cited in the publications list, who have collaborated
on a project or a book, article, report or paper within the last four (4) years. Include
pending publications and submissions. Otherwise, state "None."
d. Names of each investigator's own graduate or post graduate advisors and advisees.
The information provided in "c" and "d" is used to help identify potential conflicts or
bias in the selection of reviewers.
e. The time commitment of each senior or key person to this project.
3. For the personnel categories of postdoctoral associates, other professionals, and
students (research assistants), the proposal may include information on exceptional
qualifications of these individuals that merit consideration in the evaluation of the
proposal.
4. The biographical sketches are limited to three (3) pages per
investigator and other individuals that merit consideration.
BIBLIOGRAPHY: A bibliography of pertinent literature is required. Citations
must be complete (including full name of author(s), title, and location in the
literature).
CURRENT AND PENDING SUPPORT:
1. All project support from whatever source must be listed. The list must include all
projects requiring a portion of the principal investigator's and other senior personnel's
time, even if they receive no salary support from the project(s) including Cooperative
Research and Development Agreements (CRADAs) or other technology transfer
agreements with federal labs. Funding provided under any award resulting from this
22
---
BAA may only be used in support of the effort funded by that award, and not for any
other project or purpose.
2. The information should include, as a minimum:
(a) the project/proposal title and brief description,
(b) the name and location of the organization or agency presently funding the
work or requested to fund such work,
(c) the award amount or annual dollar volume of the effort,
(d) the period of performance, and
(e) a breakdown of the time required of the principal investigator and/or other
senior personnel.
FACILITIES, EQUIPMENT, AND OTHER RESOURCES: The offeror should
include in the proposal a listing of facilities, equipment, and other resources already
available to perform the research proposed.
BUDGET PROPOSAL (including DD Form 1861):
1. Each proposal must contain a budget for each year of support requested and a
cumulative budget for the full term of requested support. The budget form (Form 99)
may be reproduced as needed. Locally produced versions may be used, but you may not
make substitutions in prescribed budget categories nor alter or rearrange the cost
categories as they appear on the form. The proposal may request funds under any of the
categories listed so long as the item is considered necessary to perform the proposed
work and is not precluded by applicable cost principles. Additionally, a budget by major
proposed research tasks using the same budget categories must be included.
2. A signed summary budget page must be included. The documentation pages should
be titled "Budget Explanation Page" and numbered chronologically starting with the
budget form. The need for each item should be explained clearly.
3. All cost data must be current and complete. Costs proposed must
conform to the following principles and procedures:
Educational Institutions: 2 CFR Part 200 (formerly OMB Circular A-21)
Nonprofit Organizations: 2 CFR Part 200 (formerly OMB Circular A-122*)
Commercial Organizations: FAR Part 31, DFARS Part 231, FAR Subsection
15.403-5, and DFARS Subsection 215.403-5.
*For those nonprofit organizations specifically exempt from the provisions of 2 CFR
Part 230, FAR Part 31 and DFARS Part 231 shall apply.
23
---
4. Sample itemized budgets and the information they must include for a contract
and for grants and cooperative agreements can be found at Section II. H. (Other
Information). Before award it must be established that an approved accounting
system and financial management system exist.
APPENDICES: Some situations require that special information and supporting
documents be included in the proposal before funding can be approved. Such
information and documentation should be included by appendix to the proposal.
e. Submission of Complete Research Proposals
Proposals must be submitted through the offeror’s organizational office having
responsibility for Government business relations. All signatures must be that of an
official authorized to commit the organization in business and financial affairs.
Proposals must be submitted electronically using one of the two following formats,
based on award type sought. The content will remain the same whether using email or
Grants.gov.
EMAIL SUBMISSION (for Contracts only):
1. Proposal requesting award of a contract must be emailed directly to Proposal Email
Do not email full proposals to the LQC Program Point of Contact. All e-mailed
proposals must contain the information outlined in Section II, D, 2, entitled “Table of
Contents” including the electronic forms as follows:
(a) ARO Form 51, Proposal Cover Page;
(b) ARO Form 99, Summary Proposal Budget or equivalent,
(c) ARO Current and Pending Support (unnumbered form),
(d) ARO Form 52 or ARO Form 52a.
(e) "FAR 52.209-11 – Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law (Feb 2016). See Note below."
These forms may be accessed at BAA Forms under BAA Forms. The fillable PDF
forms may be saved to a working directory on a computer and opened and filled in
using the latest compatible Adobe Reader software application found at this
Grants.Gov: Grants.gov Adobe Compatibility
Note: A completed 52.209-11 – Representation by Corporations Regarding
Delinquent Tax Liability or a Felony Conviction under any Federal Law (Feb 2016), is
not required if the offeror's SAM Certifications and Representations have been updated
annually since 2016. If the offeror's SAM has not be updated since March 2016, the
24
---
completed representation must be submitted and include POC information and
signature of the authorized representative.
2. All forms requiring signature must be completed, printed, signed, and scanned into
a PDF document. All documents must be combined into a single PDF formatted file to
be attached to the e-mail.
3. Proposal documents (excluding required forms) must use the following format:
• Page Size – 8 ½ x 11 inches
• Margins – 1 inch
• Spacing – single
• Font – Times New Roman, 12 point, single-sided pages
GRANTS.GOV SUBMISSION (For all Assistance Instruments):
1. Grants.gov Registration (See Section II.D.2. f. Grants.gov Registration below) must
be accomplished prior to application through this process. Note- All web links
referenced in this section and “Grants.gov Registration” (below) are subject to change
by grants.gov and may not be updated here.
2. Specific forms are required for submission of a proposal. The forms are contained
in the Application Package available through the Grants.gov application process. To
access these materials, go to Grants.gov Link select "Apply for Grants,” and then select
"Get Application Package." A Grant Application Package and Application
Instructions are available for through the Grants.Gov Apply portal under CFDA
Number 12.431/Funding Opportunity Number W911NF-21-S-0009. Select “Apply”
and then “Apply Now Using Workspace.” The following documents are mandatory:
(1) Application for Federal Assistance (Research and Related) (SF 424 (R&R), and (2)
Attachments form.
(a) The SF 424 (R&R) form is to be used as the cover page for all proposals.
Authorized Organization Representative (AOR) usernames and passwords serve as
“electronic signatures” when your organization submits applications through Grants.gov.
By using the SF 424 (R&R), proposers are providing the certification required by 32 CFR
Part 28 regarding lobbying. The SF 424 (R&R) must be fully completed.
(b) The Attachments form must contain the information outlined in Section II, D, 2 (b.
Preparing an Application), entitled “Table of Contents” of this BAA including the
electronic forms as follows:
(1) Research and Related Other Project Information;
(2) ARO Form 99, Summary Proposal Budget;
25
---
(3) ARO Current and Pending Support (unnumbered form)
(4) Representation by Corporations Regarding conviction of a Felony Criminal
Violation under any Federal or State Law and Representation by Corporations
Regarding an Unpaid Delinquent Tax Liability
Items (1)-(4) forms may be accessed at BAA Forms Item (4) “Representation relating to
Tax Liability and Felony Convictions” may be submitted on a word document and
attached to available field within the attachments form. The fillable PDF forms may be
saved to a working directory on a computer and opened and filled in using the latest
compatible Adobe Reader software application found at this Grants.Gov:
Grants.gov Adobe Compatibility
Note: Representation by Corporations Regarding Conviction of a Felony Criminal
Violation and Unpaid Delinquent Tax Liability require POC information and signature of
the authorized representative.
(c) All documents must be combined into separate and single PDF formatted files titled
using the Table of Contents names listed in “Section II.D.2.b. Preparing an Application”:
Preparation of complete Research Proposals”. Include “W911NF-21-S-0009” in title so
the proposal will be distinguished from other BAA submissions and upload using the
mandatory Attachments form.
(d) The training demonstration at Grants.gov Training will assist AORs in the
application process. Remember that you must open and complete the Application for
Federal Assistance (Research and Related) (SF 424 (R&R)) first, as this form will
automatically populate data fields in other forms. If you encounter any problems, contact
customer support at 1-800-518-4726 or at Grants.gov Support. If you forget your user
name or password, follow the instructions provided in the Credential Provider tutorial.
Tutorials may be printed by right-clicking on the tutorial and selecting “Print”.
(e) As it is possible for grants.gov to reject the proposal during this process, it is strongly
recommended that proposals be uploaded at least two days before any established
deadline in the BAA so that they will not be received late and be ineligible for award
consideration. It is also recommended to start uploading proposals at least two days
before the deadline to plan ahead for any potential technical and/or input problems
involving the applicant’s own equipment.
f. Grants.Gov Registration
Registration. Each organization that desires to submit applications via Grants.Gov must
complete a one-time registration. There are several one-time actions your organization
must complete in order to submit applications through Grants.gov (e.g., obtain a Dun and
26
---
Bradstreet Data Universal Numbering System (DUNS) number, register with the System
for Award Management (SAM), register with the credential provider, register with
Grants.gov and obtain approval for an Authorized Organization Representative (AOR) to
submit applications on behalf of the organization). To registered please see
Grants.gov Registration .
Please note the registration process for an Organization or an Individual can take
between three to five business days or as long as four weeks if all steps are not
completed in a timely manner.
Questions relating to the registration process, system requirements, how an
application form works, or the submittal process should be directed to Grants.gov
at 1-800-518-4726 or Grants.gov Support.
3. Unique Entity Identifier and System for Award Management (SAM)
Each applicant (unless the applicant is an individual or Federal awarding agency that is
exempt from those requirements under 2 CFR §25.110(b) or (c), or has an exception
approved by the Federal awarding agency under 2 CFR §25.110(d)) is required to:
(i) Be registered in SAM before submitting its application;
(ii) Provide a valid unique entity identifier in its application; and
(iii) Continue to maintain an active SAM registration with current information at all times
during which it has an active Federal award or an application or plan under
consideration by a Federal awarding agency.
The Federal awarding agency may not make a Federal award to an applicant until the
applicant has complied with all applicable unique entity identifier and SAM requirements. If
an applicant has not fully complied with the requirements by the time the Federal awarding
agency is ready to make a Federal award, the Federal awarding agency may determine that
the applicant is not qualified to receive a Federal award and use that determination as a basis
for making a Federal award to another applicant.
4. Submission Dates and Times:
White Papers:
White Papers must be submitted electronically via e-mail to WP Email
and received at the Army Research Office. The email subject line should contain the
following: W911NF-21-S-0009 LQC White Paper. Although White Papers may be
submitted at any time during the duration of this BAA, from program planning and budget
planning considerations White Papers are encouraged to be submitted during the period 1
February to 30 May. Feedback on the White Papers will be e-mailed directly to the
proposed principal investigators.
27
---
Proposals:
Proposals transmitted to be considered for award are encouraged to be submitted before 1
June for consideration within program planning and budget planning cycles of any fiscal
year.
Applicants are responsible for submitting electronic proposals in sufficient time to insure
Grants.gov receives it by the time specified in this BAA. If the electronic proposal is
received by Grants.gov after the exact time and date specified for receipt of offers, it will be
considered “late” and will not be considered for award. Acceptable evidence to establish the
time of receipt by Grants.gov includes documentary evidence of receipt maintained by
Grants.gov.
Because of potential problems involving the applicants’ own equipment, to avoid the
possibility of late receipt and resulting in ineligibility for award consideration, it is
strongly recommended that proposals be uploaded at least two business days before the
deadline established in the BAA.
If an emergency or unanticipated event interrupts normal Government processes so that
proposals cannot be received at grants.gov by the exact time specified in the solicitation, and
urgent Government requirements preclude amendment of the solicitation closing date, the
time specified for receipt of proposals will be deemed to be extended to the same time of day
specified in the solicitation on the first work day on which normal Government processes
resume.
Proposal Receipt Notices – After a proposal is submitted to Grants.gov, the AOR will
receive a series of three emails from Grants.gov. The first two emails will be received within
24 to 48 hours after submission. The first email will confirm time of receipt of the
application by the Grants.gov system and the second will indicate that the application has
either been successfully validated by the system prior to transmission to the grantor agency
or has been rejected due to errors. A third email will be received once the agency has
confirmed receipt of the proposal. The document, Tracking Your Application Package,
located at Tracking explains this process. The proposal is not considered received until the
AOR receives email #3.
5. Intergovernmental Review
Not Applicable
6. Funding Restrictions:
Category 1 Incubator Proposals: Multiple one to three-year awards are anticipated.
Proposals are expected to request less than $500K per year.
28
---
Category 2 Collaboratory Proposals: Multiple two to three-year awards are
anticipated. Proposals are expected to request less than $800K per year.
Category 3 QuaCR Proposals: Multiple three-year awards are anticipated for graduate
students and two-year awards for postdoctoral candidate.
The actual amount of each award will be contingent on availability of funds and the
scope of the proposed work. Depending on the results of the proposal evaluation,
there is no guarantee that any of the proposals submitted in response to a particular
program goal will be recommended for funding. Proposals may be funded in part.
7. Other Submission Requirements:
Information to Be Requested from Successful Offerors- Offerors whose proposals are
accepted for funding will be contacted before award to provide additional information
required for award. The required information is normally limited to clarifying budget
explanations, representations, certifications, and some technical aspects.
For Contracts Only- Performance Work Statements (PWS) - prior to award the Contracting
Officer may request that the contractor submit a PWS for the effort to be performed, which
will be incorporated into the contract at the time of award.
An applicant may withdraw a proposal at any time before award by written notice or by
email. Notice of withdrawal shall be sent to the Contracting/Grants Officer identified in
Section G, of this BAA. Withdrawals are effective upon receipt of notice by the
Contracting/Grants Officer.
E. Application Review Information:
1. Criteria:
a. Proposals submitted in response to this BAA will be evaluated and a recommendation
for selection be made on the following criteria:
(i) Scientific and technical merits of the proposed research; and
(ii) Potential contribution of the research, if successful, to significantly enhance the
feasibility of quantum computing.
(iii)Experience and qualifications of the principal investigator, other key research
personnel, QuaCR candidate if relevant, management approach, and the institution
sponsoring the proposal; and
29
---
(iv) The realism and reasonableness of cost.
NOTE: Cost sharing will not be considered in the evaluation.
2. Review and Selection Process:
The proposal selection process will be conducted based upon a technical review by a
panel of government scientists according to the evaluation criteria specified in Section
E.1 (Criteria). Each proposal will be evaluated based on the merit and relevance of the
specific proposal as it relates to the research topic rather than against other proposals for
research in the same general area.
3. Recipient Qualification
a. For Grant, Cooperative Agreement:
In accordance with 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
TIAs as follows:
(i) If the total Federal share will be greater than the simplified acquisition threshold on
any Federal award under a notice of funding opportunity (see §200.88 Simplified
Acquisition Threshold):
(a) 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);
(b) 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;
(c) 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
30
---
applicants as described in §200.205 Federal awarding agency review of risk posed by
applicants.
b. For Assistance awards recipients will be required to submit the following
representation prior to award:
Representations under DoD Assistance Agreements: Appropriations Provisions
on Tax Delinquency and Felony Convictions
The applicant is ( ) is not ( ) a “Corporation” meaning any entity, including any
institution of higher education, other nonprofit organization, or for-profit entity that has
filed articles of incorporation.
If the applicant is a “Corporation” please complete the following representations:
(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 a timely
manner pursuant to an agreement with the authority responsible for collecting the tax
liability.
(2) The applicant represents that it is ( ) is not ( ) is not a corporation that was convicted
of a criminal violation under any Federal law within the preceding 24 months.
The “Representation relating to Tax Liability and Felony Convictions”, the form may
be accessed at BAA Forms
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 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
considerations before award decisions are made. Applicant’s authorized representative
must sign and date form.
c. For CONTRACT Proposals:
(i) The Federal Awardee Performance and Integrity Information System (FAPIIS) will
be checked prior to making an award. The web address is: FAPIIS Link The applicant
representing the entity may comment in this system on any information about itself that
a Federal Government Official entered. The information in FAPIIS will be used in
31
---
making a judgment about the entity’s 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.
(ii) For contracts, the following representation must be submitted prior to award if the
offeror's SAM Representations and Certifications are not dated after March 2016. If
the offeror's SAM Representations and Certifications have been updated after March
2016, this representation is not required to be submitted separately.
________________________________________________________________________
FAR 52.209-11: Representation by Corporations Regarding Delinquent Tax Liability or a
Felony Conviction under any Federal Law (Feb 2016)
(a) As required by sections 744 and 745 of Division E of the Consolidated and Further
Continuing Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if
contained in subsequent appropriations acts, the Government will not enter into a contract
with any corporation that--
(1) Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in
a timely manner pursuant to an agreement with the authority responsible for collecting
the tax liability, where the awarding agency is aware of the unpaid tax liability, unless an
agency has considered suspension or debarment of the corporation and made a
determination that suspension or debarment is not necessary to protect the interests of the
Government; or
(2) Was convicted of a felony criminal violation under any Federal law within the
preceding 24 months, where the awarding agency is aware of the conviction, unless an
agency has considered suspension or debarment of the corporation and made a
determination that this action is not necessary to protect the interests of the Government.
(b) The Offeror represents that—
(1) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been
assessed, for which all judicial and administrative remedies have been exhausted or have
lapsed, and that is not being paid in a timely manner pursuant to an agreement with the
authority responsible for collecting the tax liability; and
(2) It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under
a Federal law within the preceding 24 months.
32
---
F. Award Administration Information:
1. Award Notices:
Initial notification of selection of proposals for funding will be emailed by ARO in a 90-day
window after submission of proposals.
The notification email of selection for funding 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/Grants Officer signs the grant, cooperative agreement or contract
award document.
Applicants whose proposals are recommended for negotiation of award will be contacted by
a Contract/Grant Specialist 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 other
information as applicable to the proposed award.
2. Administrative and National Policy Requirements:
a. Required Certifications
(i) For CONTRACT Proposals:
Certifications Required for Contract Awards. Certifications and representations shall
be completed by successful offerors prior to award. Federal Acquisition Regulation
(FAR) Online Representations and Certifications are to be completed through SAM at
website https://www.SAM.gov. Defense FAR Supplement and contract specific
certification packages will be provided to the contractor for completion prior to award.
FAR 52.203-18, PROHIBITION ON CONTRACTING WITH ENTITIES THAT
REQUIRE CERTAIN CONFIDENTIALITY AGREEMENTS OR STATEMENTS—
REPRESENTATION (JAN 2017)
(ii) For GRANT and COOPERATIVE AGREEMENT Proposals:
Grant awards greater than $100,000 require a certification of compliance with a
national policy mandate concerning lobbying. Statutes and Government-wide
regulations require the certification to be submitted prior to award. The certification is
set forth at Appendix A to 32 CFR 28 regarding lobbying. When submitting your grant
through Grants.gov, by completing blocks 18 and 19 of the Standard Form 424
Research and Related (R&R) Form, the grant applicant is providing the certification on
33
---
lobbying required by 32 CFR Part 28, otherwise a signed copy by the authorized
representative must be provided. Below is the required certification:
(a). CERTIFICATION AT APPENDIX A TO 32 CFR PART 28 REGARDING
LOBBYING: Certification for Contracts, Grants, Loans, and Cooperative
Agreements The undersigned certifies, to the best of his or her knowledge and belief,
that:
(1) No Federal appropriated funds have been paid or will be paid, by or on behalf of
the undersigned, 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 this Federal contract, grant,
loan, or cooperative agreement, the undersigned shall complete and submit
Standard Form-LLL, "Disclosure Form to Report Lobbying," in accordance with its
instructions.
(3) The undersigned 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 into this transaction imposed by Section 1352,
title 31, U.S. Code. 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.
(b). PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRED
CERTAIN INTERNAL CONFIDENTIALITY AGREEMENTS –
REPRESENTATION
34
---
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: (1) the basis for this representation is a prohibition in section 743 of the
Financial Services and General Government Appropriations Act, 2015, Pub. L. 113-
235) on provision of funds through grants and cooperative agreements to entities with
certain internal confidentiality agreements or statements; and 2) section 743 states
that it does not contravene requirements applicable to Standard Form 312, Form
4414, or any other form issued by a Federal department or agency governing the
nondisclosure of classified information.
b. Policy Requirements
i. PROTECTION OF HUMAN SUBJECTS:
(1) Assistance Instruments:
(a) The recipient must protect the rights and welfare of individuals who participate as
human subjects in research under this award and comply with the requirements at 32
CFR part 219, Department of Defense Instruction (DoDI) 3216.02, 10 U.S.C. 980,
and when applicable, Food and Drug Administration (FDA) regulations.
(b) The recipient must not begin performance of research involving human subjects,
also known as human subjects research (HSR), that is covered under 32 CFR part
219, or that meets exemption criteria under 32 CFR 219.101(b), until you receive a
formal notification of approval from a DoD Human Research Protection Official
(HRPO). Approval to perform HSR under this award is received after the HRPO has
performed a review of the recipient’s documentation of planned HSR activities
and has officially furnished a concurrence with the recipient’s determination as
presented in the documentation.
(c) In order for the HRPO to accomplish this concurrence review, the recipient must
provide sufficient documentation to enable his or her assessment as follows:
35
---
(i) If the HSR meets an exemption criteria under 32 CFR 219.101(b), the
documentation must include a citation of the exemption category under 32 CFR
219.101(b) and a rationale statement.
(ii) If the recipient’s activity is determined as “non-exempt research involving human
subjects”, the documentation must include:
for Human Research Protections (OHRP) Federal Wide Assurance (FWA))
appropriate for the scope of work or program plan; and
by the IRB to make their determination.
(d) The HRPO retains final judgment on what activities constitute HSR, whether an
exempt category applies, whether the risk determination is appropriate, and whether
the planned HSR activities comply with the requirements in paragraph (a) of this
section.
(e) The recipient must notify the HRPO immediately of any suspensions or
terminations of the Assurance of Compliance.
(f) DoD staff, consultants, and advisory groups may independently review and inspect
the recipient’s research and research procedures involving human subjects and, based
on such findings, DoD may prohibit research that presents unacceptable hazards or
otherwise fails to comply with DoD requirements.
(g) Definitions for terms used in this article are found in DoDI 3216.02.
(2) Contracts: The appropriate clauses shall be added to the award.
ii. ANIMAL USE:
(1) Assistance Instruments:
(a) Prior to initiating any animal work under the award, the recipient must:
(i) Register the recipient’s research, development, test, and evaluation or training
facility with the Secretary of Agriculture in accordance with 7 U.S.C. 2136 and 9
CFR section 2.30, unless otherwise exempt from this requirement by meeting the
conditions in 7 U.S.C. 2136 and 9 CFR parts 1-4 for the duration of the activity.
36
---
(ii) Have the recipient’s proposed animal use approved in accordance with DoDI
3216.01, Use of Animals in DoD Programs by a DoD Component Headquarters
Oversight Office.
(iii) Furnish evidence of such registration and approval to the grants officer.
(b) The recipient must make the animals on which the research is being conducted,
and all premises, facilities, vehicles, equipment, and records that support animal care
and use available during business hours and at other times mutually agreeable to the
recipient, the United States Department of Agriculture Office of Animal and Plant
Health Inspection Service (USDA/APHIS) representative, personnel representing the
DoD component oversight offices, as well as the grants officer, to ascertain that the
recipient is compliant with 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and DoDI
3216.01.
(c) The recipient’s care and use of animals must conform with the pertinent laws of
the United States, regulations of the Department of Agriculture, and regulations,
policies, and procedures of the DoD (see 7 U.S.C. 2131 et seq., 9 CFR parts 1-4, and
DoDI 3216.01).
(d) The recipient must acquire animals in accordance with DoDI 3216.01.
(2) Contracts: The appropriate clauses shall be added to the award.
(iii) BIOLOGICAL DEFENSE SAFETY PROGRAM REQUIREMENTS: For All
Awards. Successful offerors whose Principal Investigators are conducting research
with Bio-safety Levels 3 and 4 material must prepare a Facility Safety Plan in
accordance with 32 Code of Federal Regulations (CFR) 626.18. See URL: CFR Link
for a copy of 32 CFR 626.18, Biological Defense Safety Program.
(iv) MILITARY RECRUITING: For Assistance Instruments Only. This is to notify
potential offerors that each grant or cooperative agreement awarded under this
announcement to an institution of higher education must include the following term
and condition:
"As a condition for receipt of funds available to the Department of Defense (DOD)
under this award, the recipient agrees that it is not an institution of higher education
(as defined in 32 CFR part 216) that has a policy of denying, and that it is not an
institution of higher education that effectively prevents, the Secretary of Defense
from obtaining for military recruiting purposes: (A) entry to campuses or access to
students on campuses or (B) access to directory information pertaining to students. If
the recipient is determined, using the procedures in 32 CFR part 216,
37
---
to be such an institution of higher education during the period of performance of this
agreement, and therefore to be in breach of this clause, the Government will cease all
payments of DOD funds under this agreement and all other DOD grants and
cooperative agreements to the recipient, and it may suspend or terminate such grants
and agreements unilaterally for material failure to comply with the terms and
conditions of award."
If your institution has been identified under the procedures established by the
Secretary of Defense to implement Section 558, then: (1) no funds available to DOD
may be provided to your institution through any grant, including any existing grant,
(2) as a matter of policy, this restriction also applies to any cooperative agreement,
and (3) your institution is not eligible to receive a grant or cooperative agreement in
response to this solicitation.
(v) MILITARY RECRUITING: For Contracts Only. This is to notify potential
offerors that each contract awarded under this announcement to an institution of
higher education shall include the following clause: Defense Federal Acquisition
Regulation Supplement (DFARS) clause 252.209-7005, Military Recruiting on
Campus.
(vi) SUBCONTRACTING: For Contracts Only. This section is applicable to
contracts where the dollar threshold is expected to exceed to $750,000.00. Pursuant to
Section 8(d) of the Small Business Act [15 U.S.C. 637(d)], it is the policy of the
Government to enable small business concerns to be considered fairly as
subcontractors under all research agreements awarded to prime contractors. The
required elements of the Subcontracting Plan are set forth by FAR 52.219-9
(DEVIATION 2013-O0014) and DFARS 252.219-7003.
Subcontracting Plan Goals. Small business subcontracting goals are established on an
individual contract basis. The applicant is requested to consider, when appropriate,
the Governments’ subcontracting goals. When applied to R&D the small business-
subcontractor plan should result in the best mix of cost schedule and performance.
(vi) EXPORT CONTROL LAWS:
(1) Assistance Instruments: N/A
(2) Contracts: Applicants should be aware of current export control laws and are
responsible for ensuring compliance with all International Traffic in Arms
Regulation (ITAR) (22 CFR 120 et. Seq.) requirements, as applicable. In some
cases, developmental items funded by the Department of Defense are now
38
---
included on the United States Munition List (USML) and are therefore subject to
ITAR jurisdiction. Applicants should address in their proposals whether ITAR
restrictions apply or do not apply, such as in the case when research products
would have both civil and military application, to the work they are proposing to
perform for the Department of Defense. The USML is available online at
https://www.ecfr.gov/cgi-bin/text-idx?node=pt22.1.121 Additional information
regarding the President's Export Control Reform Initiative can be found at
http://export.gov/ecr/index.asp
vii. DRUG-FREE WORKPLACE:
(1) Assistance Instruments: The recipient must comply with drug-free workplace
requirements in Subpart B of 2 CFR part 26, which is the DoD implementation of
41 U.S.C. chapter 81, “Drug-Free Workplace.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
viii. DEBARMENT AND SUSPENSION:
(1) Assistance Instruments: The recipient must comply with requirements regarding
debarment and suspension in Subpart C of 2 CFR part 180, as adopted by DoD at 2
CFR part 1125. This includes requirements concerning the recipient’s principals
under an award, as well as requirements concerning the recipient’s procurement
transactions and subawards that are implemented in DoD Research and
Development General Terms and Conditions PROC Articles I through III and SUB
Article II.
(2) Contracts: The appropriate clause(s) shall be added to the award.
ix. REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION:
(1) Assistance Instruments: The recipient must report information about subawards and
executive compensation as specified in the award term in Appendix A to 2 CFR part
170, “Reporting subaward and executive compensation information,” modified as
follows: (a) To accommodate any future designation of a different Government wide
Web site for reporting subaward information, the Web site “http://www.fsrs.gov” cited
in paragraphs a.2.i. and a.3 of the award provision is replaced by the phrase
“http://www.fsrs.gov or successor OMB designated Web site for reporting subaward
information”; (b) To accommodate any future designation of a different Government
wide Web site for reporting executive compensation information, the Web site
“http://www.sam.gov” cited in paragraph b.2.i. of the award provision is replaced by
39
---
the phrase “https://www.sam.gov or successor OMB-designated Web site for reporting
information on total compensation”; and 106 (c) The reference to “Sec. ___.210 of the
attachment to OMB Circular A-133, “Audits of States, Local Governments, and Non-
Profit Organizations” in paragraph e.3.ii of the award term is replaced by “2 CFR
200.330, as implemented in DoD Research and Development General Terms and
Conditions SUB Article I of this award.”
(2) Contracts: The appropriate clause(s) shall be added to the award.
3. Reporting:
Reports including number and types will be specified in the award document but will include
as a minimum quarterly technical and financial status reports. The reports shall be prepared
and submitted in accordance with the procedures contained in the award document and
mutually agreed upon before award. Reports and briefing material will also be required as
appropriate to document progress in accomplishing program metrics.
MANPOWER CONTRACTOR REPORTING: For Contracts Only. The Office of the
Assistant Secretary of the Army (Manpower & Reserve Affairs) operates and maintains a
secure Army data collection site where the contractor will report ALL contractor manpower
(including subcontractor manpower) required for performance of this contract. The
contractor is required to completely fill in all the information in the format using the
following web address: www.sam.gov . The required information includes:
(1) Contracting Office, Contracting Officer, Contracting Officer’s Technical
Representative;
(2) Contract number, including task and delivery order number;
(3) Beginning and ending dates covered by reporting period;
(4) Contractor name, address, phone number, e-mail address, identity of contractor
employee entering data;
(5) Estimated direct labor hours (including sub-contractors);
(6) Estimated direct labor dollars paid this reporting period (including sub- contractors);
(7) Total payments (including sub-contractors);
(8) Predominate Federal Service Code (FSC) reflecting services provided by contractor
(and separate predominant FSC for each sub-contractor if different);
(9) Estimated data collection cost;
(10) Organizational title associated with the Unit Identification Code (UIC) for the Army
Requiring Activity (the Army Requiring Activity is responsible for providing the
contractor with its UIC for the purposes of reporting this information);
(11) Locations where contractor and sub-contractors perform the work (specified by zip
code in the United States and nearest city, country, when in an overseas location, using
standardized nomenclature provided on website);
40
---
(12) Presence of deployment or contingency contract language; and
(13) Number of contractor and sub-contractor employees deployed in theater this
reporting period (by country).
As part of its submission, the contractor will also provide the estimated total cost (if any)
incurred to comply with this reporting requirement. Reporting period will be the period of
performance not to exceed 12 months ending 30 September of each government fiscal year
and must be reported by 31 October of each calendar year.
Contractors may use a direct XML data transfer to the database server or fill in the fields on
the website. The XML direct transfer is a format for transferring files from a contractor’s
systems to the secure web site without the need for separate data entries for each required
data element at the web site. The specific formats for the XML direct transfer may be
downloaded from the web site.
If the total Federal share exceeds $500,000 on any Federal award under a notice of funding
opportunity, the post-award reporting requirements reflected in Appendix XII to Part 200 of
Title 2 CFR will be included in the award document. This requirement also applies to
modifications of awards that: 1) increase the scope of the award, 2) are issued on or after
January 1, 2016, and 3) increase the federal share of the award’s total value to an amount that
exceeds $500,000.
G. Agency Contacts, LQC Website:
Questions of a technical nature or a programmatic nature shall be directed as specified below:
Technical Program Point of Contact (ARO):
Dr. T.R. Govindan
Army Research Office
Email Address: t.r.govindan.civ@army.mil
Technical Program Point of Contact (LPS):
Dr. Charles Tahan
Laboratory for Physical Sciences
Email Address: ctahan@lps.umd.edu
Questions of a business nature shall be directed to the contact info, as specified below:
Email address: Business Q&A
Comments or questions submitted should be concise and to the point, eliminating any
unnecessary verbiage. In addition, the relevant part and paragraph of the Broad Agency
Announcement (BAA) should be referenced.
41
---
Information about the LPS Qubit Collaboratory can be found at: LQC
H. Other Information:
Below are 2 separate outlines of the informational requirements for a sample cost proposal. H.1.
is for a procurement contract and H.2 for grants and cooperative agreements.
1. CONTRACT Proposals:
Cost Proposal – {No Page Limit} Cover sheet to
include:
(1) BAA number;
(2) Technical area;
(3) Lead Organization submitting proposal;
(4) Type of business, selected among the following
categories: “LARGE BUSINESS”, “SMALL
DISADVANTAGED BUSINESS”, “OTHER SMALL
BUSINESS”, “HBCU”, “MI”, “OTHER
EDUCATIONAL”, OR “OTHER NONPROFIT”;
(5) Contractor’s reference number (if any);
(6) Other team members (if applicable) and type of
business for each;
(7) Proposal title;
(8) Technical point of contact to include: salutation, last name, first name, street address,
city, state, zip code, telephone, fax (if available), electronic mail (if available);
(9) Administrative point of contact to include: salutation, last name, first name, street
address, city, state, zip code, telephone, fax (if available), and electronic mail (if available);
(10) Award instrument requested: cost-plus-fixed-free (CPFF), cost-contract—no fee,
cost sharing contract – no fee, or other type of procurement contract (specify).
(11) Place(s) and period(s) of performance;
(12) Total proposed cost separated by basic award and option(s) (if any);
(13) Name, address, and telephone number of the proposer’s cognizant
Defense Contract Management Agency (DCMA) administration office
(if known);
(14) Name, address, and telephone number of the proposer’s cognizant Defense Contract
Audit Agency (DCAA) audit office (if
known);
(15) Date proposal was prepared;
42
---
(16) DUNS number;
(17) TIN number; and
(18) Cage Code;
(19) Subcontractor Information; and
(20) Proposal validity period
(21) Any Forward Pricing Rate Agreement, other such approved rate information, or such other
documentation that may assist in expediting negotiations (if available).
I. Reasoning for Submitting a Strong Cost Proposal
The ultimate responsibility of the Contracting Officer is to ensure that all prices offered in a
proposal are fair and reasonable before contract award [FAR 15.4]. To establish the
reasonableness of the offered prices, the Contracting Officer may ask the offeror to provide
various supporting documentation that assists in this determination. The offeror’s ability to
be responsive to the Contracting Officer’s requests can expedite contract award. As
specified in Section 808 of Public Law 105-261, an offeror who does not comply with a
requirement to submit information for a contract or subcontract in accordance with
paragraph (a)(1) of FAR 15.403-3 may be ineligible for award.
II. DCAA-Accepted Accounting System
A) Before a contract can be awarded, the Contracting Officer must confirm that the offeror has
a Defense Contract Audit Agency (DCAA)-accepted accounting system in place for
accumulating and billing costs under Government contracts [FAR 53.209-1(f)]. If the
offeror has DCAA correspondence, which documents the acceptance of their accounting
system, this should be provided to the Contracting Officer (i.e. attached or referenced in the
proposal). Otherwise, the Contracting Officer will submit an inquiry directly to the
appropriate DCAA office and request a review of the offeror’s accounting system.
B) If an offeror does not have a DCAA-accepted accounting system in place, the DCAA
review process can take several months depending upon the availability of the DCAA
auditors and the offeror’s internal processes. This will cause a delay in contract award.
C) For more information about cost proposals and accounting standards, view the link titled
“Information for Contractors” on the main menu on their website.
III. Field Pricing Assistance
During the pre-award cost audit process, the Contracting Officer will solicit support from
DCAA to determine commerciality and price reasonableness of the proposal [FAR 15.404-2].
Any proprietary information or reports obtained from DCAA field audits will be
appropriately identified and protected within the Government.
43
---
IV. Sample Cost Proposal – “Piece by Piece”
A) To help guide offerors through the pre-award cost audit process, a sample cost proposal
is detailed below. This sample also allows the offeror to see exactly what the
Government is looking for; therefore, all cost and pricing back-up data can be provided
to the Government in the first cost proposal submission. Review each cost element
within the proposal, and take note of the types of documentation that the Contracting
Officer will require from the offeror.
B) Direct Labor: The first cost element included in the cost proposal is Direct Labor.
The Department of Defense (DoD) requires each proposed employee to be listed by
name and labor category.
Below is the Direct Labor as proposed by our sample offeror:
DIRECT LABOR YEAR 1 YEAR 2
Employee Labor Direct Hours Total Direct Hours Total Direct
Name Category Hourly Direct Hourly Labor
Rate Labor Rate
Andy Program $55.00 720.00 $39,600.00 $56.65 720.00 $40,788.00
Smith Manager
Bryan Senior $40.00 672.00 $26,880.00 $41.20 672.00 $27,686.40
Andrew Engineer
Cindy Principal $50.00 512.00 $25,600.00 $51.50 512.00 $26,368.00
Thomas Engineer
David Entry Level $10.00 400.00 $4,000.00 $10.30 400.00 $4,120.00
Porter Engineer
Edward Project $25.00 48.00 $1,200.00 $25.75 48.00 $1,236.00
Bean Administrator
Subtotal $97,280.00 $100,198.40
Direct
Labor
(DL)
1) For this cost element, the Contracting Officer requires the offeror to provide adequate
documentation in order to determine that each labor rate for each employee/labor
category is fair and reasonable. The documentation will need to explain how these
labor rates were derived. For example, if the rates are DCAA- approved labor rates,
provide the Contracting Officer with copies of the DCAA documents stating the
approval. This is the most acceptable means of documentation to determine the rates
44
---
fair and reasonable. Other types of supporting documentation may include General
Service Administration (GSA) contract price lists, actual payroll journals, or
Salary.com research. If an employee listed in a cost proposal is not a current
employee (maybe a new employee, or one contingent upon the award of this
contract), a copy of the offer letter stating the hourly rate - signed and accepted by
the employee - may be provided as adequate documentation. Sometimes the hourly
rates listed in a proposal are derived through subjective processes, i.e., blending of
multiple employees in one labor category, or averaged over the course of the year to
include scheduled payroll increases, etc. These situations should be clearly
documented for the Contracting Officer.
2) Another cost element in Direct Labor is labor escalation, or the increase in labor rates
from Year 1 to Year 2. In the example above, the proposed labor escalation is 3%
(ex., Andy Smith increased from $55.00/hr in Year 1, by 3% to $56.65/hr in Year 2).
Often times, an offeror may not propose escalation on labor rates during a 24-month
period. Whatever the proposed escalation rate is, please be prepared to explain why it
is fair and reasonable [ex., A sufficient explanation for our sample escalation rate
would be the Government’s General Schedule Increase and Locality Pay for the same
time period (name FY) in the same location (name location) was published as 3.5%,
therefore a 3% increase is fair and reasonable].
C) Other Direct Costs (ODCs): This section of the cost proposal includes all other directly
related costs required in support of the effort i.e., materials, subcontractors, consultants, travel,
etc. Any cost element that includes various items will need to be detailed in a cost breakdown
to the Contracting Officer.
1) Direct Material Costs: This subsection of the cost proposal will include any special
tooling, test equipment, and material costs necessary to perform the project. Items
included in this section will be carefully reviewed relative to need and
appropriateness for the work proposed, and must, in the opinion of the Contracting
Officer, be advantageous to the Government and directly related to the specific
topic.
a) The Contracting Officer will require adequate documentation from the offeror to
determine the cost reasonableness for each material cost proposed. The
following methods are ways in which the Contracting Officer can determine this
[FAR 15.403-1].
i) Adequate Price Competition. A price is based on adequate price
competition when the offeror solicits and receives quotes from two or more
responsible vendors for the same or similar items or services. Based on
these quotes, the offeror selects the vendor who represents the best value to
45
---
the Government. The offeror will be required to provide copies of all
vendor quotes received to the Contracting Officer.
Note: Price competition is not required for items at or below the
micropurchase threshold ($5,000) [FAR 15.403-1]. If an item’s unit
cost is less than or equal to $5,000 price competition is not
necessary. However, if an item’s total cost over the period of
performance (unit cost * quantity is higher than $5,000, two or more
quotes must be obtained by the offeror.
ii) Commercial Prices. Commercial prices are those published on current price
lists, catalogs, or market prices. This includes vendors who have prices
published on a GSA-schedule contract. The offeror will be required to
provide copies of such price lists to the Contracting Officer.
iii) Prices set by law or regulation. If a price is mandated by the Government
(i.e. pronouncements in the form of periodic rulings, reviews, or similar
actions of a governmental body, or embodied in the laws) that is sufficient
to set a price.
b) Below is the list of Direct Material costs included in our sample
proposal:
i)
DIRECT MATERIAL COSTS: YEAR 1 YEAR 2
Raw Materials $35,000.00 $12,000.00
Computer for experiments $4,215.00 $0.00
Cable (item #12-3657, 300 ft) $1,275.00 $0.00
Software $1,825.00 $1,825.00
Subtotal Direct Materials Costs $42,315.00 $13,825.00
(DM):
ii) “Raw Materials”: This is a generic label used to group many material items
into one cost item within the proposal. The Contracts Officer will require a
detailed breakout of all the items that make up this cost. For each separate item
over $3,000 (total for Year 1 + Year 2), the offeror must be able to provide
either competitive quotes received, or show that published pricing was used.
iii) “Computer for experiments”: Again, this item is most likely a grouping of
several components that make up one system. The Contracts Officer will
46
---
require a detailed breakout of all the items that make up this cost. For each
separate item over $3,000 (total for Year 1 + Year 2), the offeror must be
able to provide either competitive quotes received, or show that published
pricing was used.
iv) “Cable”: Since this item is under the micro purchase threshold of $5,000,
competitive quotes or published pricing are not required. Simply
provide documentation to show the Contracting Officer where this
price came from.
v) “Software”: This cost item could include either one software product, or
multiple products. If this includes a price for multiple items, please
provide the detailed cost breakdown. Note: The price for Year 1 ($1,825)
is below the micro purchase threshold; however, in total (Year 1 + Year 2)
the price is over $5,000, so competitive quotes or published pricing
documentation must be provided.
c) Due to the specialized types of products and services necessary to perform these
projects, it may not always be possible to obtain competitive quotes from more
than one reliable source. Each cost element over the simplified acquisition
threshold ($5,000) must be substantiated. There is always an explanation for
HOW the cost of an item was derived; show us how you came up with that
price!
d) When it is not possible for an offeror to obtain a vendor price through
competitive quotes or published price lists, a Contracting Officer may
accept other methods to determine cost reasonableness. Below are some
examples of other documentation, which the Contracting Officer may
accept to substantiate costs:
i) Evidence that a vendor/supplier charged another offeror a similar price
for similar services. Has the vendor charged someone else for the same
product? (Two (2) to three (3) invoices from that vendor to different
customers may be used as evidence.)
ii) Previous contract prices. Has the offeror charged the Government a similar
price under another Government contract for similar services? If the
Government has already paid a certain price for services, then that price
may already be considered fair and reasonable. (Provide the contract
number, and billing rates for reference.)
47
---
iii) DCAA approved. Has DCAA already accepted or verified specific
cost items included in your proposal? (Provide a copy of DCAA
correspondence that addressed these costs.)
2) Below is the remaining ODC portion of our proposal including equipment,
subcontractors, consultants, and travel. Assume in this scenario that competitive
quotes or catalog prices were not available for these items:
OTHER DIRECT COSTS: YEAR 1 YEAR 2
Equipment Rental for Analysis $5,500.00 $5,600.00
Subcontractor – Lockheed $25,000.00 $0.00
Consultant: John Bowers $0.00 $12,000.00
Travel $1,250.00 $1,250.00
Subtotal Other Direct Costs $31,750.00 $18,850.00
(ODC):
a) “Equipment Rental for Analysis”: The offeror explains that the Year 1 cost of
$5,500 is based upon 250 hours of equipment rental at an hourly rate of $22.00/hr.
One (1) invoice from the vendor charging another vendor the same price for the
same service is provided to the Contracting Officer as evidence. Since this cost is
over the simplified acquisition threshold, further documentation to determine cost
reasonableness is required. The offeror is able to furnish another invoice charging a
second vendor the same price for the same service.
b) “Subcontractor – Widget, Inc.”: The offeror provides a copy of the
subcontractor quote to the Contracting Officer in support of the $25,000 cost.
This subcontractor quote must include sufficient detailed information
(equivalent to the data included in the prime’s proposal to the Government), so
that the Contracting Officer can make a determination of cost reasonableness.
i) As stated in Section 3.5(c)(6) of the DoD Cost Proposal guidance, “All
subcontractor costs and consultant costs must be detailed at the same level as
prime contractor costs in regards to labor, travel, equipment, etc. Provide
detailed substantiation of subcontractor costs in your cost proposal.”
ii) In accordance with FAR 15.404-3, “the Contracting Officer is responsible
for the determination of price reasonableness for the prime contract,
including subcontracting costs”. This means that the subcontractor’s
quote/proposal may be subject to the same scrutiny by the Contracting
Officer as the cost proposal submitted by the prime. The Contracting Officer
will need to determine whether the subcontractor has an accepted purchasing
48
---
system in place and/or conduct appropriate cost or price analyses to establish
the reasonableness of proposed subcontract prices. Due to the proprietary
nature of cost data, the Subcontractor may choose to submit their pricing
information directly to the Contracting Officer and not through the prime.
This is understood and encouraged.
iii) When a subcontractor is selected to provide support under the prime
contract due to their specialized experience, the Contracting Officer may
request sole source justification from the offeror.
c) “Consultant – John Bowers”: Again, the offeror shall provide a copy of the
consultant’s quote to the Contracting Officer as evidence. In this example, the
consultant will be charging an hourly rate of $125 an hour for 96 hours of
support. The offeror indicates to the Contracting Officer that this particular
consultant was used on a previous contract with the Government (provide
contract number), and will be charging the same rate. A copy of the
consultant’s invoice to the offeror under the prior contract is available as
supporting evidence. Since the Government has paid this price for the same
services in the past, determination has already been made that the price is fair.
d) “Travel”: The Contracting Officer will require a detailed cost breakdown for
travel expenses to determine whether the total cost is reasonable based on
Government per diem and mileage rates. This breakdown shall include the
number of trips, the destinations, and the number of travelers. It will also need to
include the estimated airfare per round trip, estimated car rental, lodging rate per
trip, tax on lodging, and per diem rate per trip. The lodging and per diem rates
must coincide with the Joint Travel Regulations. Please see the following website
to determine the appropriate lodging and per diem rates:
http://www.defensetravel.dod.mil/site/perdiemCalc.cfm
Additionally, the offeror must provide why the airfare is fair and reasonable as
well. Sufficient back up for both airfare and car rental would include print outs of
online research at the various travel search engines (Expedia, Travelocity, etc.)
documenting the prices for airfare and car rentals thus proving why your chosen
rate is fair and reasonable.
i) Below is a sample of the travel portion:
TRAVEL Trips Travelers Nights Days Unit Cost Total Travel
Airfare per 1 1 $996.00 $996.00
roundtrip
Lodging per day 1 1 1 $75.00 $75.00
Tax on
49
---
Lodging
(12%) per day 1 1 1 $9.00 $9.00
Per Diem per day 1 1 2 $44.00 $88.00
Automobile 2
Rental per day 1 1 $41.00 $82.00
Subtotal $1,250.00
Travel
D) Indirect Rates: Indirect rates include elements such as Fringe Benefits, General &
Administrative (G&A), Overhead, and Material Handling costs. The offeror shall
indicate in the cost proposal both the indirect rates (as a percentage) as well as how those
rates are allocated to the costs in the proposal.
INDIRECTS YEAR 1 YEAR 2
Subtotal Direct Labor (DL): $97,280.00 $100,198.40
Fringe Benefits, if not included in Overhead,
rate (15.0000 %) X DL = $14,592.00 $15,029.76
Labor Overhead (rate 45.0000 %) X (DL +
Fringe) = $50,342.40 $51,852.67
Total Direct Labor (TDL): $162,214.40 $167,080.83
1) In this example, the offeror includes a Fringe Benefit rate of 15.00% that it
allocated to the Direct Labor costs. They also propose a Labor Overhead rate of
45.00% that is allocated to the Direct Labor costs plus the Fringe Benefits.
2) All indirect rates and the allocation methods of those rates must be verified by the
Contracting Officer. In most cases, DCAA documentation supporting the indirect
rates and allocation methods can be obtained through a DCAA field audit or proposal
review. Many offerors have already completed such reviews and have this
documentation readily available. If an offeror is unable to participate in a DCAA
review to substantiate indirect rates, the Contracting Officer may request other
accounting data from the offeror to make a determination.
E.) Cost of Money (COM): If Cost of Money (an imputed cost that is not a form of interest on
borrowings (see FAR 31.205-20); an “incurred cost” for cost-reimbursement purposes under
50
---
[Document continues — 5 more pages]
Focus Areas & Funding Uses
Fields of Work
Categories
Browse similar grants by category
Related Grants
Similar grants from this funder and related organizations
Findable Accessible Interoperable Reusable Open Science
U.S. National Science Foundation
Amount
$6,000,000 total
Deadline
Closed
Fiscal Year 2026 Scientific Infrastructure Support for Consolidated Innovative Nuclear Research
Idaho Field Office
Amount
$0 - $1,500,000
Deadline
April 9, 2026
Pilot Program to Increase Research Capacity at Historically Black Colleges and Universities and Other Minority-Serving Institutions
Dept of the Army -- Materiel Command
Amount
$1,500,000 - $10,000,000
Deadline
April 10, 2026
ROSES 2025: B.4 Space Weather Science Application Research-to-Operations-to-Research
NASA Headquarters
Amount
Varies
Deadline
April 10, 2026
Advanced Rehabilitation Research Training (ARRT) Program - Community Living and Participation
Administration for Community Living
Amount
$245,000 - $250,000
Deadline
April 13, 2026
FY 2026 Implementation of the U.S. Integrated Ocean Observing System (IOOS)
DOC NOAA - ERA Production
Amount
$2,000,000 - $5,000,000
Deadline
April 13, 2026
Ready to apply for LPS Qubit Collaboratory (LQC)?
Grantable helps you assess fit, draft narratives, and track deadlines — so you can submit stronger applications, faster.