Pioneering Aerospace Capabilities, Engineering and Research (PACER)
Air Force -- Research Lab
Funding Amount
Varies
Deadline
May 10, 2043
6241 days left
Grant Type
federal
Overview
Pioneering Aerospace Capabilities, Engineering and Research (PACER)
Pioneering Aerospace Capabilities, Engineering and Research (PACER)
Details
- Agency: Air Force -- Research Lab
- Department: Department of Defense
- Opportunity #: FA2391-23-S-2403
- Instrument: other;procurement_contract;grant;cooperative_agreement
Eligibility
Eligible Applicant Types
How to Apply
Atch 1 - Supplemental Instructions for Assistance Instrument Proposals
FA2391-23-S-2403
Attachment 1
Supplemental Instructions for Assistance Instrument Proposals
I. SF 424 (R&R) Forms:
1. Cover Page: All proposals for assistance, whether submitted electronically or
in hard copy must include an SF 424 (R&R) (Application for Federal
Assistance) as the cover page.
2. STEM: To evaluate compliance with Title IX of the Education Amendments of
1972 {20 U.S.C. A§ 1681 Et. Seq.), the Department of Defense is collecting
certain demographic and career information to be able to assess the success
rates of women who are proposed for key roles in applications in STEM
disciplines, consequently a SF 424 Research & Related Senior/Key Person
Profile (Expanded) and a SF 424 Research & Related Personal Data must also
be submitted. The SF 424 (R&R) forms should be downloaded from the
“Application” box in the upper right hand corner of the synopsis page. Click
on “download” under the column “Instructions and Application.” Select
“Download Application Package” and complete the SF 424 (R&R) forms. For
the SF 424 Research and Related Senior/Key Person Profile (Expanded) form
the Degree Type and Degree Year fields will be used by DoD as the source
for career information. In addition to the required fields on the form,
applicants must complete these two fields for all individuals that are
identified as having the project role of PD/Pl or Co-PD/Pl. Additional
senior/key persons can be added by selecting the "Next Person" button.
The Research and Related Personal Data form will be used by DoD as the
source of demographic information, such as gender, race, ethnicity, and
disability information for the Project Director/Principal Investigator and all
other persons identified as Co-Project Director{s)/Co-Principal
lnvestigator(s). Each application must include this form with the name fields
of the Project Director/Principal Investigator and any Co-Project
Director(s)/Co-Principal lnvestigator(s) completed; however, provision of the
demographic information in the form is voluntary. If completing the form for
multiple individuals, each Co-Project Director/Co-Principal Investigator can
be added by selecting the "Next Person" button. The demographic
information, if provided, will be used for statistical purposes only and will not
be made available to merit reviewers. Applicants who do not wish to provide
some or all of the information should check or select the "Do not wish to
provide" option.
3. For Institutions of Higher Education Applicants: The National Defense
Authorization Act (NDAA) for FY 2019, Section 1286, pages 443-445, directs
the Secretary of Defense to support protection of intellectual property,
controlled information, key personnel, and information about critical
technologies relevant to national security; and to limit undue influence,
including through foreign talent programs, by countries to exploit United
---
FA2391-23-S-2403
Attachment 1
States technology within the Department of Defense research, science and
technology, and innovation enterprise when an institution of higher
education is the applicant for defense research and engineering activities
under a grant, cooperative agreement, or in the case of a technology
investment agreement as a member of a consortium.
Applicants shall submit the information below for all key personnel (defined
as all individuals who contribute in a substantive, measurable, and
meaningful way to the scientific development or execution of the project) on
the SF 424 Senior/Key Person Profile (Expanded) form:
• A list of all current projects the individual is working on, in addition to
any future support the individual has applied to receive, regardless of
the source.
• Title and objectives of the other research projects.
• The percentage per year to be devoted to the other projects.
• The total amount of support the individual is receiving in connection to
each of the other research projects or will receive if other proposals
are awarded.
• Name and address of the agencies and/or other parties supporting the
other research projects.
• Period of performance for the other research projects.
This information will be used to support protection of intellectual property,
controlled information, key personnel, and information about critical
technologies relevant to national security and will be used to limit undue
influence, including foreign talent programs, by countries that desire to
exploit United States' technology within the DoD research, science and
technology, and innovation enterprise.
Failure to submit this information may cause the proposal to be returned
without further review, and DoD reserves the right to request further details
from an applicant before making a final determination on funding the effort.
This information does not count towards the overall proposal page limits in
the BAA Section IV 2.c.i.
II. System Award Management: To apply for grants and other funding
opportunities the applicant entity must be registered in the System for Award
Management (SAM). Proposals will not be accepted unless the entity is
registered in SAM.
III. Certifications:
1. SAM: SAM is now the central repository for common Government-wide
financial assistance certifications and representations. Registration in SAM
now includes the acceptance of Certifications and Assurances. SAM may be
accessed at: https://SAM.gov/. The Financial Assistance Certifications
---
FA2391-23-S-2403
Attachment 1
Report is an attestation that the entity will abide by the requirements of the
various laws and regulations; therefore, as applicable, you are still required
to submit any documentation, including the SF LLL Disclosure of Lobbying
Activities (if applicable), and informing DoD of unpaid delinquent tax liability
or a felony conviction under any Federal law.
2. This program contains unique certifications and representations not identified
in the SAM repository and are included as an attachment to this funding
opportunity. By checking “I Agree” on the SF 424 Block 21 or the SF 424
(R&R) block 17 you agree to abide by the following statement: By signing
this application, I certify (1) to the statements contained in the list of
certifications and (2) that the statements herein are true, complete and
accurate to the best of my knowledge. I also provide the required assurances
and agree to comply with any resulting terms if I accept an award. I am
aware that any false, fictitious, or fraudulent statements or claims may
subject me to criminal, civil, or administrative penalties. (U.S. Code, Title
218, Section 1001)”
IV. Grants.gov: White Papers cannot be submitted through Grants.gov. White
papers must be submitted in accordance with BAA Section IV Paragraph 2.
Only white papers are being solicited at this time. White papers will be reviewed
and those selected for further consideration will result in a Request for Proposal (RFP).
If submitting a proposal through Grants.gov, offerors are also required to notify the
Contracting POC identified in the RFP a proposal has been submitted electronically
through Grants.gov. The application submission and receipt instructions follow below.
Read the following instructions carefully and completely:
1. Electronic Delivery
DoD is participating in the Grants.gov initiative to provide the grant
community with a single site to find and apply for grant funding opportunities.
Applicants may submit their applications online through Grants.gov in
accordance with the BAA.
2. How to Register to Apply through Grants.gov
a. Instructions: Read the instructions below about registering to apply for
funds under this BAA. Applicants should read the registration instructions
carefully and prepare the information requested before beginning the
registration process. Reviewing and assembling the required information
before beginning the registration process will alleviate last-minute searches
for required information.
Organizations must have an active System for Award Management (SAM)
registration, and Grants.gov account to apply for grants and other funding
opportunities.
Creating a Grants.gov account can be completed online in minutes, but
SAM registrations may take additional time. Therefore, an organization's
registration should be done in sufficient time to ensure it does not impact
the entity's ability to meet required application submission deadlines.
---
FA2391-23-S-2403
Attachment 1
If individual applicants are eligible to apply for this grant funding
opportunity, refer to:
https://www.grants.gov/web/grants/applicants/registration.html
Organization applicants can find complete instructions here:
https://www.grants.gov/web/grants/applicants/organization-
registration.html
(1) Register with SAM All organizations applying online through Grants.gov
must register with the System for Award Management (SAM) and will
receive a unique entity identifier (UEI) number. Failure to register with
SAM will prevent your organization from applying through Grants.gov.
SAM registration must be renewed annually. For more detailed
instructions for registering with SAM, refer to:
https://www.grants.gov/web/grants/applicants/organization-
registration/step-2-register-with-sam.html
(2) Create a Grants.gov Account: The next step in the registration process
is to create an account with Grants.gov. Follow the on-screen
instructions or refer to the detailed instructions here:
https://www.grants.gov/web/grants/applicants/registration.html
(3) Add a Profile to a Grants.gov Account: A profile in Grants.gov
corresponds to a single applicant organization the user represents (i.e.,
an applicant) or an individual applicant. If you work for or consult with
multiple organizations and have a profile for each, you may log in to one
Grants.gov account to access all of your grant applications. To add an
organizational profile to your Grants.gov account, enter the UEI Number
for the organization in the UEI field while adding a profile. For more
detailed instructions about creating a profile on Grants.gov, refer to:
https://www.grants.gov/web/grants/applicants/registration/add-
profile.html
(4) EBiz POC Authorized Profile Roles: After you register with
Grants.gov and create an Organization Applicant Profile, the
organization applicant's request for Grants.gov roles and access is sent
to the EBiz POC. The EBiz POC will then log in to Grants.gov and
authorize the appropriate roles, which may include the AOR role,
thereby giving you permission to complete and submit applications on
behalf of the organization. You will be able to submit your application
online any time after you have been assigned the AOR role. For more
detailed instructions about creating a profile on Grants.gov, refer to:
https://www.grants.gov/web/grants/applicants/registration/authorize-
roles.html
(5) Track Role Status: To track your role request, refer to:
https://www.grants.gov/web/grants/applicants/registration/track-role-
status.html
b. Electronic Signature: When applications are submitted through Grants.gov,
the name of the organization's AOR that submitted the application is
inserted into the signature line of the application, serving as the electronic
---
FA2391-23-S-2403
Attachment 1
signature. The EBiz POC must authorize individuals who are able to make
legally binding commitments on behalf of the organization as an AOR; this
step is often missed and it is crucial for valid and timely
submissions.
3. How to Submit an Application via Grants.gov
Grants.gov applicants can apply online using Workspace. Workspace is a
shared, online environment where members of a grant team may
simultaneously access and edit different webforms within an application. For
each BAA, you can create individual instances of a workspace.
Below is an overview of applying on Grants.gov. For access to complete
instructions on how to apply for opportunities, refer to:
https://www.grants.gov/web/grants/applicants/workspace-overview.html
a. Create a Workspace: Creating a workspace allows you to complete it online
and route it through your organization for review before submitting.
b. Complete a Workspace: Add participants to the workspace to work on the
application together, complete all the required forms online or by
downloading PDF versions, and check for errors before submission. The
Workspace progress bar will display the state of your application process as
you apply. As you apply using Workspace, you may click the blue question
mark icon near the upper-right corner of each page to access context-
sensitive help.
(1) Adobe Reader: If you decide not to apply by filling out webforms you
can download individual PDF forms in Workspace. The individual PDF
forms can be downloaded and saved to your local device storage,
network drive(s), or external drives, then accessed through Adobe
Reader.
NOTE: Visit the Adobe Software Compatibility page on Grants.gov to
download the appropriate version of the software at:
https://www.grants.gov/web/grants/applicants/adobe-software-
compatibility.html
(2) Mandatory Fields in Forms: In the forms, you will note fields marked
with an asterisk and a different background color. These fields are
mandatory fields that must be completed to successfully submit your
application.
(3) Complete SF-424 Fields First: The forms are designed to fill in common
required fields across other forms, such as the applicant name, address,
and UEI Number. Once it is completed, the information will transfer to
the other forms.
c. Submit an Application via Workspace: An application may be submitted
through workspace by clicking the Sign and Submit button on the Manage
Workspace page, under the Forms tab. Grants.gov recommends submitting
your application package at least 24-48 hours prior to the close date to
---
FA2391-23-S-2403
Attachment 1
provide you with time to correct any potential technical issues that may
disrupt the application submission.
d. Track an Application via Workspace: After successfully submitting a
workspace package, a Grants.gov Tracking Number (GRANTXXXXXXXX) is
automatically assigned to the package. The number will be listed on the
Confirmation page that is generated after submission. Using the tracking
number, access the Track My Application page under the Applicants tab or
the Details tab in the submitted workspace.
For additional training resources, including video tutorials, refer to:
https://www.grants.gov/web/grants/applicants/applicant-training.html
Applicant Support: Grants.gov provides applicants 24/7 support via the toll-
free number 1-800-518-4726 and email at support@grants.gov. For questions
related to the specific grant opportunity, contact the number listed in the
application package of the grant you are applying for.
If you are experiencing difficulties with your submission, it is best to call the
Grants.gov Support Center and get a ticket number. The Support Center ticket
number will assist the DoD with tracking your issue and understanding
background information on the issue.
4. Timely Receipt Requirements and Proof of Timely Submission
a. Online Submission. All applications must be received by the due date
established for each program. Proof of timely submission is automatically
recorded by Grants.gov. An electronic date/time stamp is generated within
the system when the application is successfully received by Grants.gov.
The applicant AOR will receive an acknowledgement of receipt and a
tracking number (GRANTXXXXXXXX) from Grants.gov with the successful
transmission of their application. Applicant AORs will also receive the
official date/time stamp and Grants.gov Tracking number in an email
serving as proof of their timely submission.
When the application is successfully retrieved from Grants.gov, and the
download of submissions is acknowledged, Grants.gov will provide an
electronic acknowledgment of receipt of the application to the email
address of the applicant with the AOR role. Again, proof of timely
submission shall be the official date and time that Grants.gov receives your
application. Applications received by Grants.gov after the established due
date for the program will be considered late and will not be considered for
funding.
Applicants using slow internet, such as dial-up connections, should be
aware that transmission can take some time before Grants.gov receives
your application. Again, Grants.gov will provide either an error or a
successfully received transmission in the form of an email sent to the
applicant with the AOR role. The Grants.gov Support Center reports that
some applicants end the transmission because they think that nothing is
occurring during the transmission process. Please be patient and give the
system time to process the application.
---
FA2391-23-S-2403
Attachment 1
V. Assistance Opportunity: Go to https://www.grants.gov/web/grants/search-
grants.html to find the opportunity. Instructions are provided at
http://www.grants.gov/web/grants/applicants/apply-for-grants.html
---
Atch 10 - Security Program Questionnaire
BAA No. FA2391-23-S-2403
Attachment 10
SECURITY PROGRAM QUESTIONNAIRE
Objective: This questionnaire is used to review the security program and practices of the institutions
receiving research funding.
Intended Audience/User: Completed by collaborators; reviewed by S&T Protection Lead.
Date Submitted: ________________________________________________________________
Applicant Name: _______________________________________________________________
CAGE Code/SCL and level (if applicable): ____________________________________________
Completed by Name: ____________________________________________________________
Position/Title: __________________________________________________________________
1.What are your physical security plans?
2.What information security processes are in place?
3.Where will information for this effort be stored? (examples: computers, cloud, file cabinets, etc.)
4.What procedures are in place for transmission/transportation of information for this effort?
5.What procedures are in place for disposal and destruction of information for this effort?
6.What procedures are in place for reproduction of information for this effort?
7.What safeguards are in place for personnel who can access information for this effort?
8.What is the plan for safeguarding GFE/GFI?
9.What procedures are in place for cybersecurity or network protection?
10.What operations security processes are in place to prevent adversaries’ access to information for this
effort or actions that would compromise your projects?
11.What processes are in place to deter, detect, and mitigate actions of insider threat?
12.What procedures are in place to handle if information for this effort is compromised?
13.Are you willing to provide AFRL S&T Protection training to all personnel with access annually?
Additional comments:
---
Atch 2 - Model Contract
SOLICITATION, OFFER AND AWARD 1. THIS CONTRACT IS A RATED ORDER RATING PAGE OF PAGES
UNDER DPAS (15 CFR 350) DO-A1 1 43
2. CONTRACT NO. 3. SOLICITATION NO. 4. TYPE OF SOLICITATION 5. DATE ISSUED 6. REQUISITION/PURCHASE NO.
SEALED BID (IFB)
FA2391-23-R-2403
NEGOTIATED (RFP)
7. ISSUED BY AFRL/RQKPA CODE FA2391 8. ADDRESS OFFER TO (If other than Item 7)
USAF/AFMC
AFRL WRIGHT RESEARCH SITE
2130 EIGHTH STREET, BUILDING 45
WRIGHT-PATTERSON AFB OH
45433-7541
SOLICITATION
9.
10. FOR A. NAME B. TELEPHONE (Include area code) C. E-MAIL ADDRESS
INFORMATION (NO COLLECT CALLS)
CALL: See Block 7 See Block 7 See Block 7
11. TABLE OF CONTENTS
( ) SEC. DESCRIPTION PAGE(S) ( ) SEC DESCRIPTION PAGE(S)
PART I - THE SCHEDULE PART II - CONTRACT CLAUSES
A SOLICITATION/CONTRACT FORM 1 I CONTRACT CLAUSES 24
B SUPPLIES OR SERVICES AND PRICES/COSTS 2 PART III - LIST OF DOCUMENTS, EXHIBITS, AND OTHER ATTACH.
C DESCRIPTION/SPECS./WORK STATEMENT 11 J LIST OF ATTACHMENTS 43
D PACKAGING AND MARKING 12 PART IV - REPRESENTATIONS AND INSTRUCTIONS
E INSPECTION AND ACCEPTANCE 13 K REPRESENTATIONS, CERTIFICATIONS, K - 1
F DELIVERIES OR PERFORMANCE 14 AND OTHER STATEMENTS OF OFFERORS
G CONTRACT ADMINISTRATION DATA 20 L INSTRS, CONDS, AND NOTICES TO OFFERORS L - 1
H SPECIAL CONTRACT REQUIREMENTS 23 M EVALUATION FACTORS FOR AWARD M - 1
OFFER (Must be fully completed by offeror)
NOTE: Item 12 does not apply if the solicitation includes the provisions at 52.214-16, Minimum Bid Acceptance Period.
12. In compliance with the above, the undersigned agrees, if this offer is accepted within ________ calendar days (60 calendar days unless a
different period is inserted by the offeror) from the date of receipt of offers specified above, to furnish any or all items upon which prices are offered at the price set
opposite each item, delivered at the designated point(s), within the time specified in the schedule.
13. DISCOUNT FOR PROMPT PAYMENT 10 CALENDAR DAYS 20 CALENDAR DAYS 30 CALENDAR DAYS CALENDAR DAYS
(See Section I, Clause No. 52.232-8) % % % %
14. ACKNOWLEDGEMENTS OF AMENDMENTS AMENDMENT NO. DATE AMENDMENT NO. DATE
(The offeror acknowledges receipt of amend-
ments to the SOLICITATION for offerors and
related documents numbered and dated:
15A. NAME CODE FACILITY 16. NAME AND TITLE OF PERSON AUTHORIZED TO SIGN
AND OFFER (Type or print)
ADDRESS
OF
OFFEROR
15B. TELEPHONE NO. (Include area 15C. CHECK IF REMITTANCE ADDRESS 17. SIGNATURE 18. OFFER DATE
code) IS DIFFERENT FROM ABOVE - ENTER
SUCH ADDRESS IN SCHEDULE.
AWARD (To be completed by Government)
19. ACCEPTED AS TO ITEMS NUMBERED 20. AMOUNT 21. ACCOUNTING AND APPROPRIATION
22. AUTHORITY FOR USING OTHER THAN FULL AND OPEN COMPETI-
TION: 23. SUBMIT INVOICES TO ADDRESS SHOWN IN ITEM
(4 copies unless otherwise specified)
10 U.S.C. 2304(c) ( ) 41 U.S.C. 253(c) ( )
24. ADMINISTERED BY (If other than Item 7) CODE 25. PAYMENT WILL BE MADE BY CODE
26. NAME OF CONTRACTING OFFICER (Type or print) 27. UNITED STATES OF AMERICA 28. AWARD DATE
(Signature of Contracting Officer)
IMPORTANT - Award will be made on this Form, or on Standard Form 26, or by other authorized official written notice.
AUTHORIZED FOR LOCAL REPRODUCTION STANDARD FORM 33 (REV. 9-97)
PREVIOUS EDITION IS UNUSABLE Prescribed by GSA
ConWrite Version 7.6.2400 FAR (48 CFR) 53.21(c)
Created 03 May 2023 2:21 PM
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0001 1 __________
Lot __________
Noun: RESEARCH AND DATA
ACRN: U
PSC: AC13
DD1423 is Exhibit: A
Contract type: U - COST PLUS FIXED FEE
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The contractor shall conduct research in accordance with Section J, Attachment X,
Contract.
The estimated cost and fixed fee amounts are shown below:
Cost: $TBD per Individual Contract
Fixed Fee: $TBD per Individual Contract
Total CPFF: $TBD per Individual Contract
The contractor shall deliver data in accordance with Exhibit X, Contract Data
Requirements List (CDRL), DD Form 1423-1, dated TBD per Individual Contract. CDRL
delivery addresses will be provided with each contract.
Pursuant to FAR 52.232-22, Limitation of Funds, the total amount available for payment
and allotted to this contract for CLIN(s) TBD per Individual Contract is $TBD per
Individual Contract. It is estimated that this amount is sufficient to cover performance
through TBD per Individual Contract.
Inspection/Acceptance/F.O.B.: Destination
(ID/IQs Only) ID/IQ Ceiling: $TBD per Individual Contract
SECTION B FA2391-23-R-2403
PAGE 2 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0002 1 __________
Lot __________
Noun: HARDWARE
ACRN: U
PSC: AC13
Contract type: U - COST PLUS FIXED FEE
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver hardware in accordance with Section J, Attachment X,
ed TBD per Individual
Contract. The contractor shall deliver any and all hardware developed and/or acquired via
the course of this effort. Hardware deliverables include, but are not limited to the
following:
To Be Determined per Individual Contract
IAW DFARS 252.211-
shall identify the unit acquisition cost for all deliverable end items for which item unique
identification applies.
Inspection/Acceptance/F.O.B.: Destination
0003 1 __________
Lot __________
Noun: SOFTWARE
ACRN: U
PSC: AC13
Contract type: U - COST PLUS FIXED FEE
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver computer software in accordance with Section J, Attachment
Contract. The contractor shall deliver any and all computer software developed and/or
acquired via the course of this effort. Computer software deliverables include, but are not
limited to the following:
To Be Determined per Individual Contract
Any commercial off-the-shelf (COTS) software license to be delivered to the U.S.
Government under this contract shall be consistent with federal law and submitted to the
Contracting Officer for review and acceptability. Although some license terms do not
necessarily violate federal law, they may raise security concerns or limit use to such an
Inspection/Acceptance/F.O.B: Destination
SECTION B FA2391-23-R-2403
PAGE 3 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0004 1 __________
Lot __________
Noun: RESEARCH AND DATA
ACRN: U
PSC: AC13
DD1423 is Exhibit: A
Contract type: S - COST
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The contractor shall conduct research in accordance with Section J, Attachment X,
vidual
Contract.
Total Estimated Cost: $TBD per Individual Contract
The contractor shall deliver data in accordance with Exhibit X, Contract Data
Requirements List (CDRL), DD Form 1423-1, dated TBD per Individual Contract. CDRL
delivery addresses will be provided with each contract.
Pursuant to FAR 52.232-22, Limitation of Funds, the total amount available for payment
and allotted to this contract for CLIN(s) TBD per Individual Contract is $TBD per
Individual Contract. It is estimated that this amount is sufficient to cover performance
through TBD per Individual Contract.
Inspection/Acceptance/F.O.B.: Destination
(ID/IQs Only) ID/IQ Ceiling: $TBD per Individual Contract
0005 1 __________
Lot __________
Noun: HARDWARE
ACRN: U
PSC: AC13
Contract type: S - COST
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver hardware in accordance with Section J, Attachment X,
Individual
Contract. The contractor shall deliver any and all hardware developed and/or acquired via
the course of this effort. Hardware deliverables include, but are not limited to the
following:
To Be Determined per Individual Contract
IAW DFARS 252.211-
shall identify the unit acquisition cost for all deliverable end items for which item unique
identification applies.
Inspection/Acceptance/F.O.B.: Destination
SECTION B FA2391-23-R-2403
PAGE 4 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0006 1 __________
Lot __________
Noun: SOFTWARE
ACRN: U
PSC: AC13
Contract type: S - COST
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver computer software in accordance with Section J, Attachment
Contract. The contractor shall deliver any and all computer software developed and/or
acquired via the course of this effort. Computer software deliverables include, but are not
limited to the following:
To Be Determined per Individual Contract
Any commercial off-the-shelf (COTS) software license to be delivered to the U.S.
Government under this contract shall be consistent with federal law and submitted to the
Contracting Officer for review and acceptability. Although some license terms do not
necessarily violate federal law, they may raise security concerns or limit use to such an
extent that the lic
Inspection/Acceptance/F.O.B: Destination
SECTION B FA2391-23-R-2403
PAGE 5 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0007 1 __________
Lot __________
Noun: RESEARCH AND DATA
ACRN: U
PSC: AC13
DD1423 is Exhibit: A
Contract type: T - COST SHARING
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The contractor shall conduct research in accordance with Section J, Attachment X,
Contract.
Government Share: $TBD per Individual Contract
Contractor Share: $TBD per Individual Contract
Total Estimated Cost: $TBD per Individual Contract
The contractor shall deliver data in accordance with Exhibit X, Contract Data
Requirements List (CDRL), DD Form 1423-1, dated TBD per Individual Contract. CDRL
delivery addresses will be provided with each contract.
Pursuant to FAR 52.232-22, Limitation of Funds, the total amount available for payment
and allotted to this contract for CLIN(s) TBD per Individual Contract is $TBD per
Individual Contract. It is estimated that this amount is sufficient to cover performance
through TBD per Individual Contract.
Inspection/Acceptance/F.O.B.: Destination
(ID/IQs Only) ID/IQ Ceiling: $TBD per Individual Contract
SECTION B FA2391-23-R-2403
PAGE 6 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0008 1 __________
Lot __________
Noun: HARDWARE
ACRN: U
PSC: AC13
Contract type: T - COST SHARING
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver hardware in accordance with Section J, Attachment X,
Contract. The contractor shall deliver any and all hardware developed and/or acquired via
the course of this effort. Hardware deliverables include, but are not limited to the
following:
To Be Determined per Individual Contract
IAW DFARS 252.211-
shall identify the unit acquisition cost for all deliverable end items for which item unique
identification applies.
Inspection/Acceptance/F.O.B.: Destination
0009 1 __________
Lot __________
Noun: SOFTWARE
ACRN: U
PSC: AC13
Contract type: T - COST SHARING
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver computer software in accordance with Section J, Attachment
Contract. The contractor shall deliver any and all computer software developed and/or
acquired via the course of this effort. Computer software deliverables include, but are not
limited to the following:
To Be Determined per Individual Contract
Any commercial off-the-shelf (COTS) software license to be delivered to the U.S.
Government under this contract shall be consistent with federal law and submitted to the
Contracting Officer for review and acceptability. Although some license terms do not
necessarily violate federal law, they may raise security concerns or limit use to such an
extent that the license does not meet the Govern
Inspection/Acceptance/F.O.B: Destination
SECTION B FA2391-23-R-2403
PAGE 7 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0010 1 __________
Lot __________
Noun: RESEARCH AND DATA
ACRN: U
PSC: AC13
DD1423 is Exhibit: A
Contract type: J - FIRM FIXED PRICE
Start Date: ASREQ
Completion Date: 03 MAY 2023
Descriptive Data:
The contractor shall conduct research in accordance with Section J, Attachment X,
Contract. The contractor shall deliver data in accordance with Exhibit X, Contract Data
Requirements List (CDRL), DD Form 1423-1, dated TBD per Individual Contract.
The scheduled delivery date for the approved final technical report is TBD per Individual
Contract. The technical effort shall be completed no later than TBD per Individual
Contract.
Each payable milestone will be an individual SubCLIN. A payable milestone SubCLIN
example is provided below:
0001AA MILESTONE 1 - STATUS REPORT:
The contractor shall conduct research in accordance with Section J, Attachment X,
Contract.
The status report/milestone shall provide the Government with the means to evaluate and
monitor contractor progress in accomplishing the program goals for the reporting period.
Inspection/Acceptance/F.O.B: Destination
SECTION B FA2391-23-R-2403
PAGE 8 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
Qty Unit Price
ITEM SUPPLIES OR SERVICES Purch Unit Total Item Amount
0011 1 __________
Lot __________
Noun: HARDWARE
ACRN: U
PSC: AC13
Contract type: J - FIRM FIXED PRICE
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver hardware in accordance with Section J, Attachment X,
Contract. The contractor shall deliver any and all hardware developed and/or acquired via
the course of this effort. Hardware deliverables include, but are not limited to the
following:
To Be Determined per Individual Contract
IAW DFARS 252.211-
shall identify the unit acquisition cost for all deliverable end items for which item unique
identification applies.
Inspection/Acceptance/F.O.B.: Destination
0012 1 __________
Lot __________
Noun: SOFTWARE
ACRN: U
PSC: AC13
DD1423 is Exhibit: A
Contract type: J - FIRM FIXED PRICE
Start Date: ASREQ
Completion Date: ASREQ
Descriptive Data:
The Contractor shall deliver computer software in accordance with Section J, Attachment
Contract. The contractor shall deliver any and all computer software developed and/or
acquired via the course of this effort. Computer software deliverables include, but are not
limited to the following:
To Be Determined per Individual Contract
Any commercial off-the-shelf (COTS) software license to be delivered to the U.S.
Government under this contract shall be consistent with federal law and submitted to the
Contracting Officer for review and acceptability. Although some license terms do not
necessarily violate federal law, they may raise security concerns or limit use to such an
Inspection/Acceptance/F.O.B: Destination
SECTION B FA2391-23-R-2403
PAGE 9 OF 43
---
PART I - THE SCHEDULE
SECTION B - SUPPLIES OR SERVICES AND PRICES/COSTS
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION B FA2391-23-R-2403
PAGE 10 OF 43
---
PART I - THE SCHEDULE
SECTION C - DESCRIPTION/SPECS./WORK STATEMENT
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION C FA2391-23-R-2403
PAGE 11 OF 43
---
PART I - THE SCHEDULE
SECTION D - PACKAGING AND MARKING
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION D FA2391-23-R-2403
PAGE 12 OF 43
---
PART I - THE SCHEDULE
SECTION E - INSPECTION AND ACCEPTANCE
NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:
FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES
52.246-02 INSPECTION OF SUPPLIES -- FIXED-PRICE (AUG 1996)
52.246-06 INSPECTION -- TIME-AND-MATERIAL AND LABOR-HOUR (MAY 2001)
52.246-06 INSPECTION -- TIME-AND-MATERIAL AND LABOR-HOUR (MAY 2001) - ALTERNATE
I (APR 1984)
52.246-07 INSPECTION OF RESEARCH AND DEVELOPMENT -- FIXED-PRICE (AUG 1996)
Applies to Fixed-Price CLIN(s) only.
52.246-08 INSPECTION OF RESEARCH AND DEVELOPMENT -- COST-REIMBURSEMENT
(MAY 2001)
Applies to Cost-Plus-Fixed-Fee CLIN(s) only.
52.246-08 INSPECTION OF RESEARCH AND DEVELOPMENT -- COST-REIMBURSEMENT
(MAY 2001) - ALTERNATE I (APR 1984)
Applies to Cost Reimbursement CLIN(s), Cost-Sharing CLIN(s) only.
52.246-09 INSPECTION OF RESEARCH AND DEVELOPMENT (SHORT FORM) (APR 1984)
52.246-16 RESPONSIBILITY FOR SUPPLIES (APR 1984)
Applies to Fixed-Price CLIN(s) only.
SECTION E FA2391-23-R-2403
PAGE 13 OF 43
---
PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
SHIP MARK TRANS
ITEM SUPPLIES SCHEDULE DATA QTY TO FOR PRI DATE
0001 1 03 May 2023
Noun: RESEARCH AND DATA
ACRN: U
Descriptive Data:
The delivery date for the approved final technical report is as stated above. The technical
effort shall be completed no later than TBD per Individual Contract. The contractor shall
deliver data in accordance with Exhibit X, Contract Data Requirements List (CDRL), DD
Form 1423-1, dated TBD per Individual Contract. See Section J, Attachment X, for CDRL
delivery addresses.
TBD per Individual Contract for unique delivery requirements, if any, for data (reports).
If, pursuant to FAR 52.232-22, full funding isn't provided, the contractor is required to
deliver the final report. During the life of the contract, the contractor shall continuously
reserve sufficient funds from the amount allotted to guarantee the preparation and
delivery of the final report.
0002 1 03 May 2023
Noun: HARDWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for hardware is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e., AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0003 1 03 May 2023
Noun: SOFTWARE
ACRN: U
Descriptive Data:
SECTION F FA2391-23-R-2403
PAGE 14 OF 43
---
PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
The scheduled delivery date for software is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e. AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0004 1 03 May 2023
Noun: RESEARCH AND DATA
ACRN: U
Descriptive Data:
The delivery date for the approved final technical report is as stated above. The technical
effort shall be completed no later than TBD per Individual Contract. The contractor shall
deliver data in accordance with Exhibit X, Contract Data Requirements List (CDRL), DD
Form 1423-1, dated TBD per Individual Contract. See Section J, Attachment X, for CDRL
delivery addresses.
TBD per Individual Contract for unique delivery requirements, if any, for data (reports).
If, pursuant to FAR 52.232-22, full funding isn't provided, the contractor is required to
deliver the final report. During the life of the contract, the contractor shall continuously
reserve sufficient funds from the amount allotted to guarantee the preparation and
delivery of the final report.
SECTION F FA2391-23-R-2403
PAGE 15 OF 43
---
PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
SHIP MARK TRANS
ITEM SUPPLIES SCHEDULE DATA QTY TO FOR PRI DATE
0005 1 03 May 2023
Noun: HARDWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for hardware is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e., AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0006 1 03 May 2023
Noun: SOFTWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for software is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e. AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0007 1 03 May 2023
Noun: RESEARCH AND DATA
ACRN: U
Descriptive Data:
SECTION F FA2391-23-R-2403
PAGE 16 OF 43
---
PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
The delivery date for the approved final technical report is as stated above. The technical
effort shall be completed no later than TBD per Individual Contract. The contractor shall
deliver data in accordance with Exhibit X, Contract Data Requirements List (CDRL), DD
Form 1423-1, dated TBD per Individual Contract. See Section J, Attachment X, for CDRL
delivery addresses.
TBD per Individual Contract for unique delivery requirements, if any, for data (reports).
If, pursuant to FAR 52.232-22, full funding isn't provided, the contractor is required to
deliver the final report. During the life of the contract, the contractor shall continuously
reserve sufficient funds from the amount allotted to guarantee the preparation and
delivery of the final report.
0008 1 03 May 2023
Noun: HARDWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for hardware is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e., AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0009 1 03 May 2023
Noun: SOFTWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for software is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e. AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
SECTION F FA2391-23-R-2403
PAGE 17 OF 43
---
PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0010 1 U 03 May 2023
Noun: RESEARCH AND DATA
ACRN: U
Descriptive Data:
0001AA MILESTONE 1 - STATUS REPORT:
The scheduled delivery date for the status report is as stated above. The contractor shall
deliver data in accordance with Exhibit X, Contract Data Requirements List (CDRL), DD
Form 1423-1, dated TBD per Individual Contract. See Section J, Attachment X, for CDRL
delivery addresses.
TBD per Individual Contract for unique delivery requirements, if any, for data (reports).
0011 1 03 May 2023
Noun: HARDWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for hardware is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e., AF PM)
Attn: Name of Addressee
Address
Phone
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
0012 1 03 May 2023
Noun: SOFTWARE
ACRN: U
Descriptive Data:
The scheduled delivery date for software is as stated above. The shipping address is as
follows:
Office Symbol of Addressee (i.e. AF PM)
Attn: Name of Addressee
Address
Phone
SECTION F FA2391-23-R-2403
PAGE 18 OF 43
---
PART I - THE SCHEDULE
SECTION F - DELIVERIES OR PERFORMANCE
Email
Mark For: Contract or Task Order Number
(Include contract number and the AF Program Manager's name, office symbol, and
phone number on the shipping documents.)
NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:
FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES
52.242-15 STOP-WORK ORDER (AUG 1989)
Applies to Firm-Fixed-Price CLIN(s) only.
52.242-15 STOP-WORK ORDER (AUG 1989) - ALTERNATE I (APR 1984)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.247-34 F.O.B. DESTINATION (NOV 1991)
SECTION F FA2391-23-R-2403
PAGE 19 OF 43
---
PART I - THE SCHEDULE
SECTION G - CONTRACT ADMINISTRATION DATA
NOTICE: The following contract clauses pertinent to this section are hereby incorporated in full text:
DEFENSE FAR SUPP CONTRACT CLAUSES IN FULL TEXT
252.232-7006 WIDE AREA WORKFLOW PAYMENT INSTRUCTIONS (JAN 2023)
(a)Definitions. As used in this clause-
unit, activity, or organization.
rt available for creation in Wide
Area WorkFlow (WAWF).
certification is done external to the entitlement system.
e defined in the clause at 252.232-7003, Electronic
Submission of Payment Requests and Receiving Reports.
(b)Electronic invoicing. The WAWF system provides the method to electronically process vendor
payment requests and receiving reports, as authorized by Defense Federal Acquisition Regulation
Supplement (DFARS) 252.232-7003, Electronic Submission of Payment Requests and Receiving
Reports.
(c)WAWF access. To access WAWF, the Contractor shall
(1)Have a designated electronic business point of contact in the System for Award
Management at https://www.sam.gov; and
(2)Be registered to use WAWF at https://wawf.eb.mil/ following the step-by-step
procedures for self-registration available at this web site.
(d)WAWF training. The Contractor should follow the training instructions of the WAWF Web-
Based Training Course and use the Practice Training Site before submitting payment requests through
https://wawf.eb.mil/
(e)WAWF methods of document submission. Document submissions may be via web entry,
Electronic Data Interchange, or File Transfer Protocol.
(f) WAWF payment instructions. The Contractor shall use the following information when
submitting payment requests and receiving reports in WAWF for this contract or task or delivery order:
(1) Document type. The Contractor shall submit payment requests using the following
document type(s):
(i) For cost-type line items, including labor-hour or time-and-materials, submit a
cost voucher.
(ii) For fixed price line items-
SECTION G FA2391-23-R-2403
PAGE 20 OF 43
---
PART I - THE SCHEDULE
SECTION G - CONTRACT ADMINISTRATION DATA
(A) That require shipment of a deliverable, submit the invoice and
receiving report specified by the Contracting Officer.
TBD per Individual Contracts
(B) For services that do not require shipment of a deliverable, submit
either the Invoice 2in1, which meets the requirements for the invoice and receiving report, or the
applicable invoice and receiving report, as specified by the Contracting Officer.
N/A
(iii) For customary progress payments based on costs incurred, submit a
progress payment request.
(iv) For performance based payments, submit a performance based payment
request.
(v) For commercial financing, submit a commercial financing request.
(2) Fast Pay requests are only permitted when Federal Acquisition Regulation (FAR)
52.213-1 is included in the contract.
and receiving report in one step.]
(3) Document routing. The Contractor shall use the information in the Routing Data
Table below only to fill in applicable fields in WAWF when creating payment requests and receiving
reports in the system.
Routing Data Table*
Field Name in WAWF Data to be entered in WAWF
Pay Official DoDAAC TBD
Issue By DoDAAC FA2391
Admin DoDAAC TBD
Inspect By DoDAAC TBD
Ship To Code TBD
Ship From Code TBD
Mark For Code N/A
Service Approver (DoDAAC) TBD
Service Acceptor (DoDAAC) TBD
Accept at Other DoDAAC N/A
LPO DoDAAC N/A
DCAA Auditor DoDAAC Contractor shall use Look Up DCAA from tool bar at left of WAWF screen
Other DoDAAC(s) N/A
(*Contracting Officer: Insert applicable DoDAAC information. If multiple ship to/acceptance locations
(**Contracting Officer: If the contract provides for progress payments or performance-based payments,
insert the DoDAAC for the contract administration office assigned the functions under FAR
42.302(a)(13).)
(4) Payment request. The Contractor shall ensure a payment request includes
documentation appropriate to the type of payment request in accordance with the payment clause,
SECTION G FA2391-23-R-2403
PAGE 21 OF 43
---
PART I - THE SCHEDULE
SECTION G - CONTRACT ADMINISTRATION DATA
contract financing clause, or Federal Acquisition Regulation 52.216-7, Allowable Cost and Payment, as
applicable.
(5) Receiving report. The Contractor shall ensure a receiving report meets the
requirements of DFARS Appendix F.
(g)WAWF point of contact.
(1)The Contractor may obtain clarification regarding invoicing in WAWF from the
DCMA-ACO (TBD)
(2) Contact the WAWF helpdesk at 866-618-5988, if assistance is needed.
OTHER CONTRACT CLAUSES IN FULL TEXT
DFARS PGI 204.7108(B)(2) PAYMENT INSTRUCTIONS (FEB 2023) (FEB 2023)
The payment office shall allocate and record the amounts paid to the accounting classification citations in
the contract using the table shown in Section J, Attachment 5, based on the type of payment request
submitted (see DFARS 252.232-7006) and the type of effort.
DFARS PGI 204.7108(D)(12) OTHER PAYMENT INSTRUCTIONS (FEB 2023) (FEB 2023)
If none of the payment instructions identified in paragraph 204.7108(b)(2) are appropriate (i.e. multiple lot
progress payments), the Contracting Officer may insert other payment instructions.
SECTION G FA2391-23-R-2403
PAGE 22 OF 43
---
PART I - THE SCHEDULE
SECTION H - SPECIAL CONTRACT REQUIREMENTS
NO CLAUSES OR PROVISIONS IN THIS SECTION
SECTION H FA2391-23-R-2403
PAGE 23 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
Contract Clauses in this section are from the FAR, Defense FAR Sup, Air Force FAR Sup, and the Air Force
Materiel Command FAR Sup, and are current through the following updates:
Database_Version: 7.7.x.2600; Issued: 3/2/2023; FAR: FAC 2023-01; DFAR: DPN20230131; DL.: DL 98-021;
Class Deviations: CD 2023-O0004; AFFAR: 2002 Edition; AFAC: AFAC 2022-0502; IPN: 98-009
I. NOTICE: The following contract clauses pertinent to this section are hereby incorporated by reference:
A. FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES
52.202-01 DEFINITIONS (JUN 2020)
52.203-03 GRATUITIES (APR 1984)
52.203-05 COVENANT AGAINST CONTINGENT FEES (MAY 2014)
52.203-06 RESTRICTIONS ON SUBCONTRACTOR SALES TO THE GOVERNMENT (JUN 2020)
52.203-07 ANTI-KICKBACK PROCEDURES (JUN 2020)
52.203-08 CANCELLATION, RESCISSION, AND RECOVERY OF FUNDS FOR ILLEGAL OR
IMPROPER ACTIVITY (MAY 2014)
52.203-10 PRICE OR FEE ADJUSTMENT FOR ILLEGAL OR IMPROPER ACTIVITY (MAY 2014)
52.203-12 LIMITATION ON PAYMENTS TO INFLUENCE CERTAIN FEDERAL TRANSACTIONS
(JUN 2020)
52.203-13 CONTRACTOR CODE OF BUSINESS ETHICS AND CONDUCT (NOV 2021)
52.203-15 WHISTLEBLOWER PROTECTIONS UNDER THE AMERICAN RECOVERY AND
REINVESTMENT ACT OF 2009 (JUN 2010)
52.203-16 PREVENTING PERSONAL CONFLICTS OF INTEREST (JUN 2020)
52.203-17 CONTRACTOR EMPLOYEE WHISTLEBLOWER RIGHTS AND REQUIREMENT TO
INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (JUN 2020)
52.203-19 PROHIBITION ON REQUIRING CERTAIN INTERNAL CONFIDENTIALITY
AGREEMENTS OR STATEMENTS (JAN 2017)
52.204-02 SECURITY REQUIREMENTS (MAR 2021)
52.204-02 SECURITY REQUIREMENTS (MAR 2021) - ALTERNATE I (APR 1984)
52.204-04 PRINTED OR COPIED DOUBLE-SIDED ON POSTCONSUMER FIBER CONTENT
PAPER (MAY 2011)
52.204-09 PERSONAL IDENTITY VERIFICATION OF CONTRACTOR PERSONNEL (JAN 2011)
52.204-10 REPORTING EXECUTIVE COMPENSATION AND FIRST-TIER SUBCONTRACT
AWARDS (JUN 2020)
52.204-12 UNIQUE ENTITY IDENTIFIER MAINTENANCE (OCT 2016)
52.204-13 SYSTEM FOR AWARD MANAGEMENT MAINTENANCE (OCT 2018)
52.204-18 COMMERCIAL AND GOVERNMENT ENTITY CODE MAINTENANCE (AUG 2020)
52.204-19 INCORPORATION BY REFERENCE OF REPRESENTATIONS AND CERTIFICATIONS
(DEC 2014)
52.204-22 ALTERNATIVE LINE ITEM PROPOSAL (JAN 2017)
52.204-23 PROHIBITION ON CONTRACTING FOR HARDWARE, SOFTWARE, AND SERVICES
DEVELOPED OR PROVIDED BY KASPERSKY LAB AND OTHER COVERED
ENTITIES (NOV 2021)
52.204-25 PROHIBITION ON CONTRACTING FOR CERTAIN TELECOMMUNICATIONS AND
VIDEO SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
52.209-06 PROTECTING THE GOVERNMENT'S INTEREST WHEN SUBCONTRACTING WITH
CONTRACTORS DEBARRED, SUSPENDED, OR PROPOSED FOR DEBARMENT
(NOV 2021)
52.209-09 UPDATES OF PUBLICLY AVAILABLE INFORMATION REGARDING RESPONSIBILITY
MATTERS (OCT 2018)
52.209-10 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS
(NOV 2015)
SECTION I FA2391-23-R-2403
PAGE 24 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
52.210-01 MARKET RESEARCH (NOV 2021)
52.211-05 MATERIAL REQUIREMENTS (AUG 2000)
52.215-02 AUDIT AND RECORDS -- NEGOTIATION (JUN 2020)
52.215-08 ORDER OF PRECEDENCE--UNIFORM CONTRACT FORMAT (OCT 1997)
52.215-10 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA (AUG
2011)
52.215-11 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA--
MODIFICATIONS (DEVIATION 2022-O0001) (OCT 2021)
52.215-11 PRICE REDUCTION FOR DEFECTIVE CERTIFIED COST OR PRICING DATA--
MODIFICATIONS (JUN 2020)
52.215-12 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA (DEVIATION 2022-O0001)
(OCT 2021)
52.215-12 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA (JUN 2020)
52.215-13 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA--MODIFICATIONS (JUN
2020)
52.215-13 SUBCONTRACTOR CERTIFIED COST OR PRICING DATA--MODIFICATIONS
(DEVIATION 2022-O0001) (OCT 2021)
52.215-14 INTEGRITY OF UNIT PRICES (NOV 2021)
52.215-14 INTEGRITY OF UNIT PRICES (NOV 2021) - ALTERNATE I (OCT 1997)
52.215-15 PENSION ADJUSTMENTS AND ASSET REVERSIONS (OCT 2010)
52.215-17 WAIVER OF FACILITIES CAPITAL COST OF MONEY (OCT 1997)
52.215-18 REVERSION OR ADJUSTMENT OF PLANS FOR POSTRETIREMENT BENEFITS
(PRB) OTHER THAN PENSIONS (JUL 2005)
52.215-19 NOTIFICATION OF OWNERSHIP CHANGES (OCT 1997)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.215-21 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER
THAN CERTIFIED COST OR PRICING DATA--MODIFICATIONS (NOV 2021)
52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.215-23 LIMITATIONS ON PASS-THROUGH CHARGES (JUN 2020) - ALTERNATE I (OCT
2009)
52.216-07 ALLOWABLE COST AND PAYMENT (AUG 2018)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.216-07 ALLOWABLE COST AND PAYMENT (AUG 2018) - ALTERNATE II (AUG 2012)
Para (a) (3), Day prescribed by agency head, or "30th". 'TBD'
52.216-08 FIXED FEE (JUN 2011)
Applies to Cost-Plus-Fixed-Fee CLIN(s) only.
52.216-10 INCENTIVE FEE (JUN 2011)
Para (e)(1), The fee payable under this contract shall be the target fee increased by the
cents stated for every dollar that the total allowable cost is less than the target cost: 'TBD'
Para (e)(1), The fee payable under this contract shall be the target fee decreased by the
cents stated for every dollar that the total allowable cost exceeds the target cost: 'TBD'
Para (e)(1), Percent is ' TBD'
Para (e)(1) Percentage is ' TBD'
52.216-11 COST CONTRACT -- NO FEE (APR 1984)
Applies to Cost CLIN(s) only.
52.216-11 COST CONTRACT -- NO FEE (APR 1984) - ALTERNATE I (APR 1984)
52.216-12 COST-SHARING CONTRACT -- NO FEE (APR 1984)
Applies to Cost-Sharing CLIN(s) only.
52.216-12 COST-SHARING CONTRACT -- NO FEE (APR 1984) - ALTERNATE I (APR 1984)
52.216-18 ORDERING (AUG 2020)
Para (a), Issued from date is 'Time of Award'
Para (a), Issued through date is 'TBD'
52.216-19 ORDER LIMITATIONS (OCT 1995)
Para (a). Insert Dollar amount or quantity. 'TBD'
Para (b)(1). Insert dollar amount or quantity 'TBD'
SECTION I FA2391-23-R-2403
PAGE 25 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
Para (b)(2). Insert dollar amount or quantity. 'TBD'
Para (b)(3). Insert number of days. 'TBD'
Para (d). Insert number of days. 'TBD'
52.216-22 INDEFINITE QUANTITY (OCT 1995)
Para (d), Date is 'TBD'
52.216-32 TASK-ORDER AND DELIVERY-ORDER OMBUDSMAN (SEP 2019)
Para (a). Contracting Officer to insert name, address, telephone number, and email
address for the Agency Ombudsman or provide the URL address where this information
may be found. 'AFRL/Deputy Director
1864 Fourth Street
Wright-Patterson AFB, OH 45433-7130
(937)904-9700
afrl.pk.officeaccount@us.af.mil'
52.217-07 OPTION FOR INCREASED QUANTITY -- SEPARATELY PRICED LINE ITEM (MAR
1989)
Period of time is 'TBD'
52.219-08 UTILIZATION OF SMALL BUSINESS CONCERNS (OCT 2022)
52.219-09 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2022)
52.219-09 SMALL BUSINESS SUBCONTRACTING PLAN (OCT 2022) - ALTERNATE II (NOV
2016)
52.219-16 LIQUIDATED DAMAGES -- SUBCONTRACTING PLAN (SEP 2021)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (OCT 2022)
52.219-28 POST-AWARD SMALL BUSINESS PROGRAM REREPRESENTATION (OCT 2022) -
ALTERNATE I (MAR 2020)
Para (h)(1), NAICS codes '541715'
52.222-02 PAYMENT FOR OVERTIME PREMIUMS (JUL 1990)
Para (a), Dollar amount is '0.00'
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.222-03 CONVICT LABOR (JUN 2003)
52.222-21 PROHIBITION OF SEGREGATED FACILITIES (APR 2015)
52.222-26 EQUAL OPPORTUNITY (SEP 2016)
52.222-35 EQUAL OPPORTUNITY FOR VETERANS (JUN 2020)
52.222-36 EQUAL OPPORTUNITY FOR WORKERS WITH DISABILITIES (JUN 2020)
52.222-37 EMPLOYMENT REPORTS ON VETERANS (JUN 2020)
52.222-40 NOTIFICATION OF EMPLOYEE RIGHTS UNDER THE NATIONAL LABOR RELATIONS
ACT (DEC 2010)
52.222-50 COMBATING TRAFFICKING IN PERSONS (NOV 2021)
52.222-54 EMPLOYMENT ELIGIBILITY VERIFICATION (MAY 2022)
52.222-62 PAID SICK LEAVE UNDER EXECUTIVE ORDER 13706 (JAN 2022)
52.222-99 ESTABLISHING A MINIMUM WAGE FOR CONTRACTORS (DEVIATION) (JUN 2014)
52.223-03 HAZARDOUS MATERIAL IDENTIFICATION AND MATERIAL SAFETY DATA (FEB
2021)
Para (b), List hazardous material (if none, insert 'None'): 'TBD'
Para (b), List Identification No.: 'TBD'
52.223-05 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011)
52.223-05 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) -
ALTERNATE I (MAY 2011)
52.223-05 POLLUTION PREVENTION AND RIGHT-TO-KNOW INFORMATION (MAY 2011) -
ALTERNATE II (MAY 2011)
52.223-06 DRUG-FREE WORKPLACE (MAY 2001)
52.223-10 WASTE REDUCTION PROGRAM (MAY 2011)
52.223-11 OZONE-DEPLETING SUBSTANCES AND HIGH GLOBAL WARMING POTENTIAL
HYDROFLUOROCARBONS (JUN 2016)
52.223-15 ENERGY EFFICIENCY IN ENERGY-CONSUMING PRODUCTS (MAY 2020)
52.223-18 ENCOURAGING CONTRACTOR POLICIES TO BAN TEXT MESSAGING WHILE
DRIVING (JUN 2020)
SECTION I FA2391-23-R-2403
PAGE 26 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
52.223-20 AEROSOLS (JUN 2016)
52.223-21 FOAMS (JUN 2016)
52.225-13 RESTRICTIONS ON CERTAIN FOREIGN PURCHASES (FEB 2021)
52.227-01 AUTHORIZATION AND CONSENT (JUN 2020) - ALTERNATE I (APR 1984)
52.227-02 NOTICE AND ASSISTANCE REGARDING PATENT AND COPYRIGHT
INFRINGEMENT (JUN 2020)
52.227-10 FILING OF PATENT APPLICATIONS -- CLASSIFIED SUBJECT MATTER (DEC 2007)
52.227-11 PATENT RIGHTS - OWNERSHIP BY THE CONTRACTOR (MAY 2014)
Para (j), Communications: 'See SOW Supplemental Requirements'
52.228-05 INSURANCE -- WORK ON A GOVERNMENT INSTALLATION (JAN 1997)
Applies to Firm-Fixed-Price CLIN(s) only.
52.228-07 INSURANCE -- LIABILITY TO THIRD PERSONS (MAR 1996)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.229-03 FEDERAL, STATE, AND LOCAL TAXES (FEB 2013)
Applies to Firm-Fixed-Price CLIN(s) only.
52.230-02 COST ACCOUNTING STANDARDS (JUN 2020)
52.230-03 DISCLOSURE AND CONSISTENCY OF COST ACCOUNTING PRACTICES (JUN
2020)
52.230-05 COST ACCOUNTING STANDARDS - EDUCATIONAL INSTITUTION (JUN 2020)
52.230-06 ADMINISTRATION OF COST ACCOUNTING STANDARDS (JUN 2010)
52.232-02 PAYMENTS UNDER FIXED-PRICE RESEARCH AND DEVELOPMENT CONTRACTS
(APR 1984)
Applies to Firm-Fixed-Price CLIN(s) only.
52.232-07 PAYMENTS UNDER TIME-AND-MATERIALS AND LABOR-HOUR CONTRACTS (NOV
2021)
52.232-09 LIMITATION ON WITHHOLDING OF PAYMENTS (APR 1984)
52.232-16 PROGRESS PAYMENTS (NOV 2021)
52.232-16 PROGRESS PAYMENTS (NOV 2021) - ALTERNATE I (MAR 2000)
52.232-17 INTEREST (MAY 2014)
52.232-18 AVAILABILITY OF FUNDS (APR 1984)
52.232-20 LIMITATION OF COST (APR 1984)
52.232-22 LIMITATION OF FUNDS (APR 1984)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.232-23 ASSIGNMENT OF CLAIMS (MAY 2014) - ALTERNATE I (APR 1984)
52.232-25 PROMPT PAYMENT (JAN 2017)
52.232-33 PAYMENT BY ELECTRONIC FUNDS TRANSFER - SYSTEM FOR AWARD
MANAGEMENT (OCT 2018)
52.232-39 UNENFORCEABILITY OF UNAUTHORIZED OBLIGATIONS (JUN 2013)
52.232-40 PROVIDING ACCELERATED PAYMENTS TO SMALL BUSINESS
SUBCONTRACTORS (NOV 2021)
52.233-01 DISPUTES (MAY 2014)
52.233-03 PROTEST AFTER AWARD (AUG 1996)
Applies to Firm-Fixed-Price CLIN(s) only.
52.233-03 PROTEST AFTER AWARD (AUG 1996) - ALTERNATE I (JUN 1985)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.233-04 APPLICABLE LAW FOR BREACH OF CONTRACT CLAIM (OCT 2004)
52.237-02 PROTECTION OF GOVERNMENT BUILDINGS, EQUIPMENT AND VEGETATION
(APR 1984)
52.239-01 PRIVACY OR SECURITY SAFEGUARDS (AUG 1996)
52.242-01 NOTICE OF INTENT TO DISALLOW COSTS (APR 1984)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.242-03 PENALTIES FOR UNALLOWABLE COSTS (DEC 2022)
52.242-05 PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS (JAN 2017)
52.242-13 BANKRUPTCY (JUL 1995)
52.243-01 CHANGES -- FIXED-PRICE (AUG 1987) - ALTERNATE V (APR 1984)
Applies to Firm-Fixed-Price CLIN(s) only.
SECTION I FA2391-23-R-2403
PAGE 27 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
52.243-02 CHANGES -- COST-REIMBURSEMENT (AUG 1987) - ALTERNATE V (APR 1984)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.243-03 CHANGES -- TIME-AND-MATERIALS OR LABOR-HOURS (SEP 2000)
52.243-06 CHANGE ORDER ACCOUNTING (APR 1984)
52.243-07 NOTIFICATION OF CHANGES (JAN 2017)
Para (b), Number of calendar days is (insert 30 for RDSS/C) '30 days'
Para (d), Number of calendar days is (insert 30 for RDSS/C) '30 days'
52.244-02 SUBCONTRACTS (JUN 2020)
Para (d), approval required on subcontracts: 'None'
Para (j), Insert subcontracts evaluated during negotiations. 'N/A'
Applies to Firm-Fixed-Price CLIN(s) only.
52.244-02 SUBCONTRACTS (JUN 2020) - ALTERNATE I (JUN 2020)
Para (d), Contractor shall obtain the Contracting Officer's written consent before placing
the following subcontracts: 'None'
Para (j), the following subcontracts which were evaluated during negotiations: 'N/A'
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.244-05 COMPETITION IN SUBCONTRACTING (DEC 1996)
52.244-06 SUBCONTRACTS FOR COMMERCIAL PRODUCTS AND COMMERCIAL SERVICES
(DEC 2022)
52.245-01 GOVERNMENT PROPERTY (SEP 2021)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.245-01 GOVERNMENT PROPERTY (SEP 2021) - ALTERNATE II (APR 2012)
52.245-09 USE AND CHARGES (APR 2012)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.246-23 LIMITATION OF LIABILITY (FEB 1997)
52.246-24 LIMITATION OF LIABILITY -- HIGH-VALUE ITEMS (FEB 1997) - ALTERNATE I (APR
1984)
52.246-26 REPORTING NONCONFORMING ITEMS (NOV 2021)
52.247-01 COMMERCIAL BILL OF LADING NOTATIONS (FEB 2006)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.247-67 SUBMISSION OF TRANSPORTATION DOCUMENTS FOR AUDIT (FEB 2006)
Para (c). Insert address. 'DCMA ACO - TBD'
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.249-02 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (FIXED-PRICE) (APR
2012)
Applies to Firm-Fixed-Price CLIN(s) only.
52.249-05 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT (EDUCATIONAL AND
OTHER NONPROFIT INSTITUTIONS) (AUG 2016)
52.249-06 TERMINATION (COST-REIMBURSEMENT) (MAY 2004)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.249-09 DEFAULT (FIXED-PRICE RESEARCH AND DEVELOPMENT) (APR 1984)
Applies to Firm-Fixed-Price CLIN(s) only.
52.249-14 EXCUSABLE DELAYS (APR 1984)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.253-01 COMPUTER GENERATED FORMS (JAN 1991)
B. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES
252.203-7000 REQUIREMENTS RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
(SEP 2011)
252.203-7001 PROHIBITION ON PERSONS CONVICTED OF FRAUD OR OTHER DEFENSE-
CONTRACT-RELATED FELONIES (JAN 2023)
252.203-7002 REQUIREMENT TO INFORM EMPLOYEES OF WHISTLEBLOWER RIGHTS (DEC
2022)
252.203-7003 AGENCY OFFICE OF THE INSPECTOR GENERAL (AUG 2019)
252.203-7004 DISPLAY OF HOTLINE POSTERS (JAN 2023)
SECTION I FA2391-23-R-2403
PAGE 28 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
252.204-7000 DISCLOSURE OF INFORMATION (OCT 2016)
252.204-7002 PAYMENT FOR SUBLINE ITEMS NOT SEPARATELY PRICED (APR 2020)
252.204-7003 CONTROL OF GOVERNMENT PERSONNEL WORK PRODUCT (APR 1992)
252.204-7004 LEVEL I ANTITERRORISM AWARENESS TRAINING FOR CONTRACTORS (JAN
2023)
252.204-7006 BILLING INSTRUCTIONS (OCT 2005)
252.204-7015 NOTICE OF AUTHORIZED DISCLOSURE OF INFORMATION TO LITIGATION
SUPPORT (JAN 2023)
252.204-7018 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE
TELECOMMUNICATIONS EQUIPMENT OR SERVICES (JAN 2023)
252.204-7020 NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (JAN 2023)
252.204-7021 CYBERSECURITY MATURITY MODEL CERTIFICATION REQUIREMENT (JAN 2023)
252.204-7022 EXPEDITING CONTRACT CLOSEOUT (MAY 2021)
252.205-7000 PROVISION OF INFORMATION TO COOPERATIVE AGREEMENT HOLDERS (DEC
1991)
252.209-7004 SUBCONTRACTING WITH FIRMS THAT ARE OWNED OR CONTROLLED BY THE
GOVERNMENT OF A COUNTRY THAT IS A STATE SPONSOR OF TERRORISM
(MAY 2019)
252.209-7010 CRITICAL SAFETY ITEMS (AUG 2011)
Para (b). Aviation critical safety items. 'TBD'
252.211-7003 ITEM UNIQUE IDENTIFICATION AND VALUATION (JAN 2023)
Para (c)(1)(i). Insert Contract Line, Subline, or Exhibit Line Item Number and Item
Description or n/a. 'TBD'
Para (c)(1)(ii). Identify Contract Line, Subline, or Exhibit Line Item Nr and Item
Description. If items are identified in the Schedule, insert "See Schedule" 'TBD'
Para (c)(1)(iii). Attachment Nr. 'TBD'
Para (c)(1)(iv). Attachment Nr. 'TBD'
Para (f)(2)(iii). Line item number or n/a. 'TBD'
252.211-7007 REPORTING OF GOVERNMENT-FURNISHED PROPERTY (MAR 2022)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.211-7008 USE OF GOVERNMENT-ASSIGNED SERIAL NUMBERS (SEP 2010)
252.215-7002 COST ESTIMATING SYSTEM REQUIREMENTS (DEC 2012)
252.216-7004 AWARD FEE REDUCTION OR DENIAL FOR JEOPARDIZING THE HEALTH OR
SAFETY OF GOVERNMENT PERSONNEL (SEP 2011)
252.216-7009 ALLOWABILITY OF LEGAL COSTS INCURRED IN CONNECTION WITH A
WHISTLEBLOWER PROCEEDING (DEC 2022)
252.216-7010 POSTAWARD DEBRIEFINGS FOR TASK ORDERS AND DELIVERY ORDERS (DEC
2022)
252.217-7027 CONTRACT DEFINITIZATION (DEC 2012)
Para (a), Type of contractual action is 'TBD per Individual Contract'
Para (a), Type of proposal is 'TBD per Individual Contract'
Para (b), Schedule for definitization is as follows: 'TBD per Individual Contract'
Para (d), Type of definitive contract is 'TBD per Individual Contract'
Para (d), Not-to-exceed amount is '0.00'
252.219-7003 SMALL BUSINESS SUBCONTRACTING PLAN (DOD CONTRACTS) -- BASIC (DEC
2019)
252.219-7004 SMALL BUSINESS SUBCONTRACTING PLAN (TEST PROGRAM) (DEC 2022)
252.223-7001 HAZARD WARNING LABELS (DEC 1991)
252.223-7004 DRUG-FREE WORK FORCE (SEP 1988)
252.223-7006 PROHIBITION ON STORAGE, TREATMENT, AND DISPOSAL OF TOXIC OR
HAZARDOUS MATERIALS - BASIC (SEP 2014)
252.223-7008 PROHIBITION OF HEXAVALENT CHROMIUM (JAN 2023)
252.223-7999 ENSURING ADEQUATE COVID-19 SAFETY PROTOCOLS FOR FEDERAL
CONTRACTORS (DEVIATION 2021-O0009) (OCT 2021)
252.225-7001 BUY AMERICAN AND BALANCE OF PAYMENTS PROGRAM - BASIC (JAN 2023)
SECTION I FA2391-23-R-2403
PAGE 29 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
252.225-7007 PROHIBITION ON ACQUISITION OF UNITED STATES MUNITIONS LIST ITEMS
FROM COMMUNIST CHINESE MILITARY COMPANIES (DEC 2018)
252.225-7008 RESTRICTION ON ACQUISITION OF SPECIALTY METALS (MAR 2013)
252.225-7009 RESTRICTION ON ACQUISITION OF CERTAIN ARTICLES CONTAINING SPECIALTY
METALS (JAN 2023)
252.225-7012 PREFERENCE FOR CERTAIN DOMESTIC COMMODITIES (APR 2022)
252.225-7016 RESTRICTION ON ACQUISITION OF BALL AND ROLLER BEARINGS (JAN 2023)
252.225-7030 RESTRICTION ON ACQUISITION OF CARBON, ALLOY, AND ARMOR STEEL PLATE
(DEC 2006)
252.225-7048 EXPORT-CONTROLLED ITEMS (JUN 2013)
252.225-7052 RESTRICTION ON THE ACQUISITION OF CERTAIN MAGNETS, TANTALUM, AND
TUNGSTEN (JAN 2023)
252.225-7056 PROHIBITION REGARDING BUSINESS OPERATIONS WITH THE MADURO REGIME
(JAN 2023)
252.225-7058 POSTAWARD DISCLOSURE OF EMPLOYMENT OF INDIVIDUALS WHO WORK IN
THE
252.226-7001 UTILIZATION OF INDIAN ORGANIZATIONS, INDIAN-OWNED ECONOMIC
ENTERPRISES, AND NATIVE HAWAIIAN SMALL BUSINESS CONCERNS (JAN 2023)
252.227-7013 RIGHTS IN TECHNICAL DATA OTHER THAN COMMERCIAL PRODUCTS AND
COMMERCIAL SERVICES (JAN 2023)
252.227-7014 RIGHTS IN OTHER THAN COMMERCIAL COMPUTER SOFTWARE AND OTHER
THAN COMMERCIAL COMPUTER SOFTWARE DOCUMENTATION (JAN 2023)
252.227-7016 RIGHTS IN BID OR PROPOSAL INFORMATION (JAN 2023)
252.227-7019 VALIDATION OF ASSERTED RESTRICTIONS--COMPUTER SOFTWARE (JAN 2023)
252.227-7025 LIMITATIONS ON THE USE OR DISCLOSURE OF GOVERNMENT-FURNISHED
INFORMATION MARKED WITH RESTRICTIVE LEGENDS (JAN 2023)
252.227-7030 TECHNICAL DATA--WITHHOLDING OF PAYMENT (MAR 2000)
252.227-7037 VALIDATION OF RESTRICTIVE MARKINGS ON TECHNICAL DATA (JAN 2023)
252.227-7038 PATENT RIGHTS--OWNERSHIP BY THE CONTRACTOR (LARGE BUSINESS) (JUN
2012)
252.227-7039 PATENTS--REPORTING OF SUBJECT INVENTIONS (APR 1990)
252.231-7000 SUPPLEMENTAL COST PRINCIPLES (DEC 1991)
252.232-7003 ELECTRONIC SUBMISSION OF PAYMENT REQUESTS AND RECEIVING REPORTS
(DEC 2018)
252.232-7004 DOD PROGRESS PAYMENT RATES (DEVIATION 2020-O0010) (MAR 2020)
252.232-7010 LEVIES ON CONTRACT PAYMENTS (DEC 2006)
252.232-7017 ACCELERATING PAYMENTS TO SMALL BUSINESS SUBCONTRACTORS
PROHIBITION ON FEES AND CONSIDERATION (JAN 2023)
252.235-7010 ACKNOWLEDGMENT OF SUPPORT AND DISCLAIMER (MAY 1995)
Para (a), name of contracting agency(ies): 'United States Air Force'
Para (a), contract number(s): 'FA239123R2403'
Para (b), name of contracting agency(ies): 'United States Air Force'
252.235-7011 FINAL SCIENTIFIC OR TECHNICAL REPORT (DEC 2019)
252.237-7999 REQUIREMENT FOR ACCOUNTING FIRMS USED TO SUPPORT DEPARTMENT OF
DEFENSE AUDITS (DEVIATION 2019-O0007) (MAR 2019)
252.239-7018 SUPPLY CHAIN RISK (DEC 2022)
252.242-7004 MATERIAL MANAGEMENT AND ACCOUNTING SYSTEM (MAY 2011)
252.242-7005 CONTRACTOR BUSINESS SYSTEMS (FEB 2012)
252.242-7006 ACCOUNTING SYSTEM ADMINISTRATION (FEB 2012)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.243-7001 PRICING OF CONTRACT MODIFICATIONS (DEC 1991)
Applies to Firm-Fixed-Price CLIN(s) only.
252.243-7002 REQUESTS FOR EQUITABLE ADJUSTMENT (DEC 2022)
252.244-7001 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION - BASIC (MAY 2014)
Applies to Firm-Fixed-Price CLIN(s) only.
SECTION I FA2391-23-R-2403
PAGE 30 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
252.244-7001 CONTRACTOR PURCHASING SYSTEM ADMINISTRATION - ALTERNATE I (MAY
2014) - ALTERNATE I (MAY 2014)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.245-7001 TAGGING, LABELING, AND MARKING OF GOVERNMENT-FURNISHED PROPERTY
(APR 2012)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.245-7002 REPORTING LOSS OF GOVERNMENT PROPERTY (JAN 2021)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.245-7003 CONTRACTOR PROPERTY MANAGEMENT SYSTEM ADMINISTRATION (APR 2012)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.245-7004 REPORTING, REUTILIZATION, AND DISPOSAL (DEVIATION 2022-O0006) (NOV
2021)
Insert Item(s) 'TBD'
Insert Item(s) 'TBD'
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
252.246-7003 NOTIFICATION OF POTENTIAL SAFETY ISSUES (JAN 2023)
252.246-7004 SAFETY OF FACILITIES, INFRASTRUCTURE, AND EQUIPMENT FOR MILITARY
OPERATIONS (OCT 2010)
252.246-7006 WARRANTY TRACKING OF SERIALIZED ITEMS (MAR 2016)
252.246-7007 CONTRACTOR COUNTERFEIT ELECTRONIC PART DETECTION AND AVOIDANCE
SYSTEM (JAN 2023)
252.246-7008 SOURCES OF ELECTRONIC PARTS (JAN 2023)
252.247-7023 TRANSPORTATION OF SUPPLIES BY SEA - BASIC (JAN 2023)
C. AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES
5352.201-9101 OMBUDSMAN (OCT 2019)
Para (c). Ombudsmen names, addresses, phone numbers, fax, and email addresses.
'AFRL/PK Director
Alternate Ombudsman: AFRL/Deputy Director
1864 Fourth Street
Wright-Patterson AFB, OH 45433-7130
(937)904-9700
afrl.pk.officeaccount@us.af.mil'
5352.223-9000 ELIMINATION OF USE OF CLASS I OZONE DEPLETING SUBSTANCES (ODS) (OCT
2019)
5352.223-9001 HEALTH AND SAFETY ON GOVERNMENT INSTALLATIONS (OCT 2019)
5352.242-9000 CONTRACTOR ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)
Para (b), Any additional requirements to comply with local security procedures 'TBD'
Para (d). Additional requirements. 'TBD'
II. NOTICE: The following contract clauses pertinent to this section are hereby incorporated in full text:
FEDERAL ACQUISITION REGULATION CONTRACT CLAUSES IN FULL TEXT
52.204-21 BASIC SAFEGUARDING OF COVERED CONTRACTOR INFORMATION SYSTEMS (NOV
2021)
(a)Definitions. As used in this clause--
Covered contractor information system means an information system that is owned or operated by a
contractor that processes, stores, or transmits Federal contract information.
SECTION I FA2391-23-R-2403
PAGE 31 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
Federal contract information means information, not intended for public release, that is provided by or
generated for the Government under a contract to develop or deliver a product or service to the
Government, but not including information provided by the Government to the public (such as on public
Web sites) or simple transactional information, such as necessary to process payments.
Information means any communication or representation of knowledge such as facts, data, or opinions, in
any medium or form, including textual, numerical, graphic, cartographic, narrative, or audiovisual
(Committee on National Security Systems Instruction (CNSSI) 4009).
Information system means a discrete set of information resources organized for the collection,
processing, maintenance, use, sharing, dissemination, or disposition of information (44 U.S.C. 3502).
Safeguarding means measures or controls that are prescribed to protect information systems.
(b)Safeguarding requirements and procedures.
(1)The Contractor shall apply the following basic safeguarding requirements and
procedures to protect covered contractor information systems. Requirements and procedures for basic
safeguarding of covered contractor information systems shall include, at a minimum, the following security
controls:
(i)Limit information system access to authorized users, processes acting on
behalf of authorized users, or devices (including other information systems).
(ii)Limit information system access to the types of transactions and functions that
authorized users are permitted to execute.
(iii)Verify and control/limit connections to and use of external information
systems.
(iv)Control information posted or processed on publicly accessible information
systems.
(v)Identify information system users, processes acting on behalf of users, or
devices.
(vi)Authenticate (or verify) the identities of those users, processes, or devices,
as a prerequisite to allowing access to organizational information systems.
(vii)Sanitize or destroy information system media containing Federal Contract
Information before disposal or release for reuse.
(viii)Limit physical access to organizational information systems, equipment, and
the respective operating environments to authorized individuals.
(ix)Escort visitors and monitor visitor activity; maintain audit logs of physical
access; and control and manage physical access devices.
(x)Monitor, control, and protect organizational communications (i.e., information
transmitted or received by organizational information systems) at the external boundaries and key internal
boundaries of the information systems.
(xi)Implement subnetworks for publicly accessible system components that are
physically or logically separated from internal networks.
SECTION I FA2391-23-R-2403
PAGE 32 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
(xii)Identify, report, and correct information and information system flaws in a
timely manner.
(xiii)Provide protection from malicious code at appropriate locations within
organizational information systems.
(xiv)Update malicious code protection mechanisms when new releases are
available.
(xv)Perform periodic scans of the information system and real-time scans of files
from external sources as files are downloaded, opened, or executed.
(2)Other requirements. This clause does not relieve the Contractor of any other specific
safeguarding requirements specified by Federal agencies and departments relating to covered contractor
information systems generally or other Federal safeguarding requirements for controlled unclassified
information (CUI) as established by Executive Order 13556.
(c)Subcontracts. The Contractor shall include the substance of this clause, including this
paragraph (c), in subcontracts under this contract (including subcontracts for the acquisition of
commercial products or commercial services, other than commercially available off-the-shelf items), in
which the subcontractor may have Federal contract information residing in or transiting through its
information system.
52.211-15 DEFENSE PRIORITY AND ALLOCATION REQUIREMENTS (APR 2008)
This is a rated order certified for national defense, emergency preparedness, and energy program use,
and the Contractor shall follow all the requirements of the Defense Priorities and Allocations System
regulation (15 CFR 700).
52.216-24 LIMITATION OF GOVERNMENT LIABILITY (APR 1984)
(a) In performing this contract, the Contractor is not authorized to make expenditures or incur
obligations exceeding 0.00 dollars.
(b) The maximum amount for which the Government shall be liable if this contract is terminated
is 0.00 dollars.
52.217-09 OPTION TO EXTEND THE TERM OF THE CONTRACT (MAR 2000)
(a) The Government may extend the term of this contract by written notice to the Contractor
within TBD; provided that the Government gives the Contractor a preliminary written notice of its intent to
extend at least TBD days before the contract expires. The preliminary notice does not commit the
Government to an extension.
(b) If the Government exercises this option, the extended contract shall be considered to include
this option clause.
(c) The total duration of this contract, including the exercise of any options under this clause,
shall not exceed TBD.
52.252-02 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)
This contract incorporates one or more clauses by reference, with the same force and effect as if they
were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full
text of a clause may be accessed electronically at this/these address(es):
SECTION I FA2391-23-R-2403
PAGE 33 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
https://www.acquisition.gov/browse/index/far
https://www.acquisition.gov/dfars
https://www.acquisition.gov/affars
52.252-06 AUTHORIZED DEVIATIONS IN CLAUSES (NOV 2020)
(a) The use in this solicitation or contract of any Federal Acquisition Regulation (48 CFR Chapter
1)clause with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
clause.
(b) The use in this solicitation or contract of any Defense Federal Acquisition Regulation
Supplement (48 CFR Chapter 2) clause with an authorized deviation is indicated by the addition of
"(DEVIATION)" after the name of the regulation.
DEFENSE FAR SUPP CONTRACT CLAUSES IN FULL TEXT
252.204-7012 SAFEGUARDING COVERED DEFENSE INFORMATION AND CYBER INCIDENT
REPORTING (JAN 2023)
(a)Definitions. As used in this clause
commensurate with the consequences and
probability of loss, misuse, or unauthorized access to, or modification of information.
policy of a system, in which unauthorized intentional or unintentional disclosure, modification, destruction,
or loss of an object, or the copying of information to unauthorized media may have occurred.
ifies the contractor(s),
whether directly or indirectly, by the grouping of information that can be traced back to the contractor(s)
(e.g., program description, facility locations), personally identifiable information, as well as trade secrets,
commercial or financial information, or other commercially sensitive information that is not customarily
shared outside of the company.
or for, a contractor and that processes, stores, or transmits covered defense information.
subject to controls on the access, use, reproduction, modification, performance, display, release,
disclosure, or dissemination. Controlled technical information would meet the criteria, if disseminated, for
distribution statements B through F using the criteria set forth in DoD Instruction 5230.24, Distribution
Statements on Technical Documents. The term does not include information that is lawfully publicly
available without restrictions.
for, a contractor and that processes, stores, or transmits covered defense information.
as described in the Controlled Unclassified Information (CUI) Registry at
http://www.archives.gov/cui/registry/category-list.html, that requires safeguarding or dissemination
controls pursuant to and consistent with law, regulations, and Governmentwide policies, and is
(1)Marked or otherwise identified in the contract, task order, or delivery order and
provided to the contractor by or on behalf of DoD in support of the performance of the contract; or
SECTION I FA2391-23-R-2403
PAGE 34 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
(2)Collected, developed, received, transmitted, used, or stored by or on behalf of the
contractor in support of the performance of the contract.
or an actual or potentially adverse effect on an information system and/or the information residing therein.
ing, and analyzing computer-related data for
investigative purposes in a manner that maintains the integrity of the data.
processing, maintenance, use, sharing, dissemination, or disposition of information.
that will have adverse impact on the confidentiality, integrity, or availability of an information system. This
definition includes a virus, worm, Trojan horse, or other code-based entity that infects a host, as well as
spyware and some forms of adware.
optical
disks, magnetic disks, large-scale integration memory chips, and printouts onto which covered defense
information is recorded, stored, or printed within a covered contractor information system.
services designated by the Government as critical for
airlift, sealift, intermodal transportation services, or logistical support that is essential to the mobilization,
deployment, or sustainment of the Armed Forces in a contingency operation.
clause at DFARS 252.227-7013, Rights in Technical Data-Other Than Commercial Products and
Commercial Services, regardless of whether or not the clause is incorporated in this solicitation or
contract. Examples of technical information include research and engineering data, engineering drawings,
and associated lists, specifications, standards, process sheets, manuals, technical reports, technical
orders, catalog-item identifications, data sets, studies and analyses and related information, and
computer software executable code and source code.
(b)Adequate security. The Contractor shall provide adequate security on all covered contractor
information systems. To provide adequate security, the Contractor shall implement, at a minimum, the
following information security protections:
(1)For covered contractor information systems that are part of an Information
Technology (IT) service or system operated on behalf of the Government, the following security
requirements apply:
(i)Cloud computing services shall be subject to the security requirements
specified in the clause 252.239-7010, Cloud Computing Services, of this contract.
(ii)Any other such IT service or system (i.e., other than cloud computing) shall be
subject to the security requirements specified elsewhere in this contract.
(2)For covered contractor information systems that are not part of an IT service of
system operated on behalf of the Government and therefore are not subject to the security requirement
specified at paragraph (b)(1) of this clause, the following security requirements apply:
(i)Except as provided in paragraph (b)(2)(ii) of this clause, the covered
contractor information system shall be subject to the security requirements in National Institute of
Standards and Technology (NIST) Special Publication (SP) 800-
SECTION I FA2391-23-R-2403
PAGE 35 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
http://dx.doi.org/10.6028/NIST.SP.800-171) in effect at the time the solicitation is issued or as authorized
by the Contracting Officer.
(ii)(A) The Contractor shall implement NIST SP 800-171, as soon as practical,
but not later than December 31, 2017. For all contracts awarded prior to October 1, 2017, the Contractor
shall notify the DoD Chief Information Officer (CIO), via email at osd.dibcsia@mail.mil, within 30 days of
contract award, of any security requirements specified by NIST SP 800-171 not implemented at the time
of contract award.
(B)The Contractor shall submit requests to vary from NIST SP 800-171 in writing
to the Contracting Officer, for consideration by the DoD CIO. The Contractor need not implement any
security requirement adjudicated by an authorized representative of the DoD CIO to be nonapplicable or
to have an alternative, but equally effective, security measure that may be implemented in its place.
indicating that a requirement is not applicable or that an alternative security measure is equally effective,
a copy of that approval shall be provided to the Contracting Officer when requesting its recognition under
this contract.
(D)If the Contractor intends to use an external cloud service provider to store,
process, or transmit any covered defense information in performance of this contract, the Contractor shall
require and ensure that the cloud service provider meets security requirements equivalent to those
established by the Government for the Federal Risk and Authorization Management Program (FedRAMP)
Moderate baseline https://www.fedramp.gov/resources/documents/) and that the cloud service provider
complies with requirements in paragraphs (c) through (g) of this clause for cyber incident reporting,
malicious software, media preservation and protection, access to additional information and equipment
necessary for forensic analysis, and cyber incident damage assessment.
(3)Apply other information systems security measures when the Contractor reasonably
determines that information systems security measures, in addition to those identified in paragraphs
(b)(1) and (2) of this clause, may be required to provide adequate security in a dynamic environment or to
accommodate special circumstances (e.g., medical devices) and any individual, isolated, or temporary
deficiencies based on an assessed risk or vulnerability. These measures may be addressed in a system
security plan.
(c)Cyber incident reporting requirement.
(1)When the Contractor discovers a cyber incident that affects a covered contractor
information system or the covered defense info
ability to perform the requirements of the contract that are designated as operationally critical support and
identified in the contrac, the Contractor shall
(i)Conduct a review for evidence of compromise of covered defense information,
including, but not limited to, identifying compromised computers, servers, specific data, and user
accounts. This review shall also include analyzing covered contractor information system(s) that were part
of t
been accessed as a result of the incident in order to identify compromised covered defense information,
operationally critical support; and
(ii)Rapidly report cyber incidents to DoD at https://dibnet.dod.mil.
(2)Cyber incident report. The cyber incident report shall be treated as information
created by or for DoD and shall include, at a minimum, the required elements at https://dibnet.dod.mil.
SECTION I FA2391-23-R-2403
PAGE 36 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
(3)Medium assurance certificate requirement. In order to report cyber incidents in
accordance with this clause, the Contractor or subcontractor shall have or acquire a DoD-approved
medium assurance certificate to report cyber incidents. For information on obtaining a DoD-approved
medium assurance certificate, see https://public.cyber.mil/eca/.
(d)Malicious software. When the Contractor or subcontractors discover and isolate malicious
software in connection with a reported cyber incident, submit the malicious software to DoD Cyber Crime
Center (DC3) in accordance with instructions provided by DC3 or the Contracting Officer. Do not send the
malicious software to the Contracting Officer.
(e)Media preservation and protection. When a Contractor discovers a cyber incident has
occurred, the Contractor shall preserve and protect images of all known affected information systems
identified in paragraph (c)(1)(i) of this clause and all relevant monitoring/packet capture data for at least
90 days from the submission of the cyber incident report to allow DoD to request the media or decline
interest.
(f)Access to additional information or equipment necessary for forensic analysis. Upon request
by DoD, the Contractor shall provide DoD with access to additional information or equipment that is
necessary to conduct a forensic analysis.
(g)Cyber incident damage assessment activities. If DoD elects to conduct a damage
assessment, the Contracting Officer will request that the Contractor provide all of the damage
assessment information gathered in accordance with paragraph (e) of this clause.
(h)DoD safeguarding and use of contractor attributional/proprietary information. The Government
shall protect against the unauthorized use or release of information obtained from the contractor (or
derived from information obtained from the contractor) under this clause that includes contractor
attributional/proprietary information, including such information submitted in accordance with paragraph
(c). To the maximum extent practicable, the Contractor shall identify and mark attributional/proprietary
information. In making an authorized release of such information, the Government will implement
appropriate procedures to minimize the contractor attributional/proprietary information that is included in
such authorized release, seeking to include only that information that is necessary for the authorized
purpose(s) for which the information is being released.
(i)Use and release of contractor attributional/proprietary information not created by or for DoD.
Information that is obtained from the contractor (or derived from information obtained from the contractor)
under this clause that is not created by or for DoD is authorized to be released outside of DoD
(1)To entities with missions that may be affected by such information;
(2)To entities that may be called upon to assist in the diagnosis, detection, or mitigation
of cyber incidents;
(3)To Government entities that conduct counterintelligence or law enforcement
investigations;
(4)For national security purposes, including cyber situational awareness and defense
purposes (including with Defense Industrial Base (DIB) participants in the program at 32 CFR part 236);
or
activities under a contract that includes the clause at 252.204-7009, Limitations on the Use or Disclosure
of Third-Party Contractor Reported Cyber Incident Information.
(j)Use and release of contractor attributional/proprietary information created by or for DoD.
Information that is obtained from the contractor (or derived from information obtained from the contractor)
SECTION I FA2391-23-R-2403
PAGE 37 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
under this clause that is created by or for DoD (including the information submitted pursuant to paragraph
(c)of this clause) is authorized to be used and released outside of DoD for purposes and activities
authorized by paragraph (i) of this clause, and for any other lawful Government purpose or activity,
release of such information.
(k)The Contractor shall conduct activities under this clause in accordance with applicable laws
and regulations on the interception, monitoring, access, use, and disclosure of electronic communications
and data.
(l)Other safeguarding or reporting requirements. The safeguarding and cyber incident reporting
required by this clause in no way abrogates the
incident reporting pertaining to its unclassified information systems as required by other applicable
clauses of this contract, or as a result of other applicable U.S. Government statutory or regulatory
requirements.
(m)Subcontracts. The Contractor shall
(1) Include this clause, including this paragraph (m), in subcontracts, or similar
contractual instruments, for operationally critical support, or for which subcontract performance will
involve covered defense information, including subcontracts for commercial products or commercial
services, without alteration, except to identify the parties. The Contractor shall determine if the information
required for subcontractor performance retains its identity as covered defense information and will require
protection under this clause, and, if necessary, consult with the Contracting Officer; and
(2)Require subcontractors to
(i)Notify the prime Contractor (or next higher-tier subcontractor) when submitting
a request to vary from a NIST SP 800-171 security requirement to the Contracting Officer, in accordance
with paragraph (b)(2)(ii)(B) of this clause; and
(ii)Provide the incident report number, automatically assigned by DoD, to the
prime Contractor (or next higher-tier subcontractor) as soon as practicable, when reporting a cyber
incident to DoD as required in paragraph (c) of this clause.
252.232-7007 LIMITATION OF GOVERNMENT'S OBLIGATION (APR 2014)
(a) Contract line item(s) TBD is/are incrementally funded. For this/these item (s), the sum of
TBD of the total price is presently available for payment and allotted to this contract. An allotment
schedule is set forth in paragraph (j) of this clause.
(b) For item(s) identified in paragraph (a) of this clause, the Contractor agrees to perform up to
the point at which the total amount payable by the Government, including reimbursement in the event of
termination of those item(s) for the Government's convenience, approximates the total amount currently
allotted to the contract. The Contractor is not authorized to continue work on those item(s) beyond that
point. The Government will not be obligated in any event to reimburse the Contractor in excess of the
amount allotted to the contract for those item(s) regardless of anything to the contrary in the clause
entitled "Termination for Convenience of the Government." As used in this clause, the total amount
payable by the Government in the event of termination of applicable contract line item(s) for convenience
includes costs, profit, and estimated termination settlement costs for those item(s).
(c) Notwithstanding the dates specified in the allotment schedule in paragraph (j) of this clause,
the Contractor will notify the Contracting Officer in writing at least ninety days prior to the date when, in
the Contractor's best judgment, the work will reach the point at which the total amount payable by the
Government, including any cost for termination for convenience, will approximate 85 percent of the total
amount then allotted to the contract for performance of the applicable item(s). The notification will state
SECTION I FA2391-23-R-2403
PAGE 38 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
(1)the estimated date when that point will be reached and (2) an estimate of additional funding, if any,
needed to continue performance of applicable line items up to the next scheduled date for allotment of
funds identified in paragraph (j) of this clause, or to a mutually agreed upon substitute date. The
notification will also advise the Contracting Officer of the estimated amount of additional funds that will be
required for the timely performance of the item(s) funded pursuant to this clause, for a subsequent period
as may be specified in the allotment schedule in paragraph (j) of this clause or otherwise agreed to by the
parties. If after such notification additional funds are not allotted by the date identified in the Contractor's
notification, or by an agreed substitute date, the Contracting Officer will terminate any item(s) for which
additional funds have not been allotted, pursuant to the clause of this contract entitled "Termination for
Convenience of the Government."
(d) When additional funds are allotted for continued performance of the contract line item(s)
identified in paragraph (a) of this clause, the parties will agree as to the period of contract performance
which will be covered by the funds. The provisions of paragraphs (b) through (d) of this clause will apply
in like manner to the additional allotted funds and agreed substitute date, and the contract will be modified
accordingly.
(e) If, solely by reason of failure of the Government to allot additional funds, by the dates
indicated below, in amounts sufficient for timely performance of the contract line item(s) identified in
paragraph (a) of this clause, the Contractor incurs additional costs or is delayed in the performance of the
work under this contract and if additional funds are allotted, an equitable adjustment will be made in the
price or prices (including appropriate target, billing, and ceiling prices where applicable) of the item(s), or
in the time of delivery, or both. Failure to agree to any such equitable adjustment hereunder will be a
dispute concerning a question of fact within the meaning of the clause entitled "Disputes."
(f) The Government may at any time prior to termination allot additional funds for the
performance of the contract line item(s) identified in paragraph (a) of this clause.
(g) The termination provisions of this clause do not limit the rights of the Government under the
clause entitled "Default." The provisions of this clause are limited to the work and allotment of funds for
the contract line item(s) set forth in paragraph (a) of this clause. This clause no longer applies once the
contract is fully funded except with regard to the rights or obligations of the parties concerning equitable
adjustments negotiated under paragraphs (d) or (e) of this clause.
(h) Nothing in this clause affects the rights of the Government to terminate this contract pursuant
to the clause of this contract entitled "Termination for Convenience of the Government."
(i) Nothing in this clause shall be construed as authorization of voluntary services whose
acceptance is otherwise prohibited under 31 U.S.C. 1342.
(j) The parties contemplate that the Government will allot funds to this contract in accordance
with the following schedule:
On execution of contract TBD
TBD TBD
TBD TBD
TBD TBD
Applies to Firm-Fixed-Price CLIN(s) only.
252.234-7002 EARNED VALUE MANAGEMENT SYSTEM (DEVIATION 2015-O0017) (SEP 2015)
(a) Definitions. As used in this clause--
generally complies with system criteria in paragraph (b) of this clause.
SECTION I FA2391-23-R-2403
PAGE 39 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
earned value management system guidelines in the ANSI/EIA-748.
hat materially affects the ability of officials of
the Department of Defense to rely upon information produced by the system that is needed for
management purposes.
(b) System criteria. In the performance of this contract, the Contractor shall use-
(1) An Earned Value Management System (EVMS) that complies with the EVMS
guidelines in the American National Standards Institute/Electronic Industries Alliance Standard 748,
Earned Value Management Systems (ANSI/EIA-748); and
(2) Management procedures that provide for generation of timely, reliable, and verifiable
information for the Contract Performance Report (CPR) and the Integrated Master Schedule (IMS)
required by the CPR and IMS data items of this contract.
(c) If this contract has a value of $100 million or more, the Contractor shall use an EVMS that
has been determined to be acceptable by the Cognizant Federal Agency (CFA). If, at the time of award,
guidelines as stated in paragraph (b)(1) of this clause, the Contractor shall apply its current system to the
(d) If this contract has a value of less than $100 million, the Government will not make a formal
-748 with
determi -748 for application to
reviewed and determined by the CFA to be in compliance with the EVMS guidelines in ANSI/EIA-748.
(e) The Contractor shall submit notification of any proposed substantive changes to the EVMS
procedures and the impact of those changes to the CFA. If this contract has a value of $100 million or
more, unless a waiver is granted by the CFA, any EVMS changes proposed by the Contractor require
approval of the CFA prior to implementation. The CFA will advise the Contractor of the acceptability of
such changes as soon as practicable (generally within 30 calendar days)
notice of proposed changes. If the CFA waives the advance approval requirements, the Contractor shall
disclose EVMS changes to the CFA at least 14 calendar days prior to the effective date of
implementation.
(f) The Government will schedule integrated baseline reviews as early as
practicable, and the review process will be conducted not later than 180 calendar days after-
(1) Contract award;
(2) The exercise of significant contract options; and
(3) The incorporation of major modifications.
be used for performance measurement to ensure complete coverage of the statement of work, logical
scheduling of the work activities, adequate resourcing, and identification of inherent risks.
(g) The Contractor shall provide access to all pertinent records and data requested by the
Contracting Officer or duly authorized representative as necessary to permit Government surveillance to
ensure that the EVMS complies, and continues to comply, with the performance criteria referenced in
paragraph (b) of this clause.
SECTION I FA2391-23-R-2403
PAGE 40 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
(h) When indicated by contract performance, the Contractor shall submit a request for approval
to initiate an over-target baseline or over-target schedule to the Contracting Officer. The request shall
include a top-level projection of cost and/or schedule growth, a determination of whether or not
performance variances will be retained, and a schedule of implementation for the rebaselining. The
Government will acknowledge receipt of the request in a timely manner (generally within 30 calendar
days).
(i) Significant deficiencies.
(1) The Contracting Officer will provide an initial determination to the Contractor, in
writing, of any significant deficiencies. The initial determination will describe the deficiency in sufficient
detail to allow the Contractor to understand the deficiency.
(2) The Contractor shall respond within 30 days to a written initial determination from the
Contracting Officer that identifies significant deficiencies in the Contractor's EVMS. If the Contractor
disagrees with the initial determination, the Contractor shall state, in writing, its rationale for disagreeing.
(3) The Contracting Officer will evaluate the Contractor's response and notify the
-
(i) Remaining significant deficiencies;
(ii) The adequacy of any proposed or completed corrective action;
with the earned value management system guidelines in the ANSI/EIA-748; and
(iv) System disapproval, if initial EVMS validation is not successfully completed
within the timeframe approved by the Contracting Officer, or if the Contracting Officer determines that the
Contractor's earned value management system contains one or more significant deficiencies in high-risk
guidelines in ANSI/EIA-748 standards (guidelines 1, 3, 6, 7, 8, 9, 10, 12, 16, 21, 23, 26, 27, 28, 30, or 32).
When the Contracting Officer determines that the existing earned value management system contains
one or more significant deficiencies in one or more of the remaining 16 guidelines in ANSI/EIA-748
standards, the Contracting Officer will use discretion to disapprove the system based on input received
from functional specialists and the auditor.
(4)
deficiencies, the Contractor shall, within 45 days of receipt of the final determination, either correct the
significant deficiencies or submit an acceptable corrective action plan showing milestones and actions to
eliminate the significant deficiencies.
(j) Withholding payments. If the Contracting Officer makes a final determination to disapprove
42-7005
http://www.acq.osd.mil/dpap/dars/dfars/html/current/252242.htm, Contractor Business Systems, the
Contracting Officer will withhold payments in accordance with that clause.
(k) With the exception of paragraphs (i) and (j) of this clause, the Contractor shall require its
subcontractors to comply with EVMS requirements as follows:
(1)For subcontracts valued at $100 million or more, the following subcontractors shall
comply with the requirements of this clause: TBD
(2)For subcontracts valued at less than $100 million, the following subcontractors shall
comply with the requirements of this clause, excluding the requirements of paragraph (c) of this clause:
TBD
SECTION I FA2391-23-R-2403
PAGE 41 OF 43
---
PART II - CONTRACT CLAUSES
SECTION I - CONTRACT CLAUSES
AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT CONTRACT CLAUSES IN FULL
TEXT
5352.242-9001 COMMON ACCESS CARDS (CAC) FOR CONTRACTOR PERSONNEL-AFRL (OCT
2019)
(a)For installation(s)/location(s) cited in the contract, contractors shall ensure Common Access
Cards (CACs) are obtained by all contract or subcontract personnel who meet one or both of the following
criteria:
(1)Require logical access to Department of Defense computer networks and systems in
either:
(i)the unclassified environment; or
(ii)the classified environment where authorized by governing security directives.
(2)Perform work, which requires the use of a CAC for installation entry control or
physical access to facilities and buildings.
(b)Contractors and their personnel shall use the following procedures to obtain CACs:
(1)Contractors shall provide a listing of personnel who require a CAC to the contracting
officer. The government will provide the contractor instruction on how to complete the Contractor
Verification System (CVS) application and then notify the contractor when approved.
(2)Contractor personnel shall obtain a CAC from the nearest Real Time Automated
Personnel Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military
Personnel Flight (MPF)).
(c)While visiting or performing work on installation(s)/location(s), contractor personnel shall wear
or prominently display the CAC as required by the governing local policy.
(d)During the performance period of the contract, the contractor shall:
(1)Within 7 working days of any changes to the listing of the contract personnel
authorized a CAC, provide an updated listing to the contracting officer who will provide the updated listing
to the authorizing government official;
(2)Return CACs in accordance with local policy/directives within 7 working days of a
change in status for contractor personnel who no longer require logical or physical access;
(3)Return CACs in accordance with local policy/directives within 7 working days following
a CACs expiration date; and
(4)Report lost or stolen CACs in accordance with local policy/directives.
(e)Within 7 working days following completion/termination of the contract, the contractor shall
return all CACs issued to their personnel to the issuing office or the location specified by local
policy/directives.
(f)Failure to comply with these requirements may result in withholding of final payment.
SECTION I FA2391-23-R-2403
PAGE 42 OF 43
---
PART III - LIST OF DOCUMENTS, EXHIBITS & ATTACHMENTS
SECTION J - LIST OF ATTACHMENTS
DOCUMENT PGS DATE TITLE
EXHIBIT A 0 03 MAY 2023 CONTRACT DATA REQUIREMENTS LIST (CDRLS)
ATTACHMENT 1 0 STATEMENT OF WORK (SOW)
ATTACHMENT 2 0 STATEMENT OF WORK SUPPLEMENTAL
REQUIREMENTS
ATTACHMENT 3 0 DD FORM 254, CONTRACT SECURITY
CLASSIFICATION SPECIFICATION
ATTACHMENT 4 0 INDIVIDUAL SMALL BUSINESS
SUBCONTRACTING PLAN
ATTACHMENT 5 0 DFARS PGI 204.7108(B)(2) PAYMENT
INSTRUCTIONS
ATTACHMENT 6 0 AFRL ANSI_NISO BASED GUIDE
ATTACHMENT 7 0 SF 298
SECTION J FA2391-23-R-2403
PAGE 43 OF 43
---
FA2391-23-R-2403
Exhibit A
CONTRACT DATA REQUIREMENTS LIST (CDRL)
Placeholder
---
FA2391-23-R-2403
Attachment 1
STATEMENT OF WORK
Placeholder
DATE
1.0 Objective:
Insert Objective here
2.0 Scope:
Insert Scope here
3.0 Tasks:
Insert Tasks here
4.0 Operational Security (OPSEC):
Operations Security (OPSEC) must be an integral part of our daily activities. As the Contractor
maintains security on future technologies that are vital to national interest, the Contractor must
recognize and prepare for the threat poised against such technology. Department of Defense
policies mandate a high degree of security throughout the acquisition process.
However, heightened security awareness and threat-based countermeasures are particularly
essential during the research and development phase when our technology is most vulnerable to
espionage, sabotage, or exploitation. It is the obligation of each employee or person involved in
execution of this SOW to be constantly aware of and strictly adhere to security requirements
designed to protect sensitive unclassified and other information and resources produced by
acquisition, research and development, and technological security efforts outlined in this SOW.
The Contractor shall ensure employees receive training and follow appropriate OPSEC measures
during the performance of the resulting contract.
---
FA2391-23-R-2403
Attachment 2
STATEMENT OF WORK (SOW)
SUPPLEMENTAL REQUIREMENTS (AFRL/PZL)
Placeholder
---
FA2391-23-R-2403
Attachment 3
DD FORM 254 CONTRACT SECURITY CLASSIFICATION SPECIFICATION
Placeholder
---
FA2391-23-R-2403
Attachment 4
INDIVIDUAL SMALL BUSINESS SUBCONTRACTING PLAN
Placeholder
DATE
If applicable, as required by FAR 19.702
Must contain requirements prescribed in FAR 19.704
FA8650-23-D-XXXX
Attachment 4
Page 1 of 1
---
FA2391-23-R-2403
Attachment 5
DFARS PGI 204.7108(b)(2) Payment Instructions
The payment office shall allocate and record the amounts paid to the accounting classification
citations in the contract using the table below based on the type of payment request submitted
(see DFARS 252.232-7006) and the type of effort.
Type of Payment Office
Contract/Order Payment
Payment Clause Request Supply Service Construction Allocation Method
52.212-4 (Alt I), Cost Voucher X X N/A Line item specific
Contract Terms and proration. If there is more
Conditions than one ACRN within a
Commercial Items deliverable line or
deliverable subline item,
52.216-7, Allowable the funds will be allocated
Cost and Payment in the same proportion as
the amount of funding
52.232-7, Payments currently unliquidated for
under Time-and- each ACRN on the
Materials and Labor- deliverable line or
Hour Contracts deliverable subline item
for which payment is
requested.
52.232-1, Payments Navy X N/A N/A Line Item specific by
Shipbuilding fiscal year. If there is more
Invoice (Fixed than one ACRN within a
Price) deliverable line or
deliverable subline item,
the funds will be allocated
using the oldest funds. In
the event of a deliverable
line or deliverable subline
item with two ACRNs
with the same fiscal year,
those amounts will be
prorated to the available
unliquidated funds for that
year.
52.232-1, Payments; Invoice X X N/A Line Item Specific
proration. If there is more
52.232-2, Payments than one ACRN within a
under Fixed-Price deliverable line or
Research and deliverable subline item,
the funds will be allocated
in the same proportion as
---
FA2391-23-R-2403
Attachment 5
Development the amount of funding
Contracts; currently unliquidated for
each ACRN on the
52.232-3, Payments deliverable line or
under Personal deliverable subline item
Services Contracts; for which payment is
requested.
52.232-4, Payments
under Transportation
Contracts and
Transportation-
Related Services
Contracts; and
52.232-6, Payments
under
Communication
Service Contracts
with Common
Carriers
52.232-5, Payments Construction N/A N/A X Line Item specific by
Under Fixed-Price Payment fiscal year. If there is more
Construction Invoice than one ACRN within a
Contracts deliverable line or
deliverable subline item,
the funds will be allocated
using the oldest funds. In
the event of a deliverable
line or deliverable subline
item with two ACRNs
with the same fiscal year,
those amounts will be
prorated to the available
unliquidated funds for that
year.
52.232-16, Progress Progress X X N/A Contract-wide proration.
Payments Payment* Funds shall be allocated in
the same proportion as the
amount of funding
currently unliquidated for
each ACRN. Progress
Payments are considered
contract level financing,
shall reflect the fixed price
---
[Document continues — 26 more pages]
---
Atch 3 - Section K Representations and Certifications
FA2391-23-S-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
I. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated by
reference:
A. FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS
52.204-16 COMMERCIAL AND GOVERNMENT ENTITY CODE REPORTING (AUG 2020)
52.204-17 OWNERSHIP OR CONTROL OF OFFEROR (AUG 2020)
52.209-13 VIOLATION OF ARMS CONTROL TREATIES OR AGREEMENTS-CERTIFICATION
(NOV 2021)
52.225-25 PROHIBITION ON CONTRACTING WITH ENTITIES ENGAGING IN CERTAIN
ACTIVITIES OR TRANSACTIONS RELATING TO IRAN--REPRESENTATION AND
CERTIFICATIONS (JUN 2020)
B. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT SOLICITATION PROVISIONS
252.204-7008 COMPLIANCE WITH SAFEGUARDING COVERED DEFENSE INFORMATION
CONTROLS (OCT 2016)
252.204-7016 COVERED DEFENSE TELECOMMUNICATIONS EQUIPMENT OR SERVICES
REPRESENTATION (DEC 2019)
252.204-7017 PROHIBITION ON THE ACQUISITION OF COVERED DEFENSE
TELECOMMUNICATIONS EQUIPMENT OR SERVICES REPRESENTATION (MAY
2021)
252.225-7055 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO
REGIME (MAY 2022)
252.225-7057 PREAWARD DISCLOSURE OF EMPLOYMENT OF INDIVIDUALS WHO WORK IN THE
252.225-7974 REPRESENTATION REGARDING BUSINESS OPERATIONS WITH THE MADURO
REGIME (DEVIATION 2020-O0005) (FEB 2020)
II. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated in full
text:
FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS IN FULL TEXT
52.204-05 WOMEN-OWNED BUSINESS (OTHER THAN SMALL BUSINESS) (OCT 2014)
(a) Definition. "Women-owned business concern," as used in this provision, means a concern
that is at least 51 percent owned by one or more women; or in the case of any publicly owned business,
at least 51 percent of its stock is owned by one or more women; and whose management and daily
business operations are controlled by one or more women.
(b)Representation. (Complete only if the offeror is a women-owned business concern and has
not represented itself as a small business concern in paragraph (c)(1) of FAR 52.219-1, Small Business
Program Representation, of this solicitation.) The offeror represents that it [ ] is a women-owned
business concern.
52.204-08 ANNUAL REPRESENTATIONS AND CERTIFICATIONS (DEC 2022)
(a)
(1) The North American Industry Classification System (NAICS) code for this acquisition
is 541715.
SECTION K FA2391-23-R-2403
PAGE K - 1 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(2) The small business size standard is 1,000.
(3)The small business size standard for a concern that submits an offer, other than on a
construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture,
process, or produce is 500 employees if the acquisition-
(i)Is set aside for small business and has a value above the simplified acquisition
threshold;
(ii)Uses the HUBZone price evaluation preference regardless of dollar value,
unless the offeror waives the price evaluation preference; or
(iii)Is an 8(a), HUBZone, service-disabled veteran-owned, economically
disadvantaged women-owned, or women-owned small business set-aside or sole-source award
regardless of dollar value.
(b)
(1)If the provision at 52.204-7, System for Award Management, is included in this
solicitation, paragraph (d) of this provision applies.
(2)If the provision at 52.204-7, System for Award Management, is not included in this
solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the
Offeror may choose to use paragraph (d) of this provision instead of completing the corresponding
individual representations and certifications in the solicitation. The Offeror shall indicate which option
applies by checking one of the following boxes:
[ ] (i) Paragraph (d) applies.
[ ] (ii) Paragraph (d) does not apply and the offeror has completed the individual
representations and certifications in the solicitation.
(c)
(1)The following representations or certifications in SAM are applicable to this solicitation
as indicated:
(i)52.203-2, Certificate of Independent Price Determination. This provision
applies to solicitations when a firm-fixed-price contract or fixed-price contract with economic price
adjustment is contemplated, unless
(A)The acquisition is to be made under the simplified acquisition
procedures in Part 13;
(B)The solicitation is a request for technical proposals under two-step
sealed bidding procedures; or
(C)The solicitation is for utility services for which rates are set by law or
regulation.
(ii)52.203-11, Certification and Disclosure Regarding Payments to Influence
Certain Federal Transactions. This provision applies to solicitations expected to exceed $150,000.
SECTION K FA2391-23-R-2403
PAGE K - 2 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(iii)52.203-18, Prohibition on Contracting with Entities that Require Certain
Internal Confidentiality Agreements or Statements -- Representation. This provision applies to all
solicitations.
(iv)52.204-3, Taxpayer Identification. This provision applies to solicitations that
do not include the provision at 52.204-7, System for Award Management.
(v)52.204-5, Women-Owned Business (Other Than Small Business). This
provision applies to solicitations that-
(A)Are not set aside for small business concerns;
(B)Exceed the simplified acquisition threshold; and
(C)Are for contracts that will be performed in the United States or its
outlying areas.
(vi)52.204-26, Covered Telecommunications Equipment or Services-
Representation. This provision applies to all solicitations.
(vii) 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations--
Representation.
(viii)52.209-5, Certification Regarding Responsibility Matters. This provision
applies to solicitations where the contract value is expected to exceed the simplified acquisition threshold.
(ix)52.209-11, Representation by Corporations Regarding Delinquent Tax
Liability or a Felony Conviction under any Federal Law. This provision applies to all solicitations.
(x)52.214-14, Place of Performance--Sealed Bidding. This provision applies to
invitations for bids except those in which the place of performance is specified by the Government.
(xi)52.215-6, Place of Performance. This provision applies to solicitations unless
the place of performance is specified by the Government.
(xii)52.219-1, Small Business Program Representations (Basic, Alternates I, and
II). This provision applies to solicitations when the contract is for supplies to be delivered or services to be
performed in the United States or its outlying areas, or when the contracting officer has applied part 19 in
accordance with 19.000(b)(1)(ii).
(A)The basic provision applies when the solicitations are issued by other
than DoD, NASA, and the Coast Guard.
(B)The provision with its Alternate I applies to solicitations issued by
DoD, NASA, or the Coast Guard.
(C) The provision with its Alternate II applies to solicitations that will
result in a multiple-award contract with more than one NAICS code assigned.
(xiii)52.219-2, Equal Low Bids. This provision applies to solicitations when
contracting by sealed bidding and the contract is for supplies to be delivered or services to be performed
in the United States or its outlying areas, or when the contracting officer has applied part 19 in
accordance with 19.000(b)(1)(ii).
SECTION K FA2391-23-R-2403
PAGE K - 3 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(xiv)52.222-22, Previous Contracts and Compliance Reports. This provision
applies to solicitations that include the clause at 52.222-26, Equal Opportunity.
(xv)52.222-25, Affirmative Action Compliance. This provision applies to
solicitations, other than those for construction, when the solicitation includes the clause at
52.222-26, Equal Opportunity.
(xvi) 52.222- Reporting
Requirements. This provision applies to solicitations when it is anticipated the contract award will exceed
the simplified acquisition threshold and the contract is not for acquisition of commercial products or
commercial services.
(xvii)52.223-1, Biobased Product Certification. This provision applies to
solicitations that require the delivery or specify the use of USDA-designated items; or include the clause
at 52.223-2, Affirmative Procurement of Biobased Products Under Service and Construction Contracts.
(xviii)52.223-4, Recovered Material Certification. This provision applies to
solicitations that are for, or specify the use of, EPA- designated items.
(xix)52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction
Goals - Representation. This provision applies to solicitations that include the clause at 52.204-7.
(xx)52.225-2, Buy American Certificate. This provision applies to solicitations
containing the clause at 52.225-1.
(xxi)52.225-4, Buy American-Free Trade Agreements-Israeli Trade Act
Certificate. (Basic, Alternates II and III.) This provision applies to solicitations containing the clause at
52.225-3.
(A)If the acquisition value is less than $50,000, the basic provision
applies.
(B)If the acquisition value is $50,000 or more but is less than $92,319,
the provision with its Alternate II applies.
(C)If the acquisition value is $92,319 or more but is less than $100,000,
the provision with its Alternate III applies.
(xxii)52.225-6, Trade Agreements Certificate. This provision applies to
solicitations containing the clause at 52.225-5.
(xxiii)52.225-20, Prohibition on Conducting Restricted Business Operations in
Sudan--Certification. This provision applies to all solicitations
(xxiv) 52.225-25, Prohibition on Contracting with Entities Engaging in Certain
Activities or Transactions Relating to Iran-Representation and Certification. This provision applies to all
solicitations.
(xxv)52.226-2, Historically Black College or University and Minority Institution
Representation. This provision applies to solicitations for research, studies, supplies, or services of the
type normally acquired from higher educational institutions; and
(2)The following representations or certifications are applicable as indicated by the
Contracting Officer:
[Contracting Officer check as appropriate.]
SECTION K FA2391-23-R-2403
PAGE K - 4 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
Applies ------(i) 52.204-17, Ownership or Control of Offeror.
Applies ------- (ii) 52.204-20, Predecessor of Offeror
TBD ------(iii) 52.222-18, Certification Regarding Knowledge of Child Labor for
Listed End Products.
TBD ------(iv) 52.222-48, Exemption from Application of the Service Contract
Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment--Certification.
TBD ------(v) 52.222-52 Exemption from Application of the Service Contract Labor
Standards to Contracts for Certain Services--Certification.
TBD ------(vi) 52.223-9, with its Alternate I, Estimate of Percentage of Recovered
Material Content for EPA-Designated Products (Alternate I only).
TBD ------(vii) 52.227-6, Royalty Information.
TBD ------ (A) Basic.
TBD ------ (B) Alternate I.
TBD ------(viii) 52.227-15, Representation of Limited Rights Data and Restricted
Computer Software.
(d)The Offeror has completed the annual representations and certifications electronically in SAM
accessed through https://www.sam.gov. After reviewing the SAM information, the Offeror verifies by
submission of the offer that the representations and certifications currently posted electronically that apply
to this solicitation as indicated in paragraph (c) of this provision have been entered or updated within the
last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business
size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and
are incorporated in this offer by reference (see FAR 4.1201); except for the changes identified below
[offeror to insert changes, identifying change by clause number, title, date]. These amended
representation(s) and/or certification(s) are also incorporated in this offer and are current, accurate, and
complete as of the date of this offer.
FAR Clause Title Date Change
Any changes provided by the offeror are applicable to this solicitation only, and do not result in an update
to the representations and certifications posted on SAM.
52.204-20 PREDECESSOR OF OFFEROR (AUG 2020)
(a)Definitions. As used in this provision--
Commercial and Government Entity (CAGE) code means--
(1)An identifier assigned to entities located in the United States and its outlying areas by the
Defense Logistics Agency (DLA) Contractor and Government Entity (CAGE) Branch to identify a
commercial or government entity by unique location, or
(2)An identifier assigned by a member of the North Atlantic Treaty Organization (NATO) or by the
NATO Support and Procurement Agency (NSPA) to entities located outside the United States and its
SECTION K FA2391-23-R-2403
PAGE K - 5 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
outlying areas that DLA Commercial and Government Entity (CAGE) Branch records and maintains in the
CAGE master file. This type of code is known as a NATO CAGE (NCAGE) code.
"Predecessor" means an entity that is replaced by a successor and includes any predecessors of the
predecessor.
"Successor" means an entity that has replaced a predecessor by acquiring the assets and carrying out
the affairs of the predecessor under a new name (often through acquisition or merger). The term
``successor'' does not include new offices/divisions of the same company or a company that only changes
its name. The extent of the responsibility of the successor for the liabilities of the predecessor may vary,
depending on State law and specific circumstances.
(b)The Offeror represents that it [ ] is or [ ] is not a successor to a predecessor that held a Federal
contract or grant within the last three years.
(c)If the Offeror has indicated ``is'' in paragraph (b) of this provision, enter the following information for all
predecessors that held a Federal contract or grant within the last three years (if more than one
predecessor, list in reverse chronological order):
Predecessor CAGE code: ____________ (or mark ``Unknown'').
Predecessor legal name: _____________.
(Do not use a ``doing business as'' name).
52.204-24 REPRESENTATION REGARDING CERTAIN TELECOMMUNICATIONS AND VIDEO
SURVEILLANCE SERVICES OR EQUIPMENT (NOV 2021)
The Offeror shall not complete the representation at paragraph (d)(1) of this provision if the Offeror has
represented that it "does not provide covered telecommunications equipment or services as a part of its
offered products or services to the Government in the performance of any contract, subcontract, or other
contractual instrument" in paragraph (c)(1) in the provision at 52.204-26, Covered Telecommunications
Equipment or Services-Representation, or in paragraph (v)(2)(i) of the provision at 52.212-3, Offeror
Representations and Certifications-Commercial Products or Commercial Services. The Offeror shall not
complete the representation in paragraph (d)(2) of this provision if the Offeror has represented that it
"does not use covered telecommunications equipment or services, or any equipment, system, or service
that uses covered telecommunications equipment or services" in paragraph (c)(2) of the provision at
52.204-26, or in paragraph (v)(2)(ii) of the provision at 52.212-3.
(a)Definitions. As used in this provision-
Backhaul, covered telecommunications equipment or services, critical technology, interconnection
arrangements, reasonable inquiry, roaming, and substantial or essential component have the meanings
provided in the clause 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video
Surveillance Services or Equipment.
(b)Prohibition. (1) Section 889(a)(1)(A) of the John S. McCain National Defense Authorization
Act for Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August
13, 2019, from procuring or obtaining, or extending or renewing a contract to procure or obtain, any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system. Nothing
in the prohibition shall be construed to-
SECTION K FA2391-23-R-2403
PAGE K - 6 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(i)Prohibit the head of an executive agency from procuring with an entity to
provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or
interconnection arrangements; or
(ii)Cover telecommunications equipment that cannot route or redirect user data
traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise
handles.
(2)Section 889(a)(1)(B) of the John S. McCain National Defense Authorization Act for
Fiscal Year 2019 (Pub. L. 115-232) prohibits the head of an executive agency on or after August 13,
2020, from entering into a contract or extending or renewing a contract with an entity that uses any
equipment, system, or service that uses covered telecommunications equipment or services as a
substantial or essential component of any system, or as critical technology as part of any system. This
prohibition applies to the use of covered telecommunications equipment or services, regardless of
whether that use is in performance of work under a Federal contract. Nothing in the prohibition shall be
construed to-
(i)Prohibit the head of an executive agency from procuring with an entity to
provide a service that connects to the facilities of a third-party, such as backhaul, roaming, or
interconnection arrangements; or
(ii)Cover telecommunications equipment that cannot route or redirect user data
traffic or cannot permit visibility into any user data or packets that such equipment transmits or otherwise
handles.
(c)Procedures. The Offeror shall review the list of excluded parties in the System for Award
Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for
(d)Representations. The Offeror represents that-
Government in the performance of any contract, subcontract or other contractual instrument resulting
from this solicitation. The Offeror shall provide the additional disclosure information required at paragraph
section; and
(2)After conducting a reasonable inquiry, for purposes of this representation, the Offeror
represents that-
any equipment, system, or service that uses covered telecommunications equipment or services. The
Offeror shall provide the additional disclosure information required at paragraph (e)(2) of this section if the
(e)Disclosures. (1) Disclosure for the representation in paragraph (d)(1) of this provision. If the
provide the following information as part of the offer:
(i)For covered equipment-
(A)The entity that produced the covered telecommunications equipment
(include entity name, unique entity identifier, CAGE code, and whether the entity was the original
equipment manufacturer (OEM) or a distributor, if known);
SECTION K FA2391-23-R-2403
PAGE K - 7 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(B)A description of all covered telecommunications equipment offered
(include brand; model number, such as OEM number, manufacturer part number, or wholesaler number;
and item description, as applicable); and
(C)Explanation of the proposed use of covered telecommunications
equipment and any factors relevant to determining if such use would be permissible under the prohibition
in paragraph (b)(1) of this provision.
(ii)For covered services-
(A)If the service is related to item maintenance: A description of all
covered telecommunications services offered (include on the item being maintained: Brand; model
number, such as OEM number, manufacturer part number, or wholesaler number; and item description,
as applicable); or
(B)If not associated with maintenance, the Product Service Code (PSC)
of the service being provided; and explanation of the proposed use of covered telecommunications
services and any factors relevant to determining if such use would be permissible under the prohibition in
paragraph (b)(1) of this provision.
(2)Disclosure for the representation in paragraph (d)(2) of this provision. If the Offeror
the following information as part of the offer:
(i)For covered equipment-
(A)The entity that produced the covered telecommunications equipment
(include entity name, unique entity identifier, CAGE code, and whether the entity was the OEM or a
distributor, if known);
(B)A description of all covered telecommunications equipment offered
(include brand; model number, such as OEM number, manufacturer part number, or wholesaler number;
and item description, as applicable); and
(C)Explanation of the proposed use of covered telecommunications
equipment and any factors relevant to determining if such use would be permissible under the prohibition
in paragraph (b)(2) of this provision.
(ii)For covered services-
(A)If the service is related to item maintenance: A description of all
covered telecommunications services offered (include on the item being maintained: Brand; model
number, such as OEM number, manufacturer part number, or wholesaler number; and item description,
as applicable); or
(B)If not associated with maintenance, the PSC of the service being
provided; and explanation of the proposed use of covered telecommunications services and any factors
relevant to determining if such use would be permissible under the prohibition in paragraph (b)(2) of this
provision.
52.204-26 COVERED TELECOMMUNICATIONS EQUIPMENT OR SERVICES-REPRESENTATION
(OCT 2020)
ing provided in the clause 52.204-25, Prohibition on Contracting
for Certain Telecommunications and Video Surveillance Services or Equipment.
SECTION K FA2391-23-R-2403
PAGE K - 8 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(b)Procedures. The Offeror shall review the list of excluded parties in the System for Award
Management (SAM) (https://www.sam.gov) for entities excluded from receiving federal awards for
(c)Representations. (1) The Offeror represents that it [ ] does, [ ] does not provide covered
telecommunications equipment or services as a part of its offered products or services to the Government
in the performance of any contract, subcontract, or other contractual instrument.
(2)After conducting a reasonable inquiry for purposes of this representation, the offeror
represents that it [ ] does, [ ] does not use covered telecommunications equipment or services, or any
equipment, system, or service that uses covered telecommunications equipment or services.
52.209-02 PROHIBITION ON CONTRACTING WITH INVERTED DOMESTIC CORPORATIONS --
REPRESENTATION (NOV 2015)
this contract entitled Prohibition on Contracting with Inverted Domestic Corporations (52.209-10).
(b)Government agencies are not permitted to use appropriated (or otherwise made available) funds for
contracts with either an inverted domestic corporation, or a subsidiary of an inverted domestic
corporation, unless the exception at 9.108-2(b) applies or the requirement is waived in accordance with
the procedures at 9.108-4.
(c)Representation. The offeror represents that
(1)It [ ] is, [ ] is not an inverted domestic corporation; and
(2)It [ ] is, [ ] is not a subsidiary of an inverted domestic corporation.
52.209-05 CERTIFICATION REGARDING RESPONSIBILITY MATTERS (AUG 2020)
(a)
(1)The Offeror certifies, to the best of its knowledge and belief, that --
(i)The Offeror and/or any of its Principals --
(A)Are [ ] are not [ ] presently debarred, suspended, proposed for
debarment, or declared ineligible for the award of contracts by any Federal agency;
(B)Have [ ] have not [ ], within a three-year period preceding this offer,
been convicted of or had a civil judgment rendered against them for: commission of fraud or a criminal
offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local)
contract or subcontract; violation of Federal or State antitrust statutes relating to the submission of offers;
or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making
false statements, tax evasion, violating Federal criminal tax laws, or receiving stolen property (if offeror
-7, if included in this solicitation); and
(C)Are [ ] are not [ ] presently indicted for, or otherwise criminally or
civilly charged by a governmental entity with, commission of any of the offenses enumerated in paragraph
(a)(1)(i)(B) of this provision; and
(D) Have [ ] have not [ ] within a three-year period preceding this offer,
been notified of any delinquent Federal taxes in an amount that exceeds the threshold at 9.104-5(a)(2) for
which the liability remains unsatisfied.
SECTION K FA2391-23-R-2403
PAGE K - 9 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(1)Federal taxes are considered delinquent if both of the
following criteria apply:
(i)The tax liability is finally determined. The liability is
finally determined if it has been assessed. A liability is not finally determined if there is a pending
administrative or judicial challenge. In the case of a judicial challenge to the liability, the liability is not
finally determined until all judicial appeal rights have been exhausted.
(ii)The taxpayer is delinquent in making payment. A
taxpayer is delinquent if the taxpayer has failed to pay the tax liability when full payment was due and
required. A taxpayer is not delinquent in cases where enforced collection action is precluded.
(2)Examples.
(i)The taxpayer has received a statutory notice of
deficiency, under I.R.C. §6212, which entitles the taxpayer to seek Tax Court review of a proposed tax
deficiency. This is not a delinquent tax because it is not a final tax liability. Should the taxpayer seek Tax
Court review, this will not be a final tax liability until the taxpayer has exercised all judicial appeal rights.
(ii)The IRS has filed a notice of Federal tax lien with
respect to an assessed tax liability, and the taxpayer has been issued a notice under I.R.C. §6320
entitling the taxpayer to request a hearing with the IRS Office of Appeals contesting the lien filing, and to
further appeal to the Tax Court if the IRS determines to sustain the lien filing. In the course of the hearing,
the taxpayer is entitled to contest the underlying tax liability because the taxpayer has had no prior
opportunity to contest the liability. This is not a delinquent tax because it is not a final tax liability. Should
the taxpayer seek tax court review, this will not be a final tax liability until the taxpayer has exercised all
judicial appeal rights.
(iii)The taxpayer has entered into an installment
agreement pursuant to I.R.C. §6159. The taxpayer is making timely payments and is in full compliance
with the agreement terms. The taxpayer is not delinquent because the taxpayer is not currently required
to make full payment.
(iv)The taxpayer has filed for bankruptcy protection. The
taxpayer is not delinquent because enforced collection action is stayed under 11 U.S.C. 362 (the
Bankruptcy Code).
(ii)The Offeror has [ ] has not [ ], within a three-year period preceding this
offer, had one or more contracts terminated for default by any Federal agency.
this certification, means an officer; director; owner;
partner; or a person having primary management or supervisory responsibilities within a business entity
(e.g., general manager; plant manager; head of a division or business segment; and similar positions).
This Certification Concerns a Matter Within the Jurisdiction of an Agency of the United States and the
Making of a False, Fictitious, or Fraudulent Certification May Render the Maker Subject to Prosecution
Under Section 1001, Title 18, United States Code.
(b)The Offeror shall provide immediate written notice to the Contracting Officer if, at any time
prior to contract award, the Offeror learns that its certification was erroneous when submitted or has
become erroneous by reason of changed circumstances.
(c)A certification that any of the items in paragraph (a) of this provision exists will not necessarily
result in withholding of an award under this solicitation. However, the certification will be considered in
connection with a determination of the Offeror's responsibility. Failure of the Offeror to furnish a
SECTION K FA2391-23-R-2403
PAGE K - 10 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
certification or provide such additional information as requested by the Contracting Officer may render the
Offeror nonresponsible.
(d)Nothing contained in the foregoing shall be construed to require establishment of a system of
records in order to render, in good faith, the certification required by paragraph (a) of this provision. The
knowledge and information of an Offeror is not required to exceed that which is normally possessed by a
prudent person in the ordinary course of business dealings.
(e)The certification in paragraph (a) of this provision is a material representation of fact upon
which reliance was placed when making award. If it is later determined that the Offeror knowingly
rendered an erroneous certification, in addition to other remedies available to the Government, the
Contracting Officer may terminate the contract resulting from this solicitation for default.
52.209-07 INFORMATION REGARDING RESPONSIBILITY MATTERS (OCT 2018)
(a)Definitions. As used in this provision
-judicial process that is adjudicatory in nature in order to make a
determination of fault or liability (e.g., Securities and Exchange Commission Administrative Proceedings,
Civilian Board of Contract Appeals Proceedings, and Armed Services Board of Contract Appeals
Proceedings). This includes administrative proceeding at the Federal and State level but only in
connection with performance of a Federal contract or grant. It does not include agency actions such as
contract audits, site visits, corrective plans, or inspection of deliverables.
(1)The total value of all current, active contracts and grants, including all priced options;
and
(2)The total value of all current, active orders including all priced options under indefinite-
delivery, indefinite-quantity, 8(a), or requirements contracts (including task and delivery and multiple-
award Schedules).
"Principal" means an officer, director, owner, partner, or a person having primary management or
supervisory responsibilities within a business entity (e.g., general manager; plant manager; head of a
division or business segment; and similar positions).
(b)The offeror [_] has [_] does not have current active Federal contracts and grants with total
value greater than $10,000,000.
ents, by
submission of this offer, that the information it has entered in the Federal Awardee Performance and
Integrity Information System (FAPIIS) is current, accurate, and complete as of the date of submission of
this offer with regard to the following information:
(1)Whether the offeror, and/or any of its principals, has or has not, within the last five
years, in connection with the award to or performance by the offeror of a Federal contract or grant, been
the subject of a proceeding, at the Federal or State level that resulted in any of the following dispositions:
(i)In a criminal proceeding, a conviction.
(ii)In a civil proceeding, a finding of fault and liability that results in the payment
of a monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more.
(iii)In an administrative proceeding, a finding of fault and liability that results in
SECTION K FA2391-23-R-2403
PAGE K - 11 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(A)The payment of a monetary fine or penalty of $5,000 or more; or
(B)The payment of a reimbursement, restitution, or damages in excess
of $100,000.
(iv)In a criminal, civil, or administrative proceeding, a disposition of the matter by
consent or compromise with an acknowledgment of fault by the Contractor if the proceeding could have
led to any of the outcomes specified in paragraphs (c)(1)(i), (c)(1)(ii), or (c)
(1)(iii) of this provision.
(2)If the offeror has been involved in the last five years in any of the occurrences listed in
(c)(1) of this provision, whether the offeror has provided the requested information with regard to each
occurrence.
(d)The offeror shall post the information in paragraphs (c)(1)(i) through (c)(1)(iv) of this provision
in FAPIIS as required through maintaining an active registration in the System for Award Management,
which can be accessed via https://www.sam.gov (see 52.204-7).
52.209-11 REPRESENTATION BY CORPORATIONS REGARDING DELINQUENT TAX LIABILITY OR
FELONY CONVICTION UNDER ANY FEDERAL LAW (FEB 2016)
(a)As required by sections 744 and 745 of Division E of the Consolidated and Further Continuing
Appropriations Act, 2015 (Pub. L 113-235), and similar provisions, if contained in subsequent
appropriations acts, the Government will not enter into a contract with any corporation that--
(1)Has any unpaid Federal tax liability that has been assessed, for which all judicial and
administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely
manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the
awarding agency is aware of the unpaid tax liability, unless an agency has considered suspension or
debarment of the corporation and made a determination that suspension or debarment is not necessary
to protect the interests of the Government; or
(2)Was convicted of a felony criminal violation under any Federal law within the preceding 24
months, where the awarding agency is aware of the conviction, unless an agency has considered
suspension or debarment of the corporation and made a determination that this action is not necessary to
protect the interests of the Government.
(b)The Offeror represents that
(1)It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed,
for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not
being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the
tax liability; and
(2)It is [ ] is not [ ] a corporation that was convicted of a felony criminal violation under a Federal
law within the preceding 24 months.
52.219-01 SMALL BUSINESS PROGRAM REPRESENTATIONS (DEVIATION 2023-O0002) (DEC
2022)
(a) Definitions. As used in this provision-
"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small
business concern that is at least 51 percent directly and unconditionally owned by, and the management
and daily business operations of which are controlled by, one or more women who are citizens of the
United States and who are economically disadvantaged in accordance with 13 CFR part 127, and the
SECTION K FA2391-23-R-2403
PAGE K - 12 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR 127.300. It
automatically qualifies as a women-owned small business concern eligible under the WOSB Program.
"Service-disabled veteran-owned small business concern"-
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by
one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe
disability, the spouse or permanent caregiver of such veteran.
-
that is service-connected, as defined in 38 U.S.C.101(16).
"Small business concern"-
(1)Means a concern, including its affiliates, that is independently owned and operated, not
dominant in its field of operation, and qualified as a small business under the criteria in 13 CFR part 121
and the size standard in paragraph (b) of this provision.
(2) Affiliates, as used in this definition, means business concerns, one of whom directly or
indirectly controls or has the power to control the others, or a third party or parties control or have the
power to control the others. In determining whether affiliation exists, consideration is given to all
appropriate factors including common ownership, common management, and contractual relationships.
SBA determines affiliation based on the factors set forth at 13 CFR 121.103.
"Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business
concern under the size standard applicable to the acquisition, that-
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and
economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United
States, and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding
$850,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13
CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38
U.S.C.101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of
which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
SECTION K FA2391-23-R-2403
PAGE K - 13 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
"Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with
13 CFR part 127) means a small business concern that is at least 51 percent directly and unconditionally
owned by, and the management and daily business operations of which are controlled by, one or more
women who are citizens of the United States, and the concern is certified by SBA or an approved third-
party certifier in accordance with 13 CFR 127.300.
(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is
541715.
(2)The small business size standard is 541715.
(3)The small business size standard for a concern that submits an offer, other than on a
construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture,
process, or produce (i.e., nonmanufacturer), is 500 employees if the acquisition-
(i)Is set aside for small business and has a value above the simplified acquisition
threshold;
(ii)Uses the HUBZone price evaluation preference regardless of dollar value,
unless the offeror waives the price evaluation preference; or
(iii)Is an 8(a), HUBZone, service-disabled veteran-owned, economically
disadvantaged women-owned, or women-owned small business set-aside or sole-source award
regardless of dollar value.
(c)Representations.
(1)The offeror represents as part of its offer that-
(i)it [ ] is, [ ] is not a small business concern; or
(ii)It [ ] is, [ ] is not a small business joint venture that complies with the
requirements of 13 CFR 121.103(h) and 13 CFR 125.8(a) and (b). [The offeror shall enter the name and
unique entity identifier of each party to the joint venture: __.]
(2) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not, a small disadvantaged
business concern as defined in 13 CFR 124.1002.
(3) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a
women-owned small business concern.
(4)Women-owned small business (WOSB) joint venture eligible under the WOSB
Program. The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with
the requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(5)Economically disadvantaged women-owned small business (EDWOSB) joint venture.
The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with the
SECTION K FA2391-23-R-2403
PAGE K - 14 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(6) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it Üis, Üis not a veteran-
owned small business concern.
(7)[Complete only if the offeror represented itself as a veteran-owned small business
concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that
(i)It [ ] is, [ ] is not a service-disabled veteran-owned small business concern; or
(ii)It [ ] is, [ ] is not a service-disabled veteran-owned joint venture that complies
with the requirements of 13 CFR 125.18(b)(1) and (2). [The offeror shall enter the name and unique
entity identifier of each party to the joint venture: __.] Each service-disabled veteran-owned small
business concern participating in the joint venture shall provide representation of its service-disabled
veteran-owned small business concern status.
(8)[Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-
(i)It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this
representation, as having been certified by SBA as a HUBZone small business concern in the Dynamic
Small Business Search and SAM, and will attempt to maintain an employment rate of HUBZone residents
of 35 percent of its employees during performance of a HUBZone contract (see 13 CFR 126.200(e)(1));
and
(ii)It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements
of 13 CFR 126.616(a) through (c). [The offeror shall enter the name and unique entity identifier of each
party to the joint venture: __.] Each HUBZone small business concern participating in the HUBZone joint
venture shall provide representation of its HUBZone status.
that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically
disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order
to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9,
15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references
section 8(d) for a definition of program eligibility, shall-
(1) Be punished by imposition of fine, imprisonment, or both;
(2) Be subject to administrative remedies, including suspension and debarment; and
(3) Be ineligible for participation in programs conducted under the authority of the Act.
52.219-01 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2022)
(a) Definitions. As used in this provision-
"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small
business concern that is at least 51 percent directly and unconditionally owned by, and the management
and daily business operations of which are controlled by, one or more women who are citizens of the
United States and who are economically disadvantaged in accordance with 13 CFR part 127, and the
concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR 127.300. It
automatically qualifies as a women-owned small business concern eligible under the WOSB Program.
SECTION K FA2391-23-R-2403
PAGE K - 15 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
"Service-disabled veteran-owned small business concern"-
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by
one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe
disability, the spouse or permanent caregiver of such veteran.
-
that is service-connected, as defined in 38 U.S.C.101(16).
"Small business concern"-
(1)Means a concern, including its affiliates, that is independently owned and operated, not
dominant in its field of operation, and qualified as a small business under the criteria in 13 CFR part 121
and the size standard in paragraph (b) of this provision.
(2) Affiliates, as used in this definition, means business concerns, one of whom directly or
indirectly controls or has the power to control the others, or a third party or parties control or have the
power to control the others. In determining whether affiliation exists, consideration is given to all
appropriate factors including common ownership, common management, and contractual relationships.
SBA determines affiliation based on the factors set forth at 13 CFR 121.103.
"Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business
concern under the size standard applicable to the acquisition, that-
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and
economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United
States, and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding
$750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13
CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38
U.S.C.101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of
which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more women; and
SECTION K FA2391-23-R-2403
PAGE K - 16 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(2) Whose management and daily business operations are controlled by one or more women.
"Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with
13 CFR part 127) means a small business concern that is at least 51 percent directly and unconditionally
owned by, and the management and daily business operations of which are controlled by, one or more
women who are citizens of the United States, and the concern is certified by SBA or an approved third-
party certifier in accordance with 13 CFR 127.300.
(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is
541715.
(2)The small business size standard is 541715.
(3)The small business size standard for a concern that submits an offer, other than on a
construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture,
process, or produce (i.e., nonmanufacturer), is 500 employees if the acquisition-
(i)Is set aside for small business and has a value above the simplified acquisition
threshold;
(ii)Uses the HUBZone price evaluation preference regardless of dollar value,
unless the offeror waives the price evaluation preference; or
(iii)Is an 8(a), HUBZone, service-disabled veteran-owned, economically
disadvantaged women-owned, or women-owned small business set-aside or sole-source award
regardless of dollar value.
(c)Representations.
(1)The offeror represents as part of its offer that-
(i)it [ ] is, [ ] is not a small business concern; or
(ii)It [ ] is, [ ] is not a small business joint venture that complies with the
requirements of 13 CFR 121.103(h) and 13 CFR 125.8(a) and (b). [The offeror shall enter the name and
unique entity identifier of each party to the joint venture: __.]
(2) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not, a small disadvantaged
business concern as defined in 13 CFR 124.1002.
(3) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a
women-owned small business concern.
(4)Women-owned small business (WOSB) joint venture eligible under the WOSB
Program. The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with
the requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(5)Economically disadvantaged women-owned small business (EDWOSB) joint venture.
The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with the
requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
SECTION K FA2391-23-R-2403
PAGE K - 17 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(6) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it Üis, Üis not a veteran-
owned small business concern.
(7)[Complete only if the offeror represented itself as a veteran-owned small business
concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that
(i)It [ ] is, [ ] is not a service-disabled veteran-owned small business concern; or
(ii)It [ ] is, [ ] is not a service-disabled veteran-owned joint venture that complies
with the requirements of 13 CFR 125.18(b)(1) and (2). [The offeror shall enter the name and unique
entity identifier of each party to the joint venture: __.] Each service-disabled veteran-owned small
business concern participating in the joint venture shall provide representation of its service-disabled
veteran-owned small business concern status.
(8)[Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-
(i)It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this
representation, as having been certified by SBA as a HUBZone small business concern in the Dynamic
Small Business Search and SAM, and will attempt to maintain an employment rate of HUBZone residents
of 35 percent of its employees during performance of a HUBZone contract (see 13 CFR 126.200(e)(1));
and
(ii)It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements
of 13 CFR 126.616(a) through (c). [The offeror shall enter the name and unique entity identifier of each
party to the joint venture: __.] Each HUBZone small business concern participating in the HUBZone joint
venture shall provide representation of its HUBZone status.
that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically
disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order
to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9,
15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references
section 8(d) for a definition of program eligibility, shall-
(1) Be punished by imposition of fine, imprisonment, or both;
(2) Be subject to administrative remedies, including suspension and debarment; and
(3) Be ineligible for participation in programs conducted under the authority of the Act.
52.219-01 SMALL BUSINESS PROGRAM REPRESENTATIONS (DEVIATION 2023-O0002) (DEC
2022) - ALTERNATE I (SEP 2015)
(a) Definitions. As used in this provision-
"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small
business concern that is at least 51 percent directly and unconditionally owned by, and the management
and daily business operations of which are controlled by, one or more women who are citizens of the
United States and who are economically disadvantaged in accordance with 13 CFR part 127, and the
concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR 127.300. It
automatically qualifies as a women-owned small business concern eligible under the WOSB Program.
"Service-disabled veteran-owned small business concern"-
SECTION K FA2391-23-R-2403
PAGE K - 18 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by
one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe
disability, the spouse or permanent caregiver of such veteran.
that is service-connected, as defined in 38 U.S.C.101(16).
"Small business concern"-
(1)Means a concern, including its affiliates, that is independently owned and operated, not
dominant in its field of operation, and qualified as a small business under the criteria in 13 CFR part 121
and the size standard in paragraph (b) of this provision.
(2) Affiliates, as used in this definition, means business concerns, one of whom directly or
indirectly controls or has the power to control the others, or a third party or parties control or have the
power to control the others. In determining whether affiliation exists, consideration is given to all
appropriate factors including common ownership, common management, and contractual relationships.
SBA determines affiliation based on the factors set forth at 13 CFR 121.103.
"Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business
concern under the size standard applicable to the acquisition, that-
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and
economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United
States, and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding
$850,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13
CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38
U.S.C.101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of
which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
SECTION K FA2391-23-R-2403
PAGE K - 19 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
"Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with
13 CFR part 127) means a small business concern that is at least 51 percent directly and unconditionally
owned by, and the management and daily business operations of which are controlled by, one or more
women who are citizens of the United States, and the concern is certified by SBA or an approved third-
party certifier in accordance with 13 CFR 127.300.
(b)(1) The North American Industry Classification System (NAICS) code for this acquisition is
541715.
(2)The small business size standard is 541715.
(3)The small business size standard for a concern that submits an offer, other than on a
construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture,
process, or produce (i.e., nonmanufacturer), is 500 employees if the acquisition-
(i)Is set aside for small business and has a value above the simplified acquisition
threshold;
(ii)Uses the HUBZone price evaluation preference regardless of dollar value,
unless the offeror waives the price evaluation preference; or
(iii)Is an 8(a), HUBZone, service-disabled veteran-owned, economically
disadvantaged women-owned, or women-owned small business set-aside or sole-source award
regardless of dollar value.
(c)Representations.
(1)The offeror represents as part of its offer that-
(i)it [ ] is, [ ] is not a small business concern; or
(ii)It [ ] is, [ ] is not a small business joint venture that complies with the
requirements of 13 CFR 121.103(h) and 13 CFR 125.8(a) and (b). [The offeror shall enter the name and
unique entity identifier of each party to the joint venture: __.]
(2) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not, a small disadvantaged
business concern as defined in 13 CFR 124.1002.
(3) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a
women-owned small business concern.
(4)Women-owned small business (WOSB) joint venture eligible under the WOSB
Program. The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with
the requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(5)Economically disadvantaged women-owned small business (EDWOSB) joint venture.
The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with the
requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(6) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it Üis, Üis not a veteran-
owned small business concern.
SECTION K FA2391-23-R-2403
PAGE K - 20 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(7)[Complete only if the offeror represented itself as a veteran-owned small business
concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that
(i)It [ ] is, [ ] is not a service-disabled veteran-owned small business concern; or
(ii)It [ ] is, [ ] is not a service-disabled veteran-owned joint venture that complies
with the requirements of 13 CFR 125.18(b)(1) and (2). [The offeror shall enter the name and unique
entity identifier of each party to the joint venture: __.] Each service-disabled veteran-owned small
business concern participating in the joint venture shall provide representation of its service-disabled
veteran-owned small business concern status.
(8)[Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-
(i)It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this
representation, as having been certified by SBA as a HUBZone small business concern in the Dynamic
Small Business Search and SAM, and will attempt to maintain an employment rate of HUBZone residents
of 35 percent of its employees during performance of a HUBZone contract (see 13 CFR 126.200(e)(1));
and
(ii)It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements
of 13 CFR 126.616(a) through (c). [The offeror shall enter the name and unique entity identifier of each
party to the joint venture: __.] Each HUBZone small business concern participating in the HUBZone joint
venture shall provide representation of its HUBZone status.
(9) [Complete if offeror represented itself as disadvantaged in paragraph (c)(2) of this
provision.] The offeror shall check the category in which its ownership falls:
___ Black American.
___ Hispanic American.
___ Native American (American Indians, Eskimos, Aleuts, or Native Hawaiians).
___ Asian-Pacific American (persons with origins from Burma, Thailand, Malaysia, Indonesia,
Singapore, Brunei, Japan, China, Taiwan, Laos, Cambodia (Kampuchea), Vietnam, Korea, The
Philippines, Republic of Palau, Republic of the Marshall Islands, Federated States of Micronesia, the
Commonwealth of the Northern Mariana Islands, Guam, Samoa, Macao, Hong Kong, Fiji, Tonga, Kiribati,
Tuvalu, or Nauru).
___ Subcontinent Asian (Asian-Indian) American (persons with origins from India, Pakistan,
Bangladesh, Sri Lanka, Bhutan, the Maldives Islands, or Nepal).
___ Individual/concern, other than one of the preceding.
(d)
that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically
disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order
to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9,
15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references
section 8(d) for a definition of program eligibility, shall-
(1) Be punished by imposition of fine, imprisonment, or both;
(2) Be subject to administrative remedies, including suspension and debarment; and
SECTION K FA2391-23-R-2403
PAGE K - 21 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(3) Be ineligible for participation in programs conducted under the authority of the Act.
52.219-01 SMALL BUSINESS PROGRAM REPRESENTATIONS (OCT 2022) - ALTERNATE II (SEP
2021)
(a) Definitions. As used in this provision-
"Economically disadvantaged women-owned small business (EDWOSB) concern" means a small
business concern that is at least 51 percent directly and unconditionally owned by, and the management
and daily business operations of which are controlled by, one or more women who are citizens of the
United States and who are economically disadvantaged in accordance with 13 CFR part 127, and the
concern is certified by SBA or an approved third-party certifier in accordance with 13 CFR 127.300. It
automatically qualifies as a women-owned small business concern eligible under the WOSB Program.
"Service-disabled veteran-owned small business concern"-
(1) Means a small business concern-
(i) Not less than 51 percent of which is owned by one or more service-disabled veterans
or, in the case of any publicly owned business, not less than 51 percent of the stock of which is owned by
one or more service-disabled veterans; and
(ii) The management and daily business operations of which are controlled by one or
more service-disabled veterans or, in the case of a service-disabled veteran with permanent and severe
disability, the spouse or permanent caregiver of such veteran.
-
that is service-connected, as defined in 38 U.S.C.101(16).
"Small business concern"-
(1)Means a concern, including its affiliates, that is independently owned and operated, not
dominant in its field of operation, and qualified as a small business under the criteria in 13 CFR part 121
and the size standard in paragraph (b) of this provision.
(2) Affiliates, as used in this definition, means business concerns, one of whom directly or
indirectly controls or has the power to control the others, or a third party or parties control or have the
power to control the others. In determining whether affiliation exists, consideration is given to all
appropriate factors including common ownership, common management, and contractual relationships.
SBA determines affiliation based on the factors set forth at 13 CFR 121.103.
"Small disadvantaged business concern", consistent with 13 CFR 124.1002, means a small business
concern under the size standard applicable to the acquisition, that-
(1) Is at least 51 percent unconditionally and directly owned (as defined at 13 CFR 124.105) by-
(i) One or more socially disadvantaged (as defined at 13 CFR 124.103) and
economically disadvantaged (as defined at 13 CFR 124.104) individuals who are citizens of the United
States, and
(ii) Each individual claiming economic disadvantage has a net worth not exceeding
$750,000 after taking into account the applicable exclusions set forth at 13 CFR 124.104(c)(2); and
(2) The management and daily business operations of which are controlled (as defined at 13
CFR 124.106) by individuals who meet the criteria in paragraphs (1)(i) and (ii) of this definition.
SECTION K FA2391-23-R-2403
PAGE K - 22 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(1) Not less than 51 percent of which is owned by one or more veterans (as defined at 38
U.S.C.101(2)) or, in the case of any publicly owned business, not less than 51 percent of the stock of
which is owned by one or more veterans; and
(2) The management and daily business operations of which are controlled by one or more
veterans.
(1) That is at least 51 percent owned by one or more women; or, in the case of any publicly
owned business, at least 51 percent of the stock of which is owned by one or more women; and
(2) Whose management and daily business operations are controlled by one or more women.
"Women-owned small business (WOSB) concern eligible under the WOSB Program" (in accordance with
13 CFR part 127) means a small business concern that is at least 51 percent directly and unconditionally
owned by, and the management and daily business operations of which are controlled by, one or more
women who are citizens of the United States, and the concern is certified by SBA or an approved third-
party certifier in accordance with 13 CFR 127.300.
(b)(1) The North American Industry Classification System (NAICS) codes and corresponding size
standards for this acquisition are as follows; the categories or portions these NAICS codes are assigned
to are specified elsewhere in the solicitation:
NAICS Code Size standard
541715
(2)The small business size standard for a concern that submits an offer, other than on a
construction or service acquisition, but proposes to furnish an end item that it did not itself manufacture,
process, or produce (i.e., nonmanufacturer), is 500 employees if the acquisition-
(i)Is set aside for small business and has a value above the simplified acquisition
threshold;
(ii)Uses the HUBZone price evaluation preference regardless of dollar value,
unless the offeror waives the price evaluation preference; or
(iii)Is an 8(a), HUBZone, service-disabled veteran-owned, economically
disadvantaged women-owned, or women-owned small business set-aside or sole-source award
regardless of dollar value.
(c)Representations. (1) The Offeror shall represent its small business size status for each one of
the NAICS codes assigned to this acquisition under which it is submitting an offer.
NAICS Code Small business concern (yes/no)
541715
(2) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents that it [ ] is, [ ] is not, a small disadvantaged
business concern as defined in 13 CFR 124.1002.
SECTION K FA2391-23-R-2403
PAGE K - 23 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(3) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it [ ] is, [ ] is not a
women-owned small business concern.
(4)Women-owned small business (WOSB) joint venture eligible under the WOSB
Program. The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with
the requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(5)Economically disadvantaged women-owned small business (EDWOSB) joint venture.
The offeror represents as part of its offer that it [ ] is, [ ] is not a joint venture that complies with the
requirements of 13 CFR 127.506(a) through (c). [The offeror shall enter the name and unique entity
identifier of each party to the joint venture: __.]
(6) [Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents as part of its offer that it Üis, Üis not a veteran-
owned small business concern.
(7)[Complete only if the offeror represented itself as a veteran-owned small business
concern in paragraph (c)(6) of this provision.] The offeror represents as part of its offer that
(i)It [ ] is, [ ] is not a service-disabled veteran-owned small business concern; or
(ii)It [ ] is, [ ] is not a service-disabled veteran-owned joint venture that complies
with the requirements of 13 CFR 125.18(b)(1) and (2). [The offeror shall enter the name and unique
entity identifier of each party to the joint venture: __.] Each service-disabled veteran-owned small
business concern participating in the joint venture shall provide representation of its service-disabled
veteran-owned small business concern status.
(8)[Complete only if the offeror represented itself as a small business concern in
paragraph (c)(1) of this provision.] The offeror represents, as part of its offer, that-
(i)It [ ] is, [ ] is not a HUBZone small business concern listed, on the date of this
representation, as having been certified by SBA as a HUBZone small business concern in the Dynamic
Small Business Search and SAM, and will attempt to maintain an employment rate of HUBZone residents
of 35 percent of its employees during performance of a HUBZone contract (see 13 CFR 126.200(e)(1));
and
(ii)It [ ] is, [ ] is not a HUBZone joint venture that complies with the requirements
of 13 CFR 126.616(a) through (c). [The offeror shall enter the name and unique entity identifier of each
party to the joint venture: __.] Each HUBZone small business concern participating in the HUBZone joint
venture shall provide representation of its HUBZone status.
(d) Under 15 U.S.C
that is small, HUBZone small, small disadvantaged, service-disabled veteran-owned small, economically
disadvantaged women-owned small, or women-owned small eligible under the WOSB Program in order
to obtain a contract to be awarded under the preference programs established pursuant to section 8, 9,
15, 31, and 36 of the Small Business Act or any other provision of Federal law that specifically references
section 8(d) for a definition of program eligibility, shall-
(1) Be punished by imposition of fine, imprisonment, or both;
(2) Be subject to administrative remedies, including suspension and debarment; and
(3) Be ineligible for participation in programs conducted under the authority of the Act.
SECTION K FA2391-23-R-2403
PAGE K - 24 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
52.230-01 COST ACCOUNTING STANDARDS NOTICES AND CERTIFICATION (JUN 2020)
Note: This notice does not apply to small businesses or foreign governments. This notice is in three parts,
identified by Roman numerals I through III.
Offerors shall examine each part and provide the requested information in order to determine Cost
Accounting Standards (CAS) requirements applicable to any resultant contract.
If the offeror is an educational institution, Part II does not apply unless the contemplated contract will be
subject to full or modified CAS coverage pursuant to 48 CFR 9903.201-2(c)(5) or 9903.201-2(c)(6),
respectively.
I.DISCLOSURE STATEMENT--COST ACCOUNTING PRACTICES AND CERTIFICATION
(a) Any contract in excess of the lower CAS threshold specified in Federal Acquisition Regulation
(FAR) 30.201-4(b) resulting from this solicitation will be subject to the requirements of the Cost
Accounting Standards Board (48 CFR chapter 99), except for those contracts which are exempt as
specified in 48 CFR 9903.201-1.
(b)Any offeror submitting a proposal which, if accepted, will result in a contract subject to the
requirements of 48 CFR Chapter 99 must, as a condition of contracting, submit a Disclosure Statement as
required by 48 CFR 9903.202. When required, the Disclosure Statement must be submitted as a part of
the offeror's proposal under this solicitation unless the offeror has already submitted a Disclosure
Statement disclosing the practices used in connection with the pricing of this proposal. If an applicable
Disclosure Statement has already been submitted, the offeror may satisfy the requirement for submission
by providing the information requested in paragraph (c) of Part I of this provision.
CAUTION: In the absence of specific regulations or agreement, a practice disclosed in a Disclosure
Statement shall not, by virtue of such disclosure, be deemed to be a proper, approved, or agreed-to
practice for pricing proposals or accumulating and reporting contract performance cost data.
(c)Check the appropriate box below:
[ ] (1) Certificate of Concurrent Submission of Disclosure Statement.
The offeror hereby certifies that, as a part of the offer, copies of the Disclosure Statement have been
submitted as follows: (i) original and one copy to the cognizant Administrative Contracting Officer (ACO)
or cognizant Federal agency official authorized to act in that capacity (Federal official), as applicable, and
(ii)one copy to the cognizant Federal auditor.
(Disclosure must be on Form No. CASB DS-1 or CASB DS-2, as applicable. Forms may be obtained from
the cognizant ACO or Federal official.)
Date of Disclosure Statement: ______________________
Name and Address of Cognizant ACO or Federal Official Where Filed:
____________________________________
The offeror further certifies that the practices used in estimating costs in pricing this proposal are
consistent with the cost accounting practices disclosed in the Disclosure Statement.
[ ] (2) Certificate of Previously Submitted Disclosure Statement.
The offeror hereby certifies that the required Disclosure Statement was filed as follows:
Date of Disclosure Statement: _______________________ Name and Address of Cognizant ACO or
Federal Official Where Filed: _______________________________________
SECTION K FA2391-23-R-2403
PAGE K - 25 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
The offeror further certifies that the practices used in estimating costs in pricing this proposal are
consistent with the cost accounting practices disclosed in the applicable Disclosure Statement.
[ ] (3) Certificate of Monetary Exemption.
The offeror hereby certifies that the offeror, together with all divisions, subsidiaries, and affiliates under
common control, did not receive net awards of negotiated prime contracts and subcontracts subject to
CAS totaling $50 million or more in the cost accounting period immediately preceding the period in which
this proposal was submitted. The offeror further certifies that if such status changes before an award
resulting from this proposal, the offeror will advise the Contracting Officer immediately.
[ ] (4) Certificate of Interim Exemption.
The offeror hereby certifies that (i) the offeror first exceeded the monetary exemption for disclosure, as
defined in (3) of this subsection, in the cost accounting period immediately preceding the period in which
this offer was submitted and (ii) in accordance with 48 CFR 9903.202-1, the offeror is not yet required to
submit a Disclosure Statement. The offeror further certifies that if an award resulting from this proposal
has not been made within 90 days after the end of that period, the offeror will immediately submit a
revised certificate to the Contracting Officer, in the form specified under subparagraph (c)(1) or (c)(2) of
Part I of this provision, as appropriate, to verify submission of a completed Disclosure Statement.
CAUTION: Offerors currently required to disclose because they were awarded a CAS-covered prime
contract or subcontract of $50 million or more in the current cost accounting period may not claim this
exemption (4). Further, the exemption applies only in connection with proposals submitted before
expiration of the 90-day period following the cost accounting period in which the monetary exemption was
exceeded.
II.COST ACCOUNTING STANDARDS--ELIGIBILITY FOR MODIFIED CONTRACT COVERAGE
If the offeror is eligible to use the modified provisions of 48 CFR 9903.201-2(b) and elects to do so, the
offeror shall indicate by checking the box below. Checking the box below shall mean that the resultant
contract is subject to the Disclosure and Consistency of Cost Accounting Practices clause in lieu of the
Cost Accounting Standards clause.
[ ] The offeror hereby claims an exemption from the Cost Accounting Standards clause under
the provisions of 48 CFR 9903.201-2(b) and certifies that the offeror is eligible for use of the Disclosure
and Consistency of Cost Accounting Practices clause because during the cost accounting period
immediately preceding the period in which this proposal was submitted, the offeror received less than $50
million in awards of CAS-covered prime contracts and subcontracts. The offeror further certifies that if
such status changes before an award resulting from this proposal, the offeror will advise the Contracting
Officer immediately.
Caution: An offeror may not claim the above eligibility for modified contract coverage if this proposal is
expected to result in the award of a CAS-covered contract of $50 million or more or if, during its current
cost accounting period, the offeror has been awarded a single CAS-covered prime contract or
subcontract of $50 million or more.
III.ADDITIONAL COST ACCOUNTING STANDARDS APPLICABLE TO EXISTING CONTRACTS
The offeror shall indicate below whether award of the contemplated contract would, in accordance with
subparagraph (a)(3) of the Cost Accounting Standards clause, require a change in established cost
accounting practices affecting existing contracts and subcontracts.
[ ] YES [ ] NO
SECTION K FA2391-23-R-2403
PAGE K - 26 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
52.230-07 PROPOSAL DISCLOSURE - COST ACCOUNTING PRACTICE CHANGES (APR 2005)
The offeror shall check "yes" below if the contract award will result in a required or unilateral change in
cost accounting practice, including unilateral changes requested to be desirable changes.
[ ] Yes [ ] No
If the offeror checked "Yes" above, the offeror shall--
(1) Prepare the price proposal in response to the solicitation using the changed practice for the period of
performance for which the practice will be used; and
(2) Submit a description of the changed cost accounting practice to the Contracting Officer and the
Cognizant Federal Agency Official as pricing support for the proposal.
DEFENSE FAR SUPP SOLICITATION PROVISIONS IN FULL TEXT
252.203-7005 REPRESENTATION RELATING TO COMPENSATION OF FORMER DOD OFFICIALS
(SEP 2022)
-7000, Requirements
Relating to Compensation of Former DoD Officials.
(b)By submission of this offer, the Offeror represents, to the best of its knowledge and belief, that
all covered DoD officials employed by or otherwise receiving compensation from the Offeror, and who are
expected to undertake activities on behalf of the Offeror for any resulting contract, are presently in
compliance with all applicable post-employment restrictions, including those contained in 18 U.S.C. 207,
41 U.S.C. 2101-2107, 5 CFR part 2641, section 1045 of the National Defense Authorization Act for Fiscal
Year 2018 ( Pub. L. 115-91), and Federal Acquisition Regulation 3.104-2.
252.204-7007 ALTERNATE A, ANNUAL REPRESENTATIONS AND CERTIFICATIONS (MAY 2021)
Substitute the following paragraphs (b), (d), and (e) for paragraphs (b) and (d) of the provision at FAR
52.204-8:
(b)(1) If the provision at 52.204-7, System for Award Management, is included in this solicitation,
paragraph (e) of this provision applies.
(2) If the provision at 52.204-7, System for Award Management, is not included in this
solicitation, and the Offeror has an active registration in the System for Award Management (SAM), the
Offeror may choose to use paragraph (e) of this provision instead of completing the corresponding
individual representations and certifications in the solicitation. The Offeror shall indicate which option
applies by checking one of the following boxes:
___ (i) Paragraph (e) applies.
___ (ii) Paragraph (e) does not apply and the Offeror has completed the
individual representations and certifications in the solicitation.
(d)(1) The following representations or certifications in the SAM database are applicable to this
solicitation as indicated:
(i) 252.204-7016, Covered Defense Telecommunications Equipment or
Services-Representation. Applies to all solicitations.
SECTION K FA2391-23-R-2403
PAGE K - 27 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(ii)252.216-7008, Economic Price Adjustment Wage Rates or Material Prices
Controlled by a Foreign Government. Applies to solicitations for fixed-price supply and service contracts
when the contract is to be performed wholly or in part in a foreign country, and a foreign government
controls wage rates or material prices and may during contract performance impose a mandatory change
in wages or prices of materials.
(iii)252.225-7042, Authorization to Perform. Applies to all solicitations when
performance will be wholly or in part in a foreign country.
(iv)252.225-7049, Prohibition on Acquisition of Certain Foreign Commercial
Satellite Services Representations. Applies to solicitations for the acquisition of commercial satellite
services.
(v)252.225-7050, Disclosure of Ownership or Control by the Government of a
Country that is a State Sponsor of Terrorism. Applies to all solicitations expected to result in contracts of
$150,000 or more.
(vi)252.229-7012, Tax Exemptions (Italy) Representation. Applies to
solicitations and contracts when contract performance will be in Italy.
(vii)252.229-7013, Tax Exemptions (Spain) Representation. Applies to
solicitations and contracts when contract performance will be in Spain.
(viii)252.247-7022, Representation of Extent of Transportation by Sea. Applies
to all solicitations except those for direct purchase of ocean transportation services or those with an
anticipated value at or below the simplified acquisition threshold.
(2)The following representations or certifications in SAM are applicable to this solicitation
as indicated by the Contracting Officer: [Contracting Officer check as appropriate.]
TBD ---- (i) 252.209-7002, Disclosure of Ownership or Control by a Foreign
Government.
TBD ---- (ii) 252.225-7000, Buy American---Balance of Payments Program
Certificate.
TBD ---- (iii) 252.225-7020, Trade Agreements Certificate.
TBD ---- Use with Alternate I.
TBD ---- (iv) 252.225-7031, Secondary Arab Boycott of Israel.
TBD ---- (v) 252.225-7035, Buy American---Free Trade Agreements Balance of
Payments Program Certificate.
TBD ---- Use with Alternate I.
TBD ---- Use with Alternate II.
TBD ---- Use with Alternate III.
TBD ---- Use with Alternate IV.
TBD ---- Use with Alternate V.
SECTION K FA2391-23-R-2403
PAGE K - 28 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
TBD ---- (vi) 252.226-7002, Representation for Demonstration Project for
Contractors Employing Persons with Disabilities.
TBD ---- (vii) 252.232-7015, Performance-Based Payments-Representation.
(e)The Offeror has completed the annual representations and certifications electronically via the
SAM website at https://www.acquisition.gov/. After reviewing the SAM database information, the Offeror
verifies by submission of the offer that the representations and certifications currently posted
electronically that apply to this solicitation as indicated in FAR 52.204-8(c) and paragraph (d) of this
provision have been entered or updated within the last 12 months, are current, accurate, complete, and
applicable to this solicitation (including the business size standard applicable to the NAICS code
referenced for this solicitation), as of the date of this offer, and are incorporated in this offer by reference
(see FAR 4.1201); except for the changes identified below [Offeror to insert changes, identifying change
by provision number, title, date]. These amended representation(s) and/or certification(s) are also
incorporated in this offer and are current, accurate, and complete as of the date of this offer.
FAR/DFARS Provision # Title Date Change
Any changes provided by the Offeror are applicable to this solicitation only, and do not result in an update
to the representations and certifications located in the SAM database.
252.225-7000 BUY AMERICAN - BALANCE OF PAYMENTS PROGRAM CERTIFICATE - BASIC
(NOV 2014)
-the-
have the meanings given in the Buy American and Balance of Payments Program clause of this
solicitation.
(b)Evaluation. The Government-
(1)Will evaluate offers in accordance with the policies and procedures of Part 225 of the
Defense Federal Acquisition Regulation Supplement; and
(2)Will evaluate offers of qualifying country end products without regard to the
restrictions of the Buy American statute or the Balance of Payments Program.
(c)Certifications and identification of country of origin.
(1)For all line items subject to the Buy American and Balance of Payments Program -
Basic clause of this solicitation, the offeror certifies that-
(i)Each end product, except those listed in paragraphs (c)(2) or (3) of this
provision, is a domestic end product; and
(ii)For end products other than COTS items, components of unknown origin are
considered to have been mined, produced, or manufactured outside the United States or a qualifying
country.
(2)The offeror certifies that the following end products are qualifying country end
products:
Line Item Number Country of Origin
TBD TBD
SECTION K FA2391-23-R-2403
PAGE K - 29 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(3)The following end products are other foreign end products, including end products
manufactured in the United States that do not qualify as domestic end products, i.e., an end product that
Line Item Number Country of Origin (If known)
TBD TBD
252.225-7010 COMMERCIAL DERIVATIVE MILITARY ARTICLE--SPECIALTY METALS
COMPLIANCE CERTIFICATE (JUL 2009)
-the-
provision, have the meanings given in
-7009).
(b)The offeror shall list in this paragraph any commercial derivative military articles it intends to
deliver under any contract resulting from this solicitation using the alternative compliance for commercial
derivative military articles, as specified in paragraph (d) of the clause of this solicitation entitled
-7009). The
review and approval.
_________________________ ___________________________________
__________________________ __________________________________.
(c)If the offeror has listed any commercial derivative military articles in paragraph (b) of this
provision, the offeror certifies that, if awarded a contract as a result of this solicitation, and if the
Government approves the designation of the listed item(s) as commercial derivative military articles, the
offeror and its subcontractor(s) will demonstrate that individually or collectively they have entered into a
contractual agreement or agreements to purchase an amount of domestically melted or produced
specialty metal in the required form, for use during the period of contract performance in the production of
each commercial derivative military article and the related commercial article, that is not less than the
(1)An amount equivalent to 120 percent of the amount of specialty metal that is required
to carry out the production of the commercial derivative military article (including the work performed
under each subcontract); or
(2)An amount equivalent to 50 percent of the amount of specialty metal that will be
purchased by the Contractor and its subcontractors for use during such period in the production of the
commercial derivative military article and the related commercial article.
(d)For the purposes of this provision, the amount of specialty metal that is required to carry out
the production of the commercial derivative military article includes specialty metal contained in any item,
including commercially available off-the-shelf items, incorporated into such commercial derivative military
articles.
252.225-7018 PHOTOVOLTAIC DEVICES - CERTIFICATE (DEC 2022)
-made photovoltaic
SECTION K FA2391-23-R-2403
PAGE K - 30 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
Devices clause of this solicitation.
(b)Restrictions. The following restrictions apply, depending on the estimated aggregate value of
photovoltaic devices to be utilized under a resultant contract:
(1) If more than the micro-purchase threshold but less than $183,000, then the
Government will not accept an offer specifying the use of other foreign photovoltaic devices in paragraph
(d)(2)(ii), (d)(3)(ii), (d)(4)(ii), or (d)(5)(ii) of this provision, unless the offeror documents to the satisfaction
of the Contracting Officer that the price of the foreign photovoltaic device plus 50 percent is less than the
price of a comparable domestic photovoltaic device.
(2) If $183,000 or more, then the Government will consider only offers that utilize
photovoltaic devices that are U.S.-made, qualifying country, or designated country photovoltaic devices.
(c)Country in which a designated country photovoltaic device was wholly manufactured or was
substantially transformed. If the estimated value of the photovoltaic devices to be utilized under a
res
panel) is a designated country photovoltaic device shall be consistent with country of origin
determinations by the U.S. Customs and Border Protection with regard to importation of the same or
similar photovoltaic devices into the United States. If the Offeror is uncertain as to what the country of
origin would be determined to be by the U.S. Customs and Border Protection, the Offeror shall request a
determination from U.S. Customs and Border Protection. (See http://www.cbp.gov/trade/rulings.)
(d)Certification and identification of country of origin.
[The offeror shall check the block and fill in the blank for one of the following paragraphs, based on the
estimated value and the country of origin of photovoltaic devices to be utilized in performance of the
contract:]
___ (1) No photovoltaic devices will be utilized in performance of the contract, or such
photovoltaic devices have an estimated value that does not exceed the micro-purchase threshold.
(2)If more than the micro-purchase threshold but less than $92,319
___ (i) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a domestic photovoltaic device;
___ (ii) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a qualifying country photovoltaic device [Offeror to specify country of
origin____________]; or
___ (iii) The foreign (other than qualifying country) photovoltaic devices to be
utilized in performance of the contract are the product of _______________. [Offeror to specify country
of origin, if known, and provide documentation that the cost of a domestic photovoltaic device would be
unreasonable in comparison to the cost of the proposed foreign photovoltaic device, i.e. that the rice of
the foreign photovoltaic device plus 50 percent is less than the price of comparable domestic photovoltaic
device.]
(3)If less than $92,319-
___ (i) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a domestic photovoltaic device;
SECTION K FA2391-23-R-2403
PAGE K - 31 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
___ (ii) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a qualifying country photovoltaic device [Offeror to specify country of
origin____________________________]; or
___ (iii) The foreign photovoltaic devices to be utilized in performance of the
contract are the product of ___________________.[Offeror to specify country of origin, if known, and
provide documentation that the cost of a domestic photovoltaic device would be unreasonable in
comparison to the cost of the proposed foreign photovoltaic device, i.e. that the price of the foreign
photovoltaic device plus 50 percent is less than the price of a comparable domestic photovoltaic device.]
(4)If $92,319 or more but less than $100,000
___ (i) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a domestic photovoltaic device;
___ (ii) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a Free Trade Agreement country photovoltaic device (other than a
Bahrainian, Korean, Moroccan, Panamanian, or Peruvian photovoltaic device) or a qualifying country
photovoltaic device [Offeror to specify country of origin_________]; or
___ (iii) The offered foreign photovoltaic devices (other than those from countries
listed in paragraph (d)(4)(ii) of this provision) are the product of ___________________.[Offeror to specify
country of origin, if known, and provide documentation that the cost of a domestic photovoltaic device
would be unreasonable in comparison to the cost of the proposed foreign photovoltaic device, i.e. that the
price of the foreign photovoltaic device plus 50 percent is less than the price of a comparable domestic
photovoltaic device.]
(5)If $100,000 or more but less than $183,000
___ (i) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a domestic photovoltaic device;
___ (ii) The offeror certifies that each photovoltaic device to be utilized in
performance of the contract is a Free Trade Agreement country photovoltaic device (other than a
Bahrainian, Moroccan, Panamanian, or Peruvian photovoltaic device) or a qualifying country photovoltaic
device [Offeror to specify country of origin_________]; or
___ (iii) The offered foreign photovoltaic devices (other than those from countries
listed in paragraph (d)(5)(ii) of this provision) are the product of ___________________. [Offeror to
specify country of origin, if known, and provide documentation that the cost of a domestic photovoltaic
device would be unreasonable in comparison to the cost of the proposed foreign photovoltaic device, i.e.
that the price of the foreign photovoltaic device plus 50 percent is less than the price of a comparable
domestic photovoltaic device.]
(6)If $183,000 or more, the Offeror certifies that each photovoltaic device to be used in
performance of the contract is
___ (i) A U.S.-made photovoltaic device; or
___ (ii) A designated country photovoltaic device or a qualifying country
photovoltaic device. [Offeror to specify country of origin_________________.]
252.225-7049 PROHIBITION ON ACQUISITION OF COMMERCIAL SATELLITE SERVICES FROM
CERTAIN FOREIGN ENTITIES - REPRESENTATIONS (DEC 2018)
(a) Definitions. As used in this provision-
SECTION K FA2391-23-R-2403
PAGE K - 32 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
Acquisition Regulation Supplement (DFARS) 252.225-7051, Prohibition on Acquisition of Certain
Commercial Satellite Services.
"Cybersecurity risk" means threats to and vulnerabilities of information or information systems and any
related consequences caused by or resulting from unauthorized access, use, disclosure, degradation,
disruption, modification, or destruction of such information or information systems, including such related
consequences caused by an act of terrorism. (10 U.S.C. 2279)
(b) Prohibition on award. In accordance with 10 U.S.C. 2279, unless an exception is determined
to apply in accordance with DFARS 225.772-4, no contract for commercial satellite services may be
awarded to-
(1)(i) A foreign entity if the Under Secretary of Defense for Acquisition and Sustainment
or the Under Secretary of Defense for Policy reasonably believes that-
(A) The foreign entity is an entity in which the government of a covered
foreign country has an ownership interest that enables the government to affect satellite operations;
(B) The foreign entity plans to, or is expected to, provide or use launch
or other satellite services under the contract from a covered foreign country; or
(C) Entering into such contract would create an unacceptable
cybersecurity risk for DoD; or
(ii) An offeror that is offering to provide the commercial satellite services of a
foreign entity as described in paragraph (b)(1) of this section; or
(2)(i) Any entity, except as provided in paragraph (b)(2)(ii) of this provision, for a launch
that occurs on or after December 31, 2022, if the Under Secretary of Defense for Acquisition and
Sustainment or the Under Secretary of Defense for Policy reasonably believes that such satellite service
will be provided using satellites that will be-
(A) Designed or manufactured-
(1) In a covered foreign country; or
(2) By an entity controlled in whole or in part by, or acting on
behalf of, the government of a covered foreign country; or
(B) Launched outside the United States, using a launch vehicle that is-
(1) Designed or manufactured in a covered foreign country; or
(2) Provided by-
(i) The government of a covered foreign country; or
(ii) An entity controlled in whole or in part by, or acting
on behalf of, the government of a covered foreign country.
(ii) The prohibition in paragraph (b)(2)(i)(B) of this provision does not apply with
respect to launch vehicles for which the satellite service provider has a contract or other agreement
relating to launch services that, prior to June 10, 2018, was either fully paid for by the satellite service
SECTION K FA2391-23-R-2403
PAGE K - 33 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
provider or covered by a legally binding commitment of the satellite service provider to pay for such
services.
(c) Representations. The Offeror represents that-
(1) It [ ] is, [ ] is not a foreign entity in which the government of a covered foreign country
has an ownership interest that enables the government to affect satellite operations. If affirmative, identify
the covered foreign country:_________;
(2) It [ ] is, [ ] is not a foreign entity that plans to provide satellite services under the
contract from a covered foreign country. If affirmative, identify the covered foreign country:___________;
(3) It [ ] is, [ ] is not offering commercial satellite services provided by a foreign entity in
which the government of a covered foreign country has an ownership interest that enables the
government to affect satellite operations. If affirmative, identify the foreign entity and the covered foreign
country:__________;
(4) It [ ] is, [ ] is not offering commercial satellite services provided by aforeign entity that
plans to or is expected to provide satellite services under the contract from a covered foreign country. If
affirmative, identify the foreign entity and the covered foreign country:__________;
(5) It [ ] is, [ ] is not offering commercial satellite services that will use satellites, launched
on or after December 31, 2022, that will be designed or manufactured in a covered foreign country. If
affirmative, identify the covered foreign country:____________;
(6) It [ ] is, [ ] is not offering commercial satellite services that will use satellites, launched
on or after December 31, 2022, that will be designed or manufactured by an entity controlled in whole or
in part by, or acting on behalf of, the government of a covered foreign country. If affirmative, identify the
entity, the covered foreign country, and the relationship of the entity to the government of the covered
foreign country:_______________;
(7) It [ ] is, [ ] is not offering commercial satellite services that will use satellites, launched
outside the United States on or after December 31, 2022, using a launch vehicle that is designed or
manufactured in a covered foreign country. If affirmative, identify the covered foreign
country:____________;
(8) It [ ] is, [ ] is not offering commercial satellite services that will use satellites, launched
outside the United States on or after December 31, 2022, using a launch vehicle that is provided by the
government of a covered foreign country. If affirmative, identify the covered foreign
country:________________; and
(9) It [ ] is, [ ] is not offering commercial satellite services that will use satellites, launched
outside the United States on or after December 31, 2022, using a launch vehicle that is provided by an
entity controlled in whole or in part by, or acting on behalf of, the government of a covered foreign
country. If affirmative, identify the entity, the covered foreign country, and the relationship of the entity to
the government of the covered foreign country:______________.
(d) Disclosure. If the Offeror has responded affirmatively to any representation in paragraphs
(c)(7) through (c)(9) of this provision, and if such launches are covered in whole or in part by a contract or
other agreement relating to launch services that, prior to June 10, 2018, was either fully paid for by the
satellite service provider or covered by a legally binding commitment of the satellite service provider to
pay for such services, provide the following information:
(1) The entity awarded the contract or other agreement:_____________.
(2) The date the contract or other agreement was awarded:___________.
SECTION K FA2391-23-R-2403
PAGE K - 34 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(3) The period of performance for the contract or other agreement:____________.
(e) The representations in paragraph (c) of this provision are a material representation of fact
upon which reliance will be placed when making award. If it is later determined that the Offeror knowingly
rendered an erroneous representation, in addition to other remedies available to the Government, the
Contracting Officer may terminate the contract resulting from this solicitation for default.
252.225-7050 DISCLOSURE OF OWNERSHIP OR CONTROL BY THE GOVERNMENT OF A
COUNTRY THAT IS A STATE SPONSOR OF TERRORISM (DEC 2022)
(a)Definitions. As used in this provision
country that is a state sponsor of terrorism, as well as any political subdivision, agency, or instrumentality
thereof.
sha
owner;
(2)Holding a management position in the firm, such as a director or officer;
(3)Ability to control or influence the election, appointment, or tenure of directors or officers in the
firm;
(4)Ownership of 10 percent or more of the assets of a firm such as equipment, buildings, real
estate, or other tangible assets of the firm; or
(5)Holding 50 percent or more of the indebtedness of a firm.
1754(c)(1)(A)(i) of the Export Control Reform Act of 2018 (Title XVII, Subtitle B, of the National Defense
Authorization Act for Fiscal Year 2019, Pub. L. 115-232), to be a country the government of which has
repeatedly provided support for acts of international terrorism. As of the date of this provision, state
sponsors of terrorism include Iran, North Korea, and Syria.
(b)Prohibition on award. In accordance with 10 U.S.C. 4871, unless a waiver is granted by the
Secretary of Defense, no contract may be awarded to a firm if the government of a country that is a state
sponsor of terrorism owns or controls a significant interest in
(1)The firm;
(2)A subsidiary of the firm; or
(3)Any other firm that owns or controls the firm.
(c)Representation. Unless the Offeror submits with its offer the disclosure required in paragraph
(d)of this provision, the Offeror represents, by submission of its offer, that the government of a country
that is a state sponsor of terrorism does not own or control a significant interest in
(1)The Offeror;
SECTION K FA2391-23-R-2403
PAGE K - 35 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
(2)A subsidiary of the Offeror; or
(3)Any other firm that owns or controls the Offeror.
(d)Disclosure.
(1)The Offeror shall disclose in an attachment to its offer if the government of a country
that is a state sponsor of terrorism owns or controls a significant interest in the Offeror; a subsidiary of the
Offeror; or any other firm that owns or controls the Offeror.
(2)The disclosure shall include
(i)Identification of each government holding a significant interest; and
(ii)A description of the significant interest held by each government.
252.227-7017 IDENTIFICATION AND ASSERTION OF USE, RELEASE, OR DISCLOSURE
RESTRICTIONS (JAN 2023)
(a) The terms used in this provision are defined in the following clause or clauses contained in
this solicitation:
(1) If a successful offeror will be required to deliver technical data, the Rights in
Technical Data-Other Than Commercial Products and Commercial Services clause, or, if this solicitation
contemplates a contract under the Small Business Innovation Research Program, the Rights in Other
Than Commercial Technical Data and Computer Software-Small Business Innovation Research (SBIR)
Program clause.
(2) If a successful offeror will not be required to deliver technical data, the Rights in
Other Than Commercial Computer Software and Other Than Commercial Computer Software
Documentation clause, or, if this solicitation contemplates a contract under the Small Business Innovation
Research Program, the Rights in Other Than Commercial Technical Data and Computer Software-Small
Business Innovation Research (SBIR) Program clause.
(b) The identification and assertion requirements in this provision apply only to technical data,
including computer software documentation, or computer software to be delivered with other than
unlimited rights. For contracts to be awarded under the Small Business Innovation Research Program,
the notification and identification requirements do not apply to technical data or computer software that
will be generated under the resulting contract. Notification and identification is not required for
restrictions based solely on copyright.
(c) Offers submitted in response to this solicitation shall identify, to the extent known at the time
an offer is submitted to the Government, the technical data or computer software that the Offeror, its
subcontractors or suppliers, or potential subcontractors or suppliers, assert should be furnished to the
Government with restrictions on use, release, or disclosure.
(d) The Offeror's assertions, including the assertions of its subcontractors or suppliers or
potential subcontractors or suppliers shall be submitted as an attachment to its offer in the following
format, dated and signed by an official authorized to contractually obligate the Offeror:
Identification and Assertion of Restrictions on the Government's Use, Release, or Disclosure of Technical
Data or Computer Software.
The Offeror asserts for itself, or the persons identified below, that the Government's rights to use, release,
or disclose the following technical data or computer software should be restricted:
SECTION K FA2391-23-R-2403
PAGE K - 36 of 37
---
FA2391-23-R-2403
PART IV - REPRESENTATIONS AND INSTRUCTIONS Attachment 3
SECTION K - REPRESENTATIONS, CERTIFICATIONS AND OTHER STATEMENTS OF OFFERORS
Technical Data or
Computer Software Asserted Name of Person
to be Furnished Basis for Rights Asserting
With Restrictions Assertion Category Restrictions**
*For technical data (other than computer software documentation) pertaining to items, components, or
processes developed at private expense, identify both the deliverable technical data and each such item,
component, or process. For computer software or computer software documentation identify the
software or documentation.
**Generally, development at private expense, either exclusively or partially, is the only basis for asserting
restrictions. For technical data, other than computer software documentation, development refers to
development of the item, component, or process to which the data pertain. The Government's rights in
computer software documentation generally may not be restricted. For computer software, development
refers to the software. Indicate whether development was accomplished exclusively or partially at private
expense. If development was not accomplished at private expense, or for computer software
documentation, enter the specific basis for asserting restrictions.
*Enter asserted rights category (e.g., government purpose license rights from a prior contract, rights in
SBIR data generated under another contract, limited, restricted, or government purpose rights under this
or a prior contract, or specially negotiated licenses).
**Corporation, individual, or other person, as appropriate.
*Enter "none" when all data or software will be submitted without restrictions.
Date _ _ _ _ _ _ _ _ _ _ _
Printed Name and Title _ _ _ _ _ _ _ _ _ _ _
_ _ _ _ _ _ _ _ _ _ _
Signature
_ _ _ _ _ _ _ _ _ _ _
(End of identification and assertion)
(e) An offeror's failure to submit, complete, or sign the notification and identification required by
paragraph (d) of this provision with its offer may render the offer ineligible for award.
(f) If the Offeror is awarded a contract, the assertions identified in paragraph (d) of this provision
shall be listed in an attachment to that contract. Upon request by the Contracting Officer, the Offeror
shall provide sufficient information to enable the Contracting Officer to evaluate any listed assertion.
SECTION K FA2391-23-R-2403
PAGE K - 37 of 37
---
Atch 4 - Section L - Instructions Conditions and Notices to Offerors
FA2391-23-S-2403
Attachment 4
PART IV -REPRESENTATIONS AND INSTRUCTIONS
SECTION L -INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
I. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated by
reference:
A. FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS
52.203-18 PROHIBITION ON CONTRACTING WITH ENTITIES THAT REQUIRE CERTAIN
ITERNAL CONFIDENTIALITY AGREEMENTS OR STATEMENTS - REPRESENTATION
(JAN 2017)
52.204-07 SYSTEM FOR AWARD MANAGEMENT (OCT 2018)
52.211-14 NOTICE OF PRIORITY RATING FOR NATIONAL DEFENSE, EMERGENCY
PREPAREDNESS, AND ENERGY PROGRAM USE (APR 2008)
Contracting Officer indicates DX or DO Rated Order: 'DO'
52.215-01 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021)
52.215-01 INSTRUCTIONS TO OFFERORS--COMPETITIVE ACQUISITION (NOV 2021) -
ALTERNATE I (OCT 1997)
52.215-16 FACILITIES CAPITAL COST OF MONEY (JUN 2003)
52.215-22 LIMITATIONS ON PASS-THROUGH CHARGES--IDENTIFICATION OF
SUBCONTRACT EFFORT (OCT 2009)
Applies to Cost-Plus-Fixed-Fee CLIN(s), Cost-Plus-Incentive-Fee (Performance) CLIN(s),
Cost-Plus-Award-Fee CLIN(s), Cost CLIN(s), Cost-Sharing CLIN(s) only.
52.216-01 TYPE OF CONTRACT (APR 1984)
Type of contract is 'TBD'
52.216-27 SINGLE OR MULTIPLE AWARDS (OCT 1995)
52.222-24 PREAWARD ON-SITE EQUAL OPPORTUNITY COMPLIANCE EVALUATION (FEB
1999)
52.222-56 CERTIFICATION REGARDING TRAFFICKING IN PERSONS COMPLIANCE PLAN
(OCT 2020)
52.232-38 SUBMISSION OF ELECTRONIC FUNDS TRANSFER INFORMATION WITH OFFER
(JUL 2013)
52.233-02 SERVICE OF PROTEST (SEP 2006)
Para (a) Official or location is 'See Block 5 of Cover Page'
52.237-01 SITE VISIT (APR 1984)
B. DEFENSE FEDERAL ACQUISITION REGULATION SUPPLEMENT SOLICITATION PROVISIONS
252.204-7019 NOTICE OF NIST SP 800-171 DOD ASSESSMENT REQUIREMENTS (MAR 2022)
252.215-7008 ONLY ONE OFFER (DEC 2022)
252.215-7009 PROPOSAL ADEQUACY CHECKLIST (JAN 2023)
252.215-7010 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER
THAN CERTIFIED COST OR PRICING DATA (JAN 2023)
252.215-7010 REQUIREMENTS FOR CERTIFIED COST OR PRICING DATA AND DATA OTHER
THAN CERTIFIED COST OR PRICING DATA (DEVIATION 2023-O0004) (JAN 2023)
Para (c)(1), Cost or pricing data deemed necessary to establish price reasonableness
'?????'
Para (e)(1)(i), Contracting Officer shall add paragraphs as necessary to identify each
first-tier subcontract to which the authority of the Section 890 pilot has been flowed down,
'?????'
252.215-7012 REQUIREMENTS FOR SUBMISSION OF PROPOSALS VIA ELECTRONIC MEDIA
(JAN 2018)
Alt III, Para (c) Submit the cost portion of the proposal via the following electronic media:
'DoD SAFE'
252.215-7013 SUPPLIES AND SERVICES PROVIDED BY NONTRADITIONAL DEFENSE
CONTRACTORS (JAN 2023)
252.215-7016 NOTIFICATION TO OFFERORS POSTAWARD DEBRIEFINGS (DEC 2022)
SECTION L FA2391-23-R-2403
PAGE L - 1 of 4
---
FA2391-23-S-2403
Attachment 4
PART IV -REPRESENTATIONS AND INSTRUCTIONS
SECTION L -INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
252.216-7002 ALTERNATE A, TIME-AND-MATERIALS/LABOR-HOUR PROPOSAL
REQUIREMENTS OTHER THAN COMMERCIAL ACQUISITION WITH ADEQUATE
PRICE COMPETITION (JAN 2023)
252.227-7028 TECHNICAL DATA OR COMPUTER SOFTWARE PREVIOUSLY DELIVERED TO THE
GOVERNMENT (JUN 1995)
C. AIR FORCE FEDERAL ACQUISITION REGULATION SUPPLEMENT SOLICITATION PROVISIONS
5352.209-9001 POTENTIAL ORGANIZATIONAL CONFLICT OF INTEREST (OCT 2019)
Para (a). Nature of the proposed conflict. 'TBD'
Para (a)(1). Nature of proposed restraint and time period. 'TBD'
II. NOTICE: The following solicitation provisions pertinent to this section are hereby incorporated in full
text:
FEDERAL ACQUISITION REGULATION SOLICITATION PROVISIONS IN FULL TEXT
52.252-01 SOLICITATION PROVISIONS INCORPORATED BY REFERENCE (FEB 1998)
This solicitation incorporates one or more solicitation provisions by reference, with the same force and
effect as if they were given in full text. Upon request, the Contracting Officer will make their full text
available. The offeror is cautioned that the listed provisions may include blocks that must be completed by
the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions,
the offeror may identify the provision by paragraph identifier and provide the appropriate information with
its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at
this/these address(es):
https://www.acquisition.gov/browse/index/far
https://www.acquisition.gov/dfars
https://www.acquisition.gov/affars
52.252-05 AUTHORIZED DEVIATIONS IN PROVISIONS (NOV 2020)
(a) The use in this solicitation of any Federal Acquisition Regulation (48 CFR Chapter 1)
provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after the date of the
provision.
(b) The use in this solicitation of any Defense Federal Acquisition Regulation Supplement (48
CFR Chapter 2) provision with an authorized deviation is indicated by the addition of "(DEVIATION)" after
the name of the regulation.
OTHER SOLICITATION PROVISIONS IN FULL TEXT
L011 APPLICABLE CLAUSES (APR 2013)
The appropriate clauses to be included in the contract will be determined based on Offeror's response to
the Section K representations.
(a) Patent Rights. If the Offeror is a small business firm or nonprofit organization, then FAR
52.227-11, PATENT RIGHTS -- OWNERSHIP BY THE CONTRACTOR, and DFARS 252.227-7039,
PATENTS - REPORTING OF SUBJECT INVENTIONS will be used in Section I. Otherwise, DFARS
252.227-7038, PATENT RIGHTS - OWNERSHIP BY THE CONTRACTOR (LARGE BUSINESS), will be
included in Section I consistent with FAR Part 27.
SECTION L FA2391-23-R-2403
PAGE L - 2 of 4
---
FA2391-23-S-2403
Attachment 4
PART IV -REPRESENTATIONS AND INSTRUCTIONS
SECTION L -INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
(b) Cost Accounting Standards. Section I of this solicitation may contain the three Cost
Accounting Standards clauses at FAR 52.230-3, 52.230-4, 52.230-5, and/or 52.230-6. The resultant
contract will contain only those clauses required based on the Offeror's response to the Section K
certification titled Cost Accounting Standards Notices and Certification (National Defense).
(c) State of New Mexico. Section I of this solicitation may contain the clause at FAR 52.229-10,
STATE OF NEW MEXICO GROSS RECEIPTS AND COMPENSATING TAX. The resultant contract will
contain this clause only if performance is in whole or in part within the State of New Mexico and the
contract directs or authorizes the contractor to acquire property as a direct cost under the contract.
(d) Educational institutions and nonprofit organizations. If a cost-reimbursement type contract is
contemplated and the offeror is an educational institution, paragraph (a) of the clause at FAR 52.216-7,
Allowable Cost and Payment shall be altered in the resultant contract to refer to FAR Subpart 31.3 for
determining allowable costs. Similarly, if the offeror is a nonprofit organization (other than an educational
institution, a State or local government, or a nonprofit organization exempted under OMB Circular No. A-
122), paragraph (a) of the clause at FAR 52.216-7 shall be altered to refer to FAR Subpart 31.7. In
addition, if the offeror is an educational institution, DFARS 252.209-7005, MILITARY RECRUITING ON
CAMPUS, will be added to Section I of the resultant contract.
(e) Subcontracting Plan. DFARS 219.708 was amended to require the use of clause 252.219-
7004, Small Business Subcontracting Plan (Test Program), instead of 252.219-7003, Small Business
Subcontracting Plan (DoD Contracts), and FAR 52.219-9, Small Business Subcontracting Plan, in prime
contracts with contractors that have comprehensive subcontracting plans approved under the test
program described in DFARS 219.702. Also, include in the prime contract, solely for the purpose of
flowing the clauses down to subcontractors, FAR clause 52.219-9, Small Business Subcontracting Plan,
and 252.219-7003, or when contract will not be reported in FPDS, FAR clause 52.219-9, Small Business
Subcontracting Plan with its Alternate III and 252.219-7003 Small Business Subcontracting Plan (DoD
Contracts) with its Alternate I.
L021 SMALL BUSINESS AND SMALL DISADVANTAGED BUSINESS (OCT 2005)
FAR 52.219-9 AND DFARS 252.219-7003 are included in this solicitation and will be incorporated into
any resultant contract. A subcontracting plan is required from all offerors other than small business
concerns for proposals exceeding $500,000 which contain subcontracting opportunities. The plan shall
be submitted with the initial proposal and will be concurrently negotiated. If a cost proposal is required by
this solicitation, it must relate to, and substantiate, the submissions under FAR 52.219-9(d). Also
substantiate the reasonableness of any additional costs to be expended in pursuit of the small
disadvantaged business goal. The offeror's submission must provide sufficient information to support the
contracting officer's review of the subcontracting plan to determine: (a) if it is acceptable (otherwise an
offeror will be ineligible to receive the contract award); and (b) if at the time of contract completion any
small disadvantaged business subcontracting incentive or award fee has been earned. Contractors who
have been selected for participation in the DoD test program authorized by Section 834 of Public Law
101-189 and who have approved comprehensive subcontracting plans are not required to negotiate
subcontracting plans on an individual contract basis. If the offeror has an approved comprehensive
subcontracting plan under the DoD test program, the offeror shall provide a copy of its approved
comprehensive subcontracting plan in lieu of the individual plan required herein. Any contract resulting
from this solicitation which includes a comprehensive subcontracting plan will include the clause at
252.219-7004, Small Business and Small Disadvantaged Business Subcontracting Plan (Test Program),
in lieu of the clauses at FAR 52.219-9, and DFARS 252.219-7003.
L029 DETERMINATION OF COMPETITIVE RANGE (FEB 1997)
(a) Pursuant to FAR 15.306, the Contracting Officer's determination of competitive range of
proposals submitted as a result of this solicitation will consider such criteria as technical
evaluation/ranking of the proposal, initial cost/ price proposed, and other items set forth in Section M of
SECTION L FA2391-23-R-2403
PAGE L - 3 of 4
---
FA2391-23-S-2403
Attachment 4
PART IV -REPRESENTATIONS AND INSTRUCTIONS
SECTION L -INSTRUCTIONS, CONDITIONS AND NOTICES TO OFFERORS
this solicitation. See the Section M paragraph entitled "Evaluation Criteria," for a definitive listing of these
criteria and their relative importance.
(b) Offerors are hereby advised that only those proposals determined to have a reasonable
chance for award of a contract will be included in the competitive range. While every effort will be made
to maintain strong competition, the Contracting Officer will also look to eliminate time consuming and
unnecessary discussions with those offerors whose proposals have no reasonable chance for award.
This procedure is considered beneficial to both the Air Force and the offerors involved since, in addition to
saving further expenditure of resources, acquisition lead time should be reduced.
(c) Accordingly, offerors should submit initial proposals on their most favorable terms, from both
a technical and cost/price standpoint. Again, it should be noted that proposals will not be included in the
competitive range solely on the basis of technical acceptability, nor will they be included due to cost/price
considerations alone.
(d) Offerors whose proposals are not included in the competitive range will be notified as soon as
practicable. Additional information relative to such proposals will be provided through debriefing of
unsuccessful offerors.
L037 DD FORM 1423 (FEB 1997)
(a) All technical data and identified administrative reports contractually required shall be supplied
in accordance with attached CDRL or DD Form 1423.
(b) The offeror may propose alternative offers which recommend substitutions or eliminations of
the stated requirements. Substantiate each recommendation and describe the projected savings that
would result by accepting the alternative offer.
L045 ACCESS TO AIR FORCE COMPUTER SYSTEMS (FEB 2011)
If performance under this contract will require access to Air Force computer systems (stand alone or
networked), compliance with Air Force Instruction (AFI) 33-119 and Air Force Instruction (AFI) 33-200 is
mandatory. It should be noted that such access requires, at a minimum, a National Agency Check or
Entrance National Agency Check in accordance with DoD 5200.2-R, Personal Security Program.
Offerors should make themselves familiar with local procedures for processing such requirements, and be
prepared to be in compliance on the first day of contract performance. Failure to comply with this
requirement may be considered a failure to perform.
SECTION L FA2391-23-R-2403
PAGE L - 4 of 4
---
Atch 5 - DFARS 252.215-7009 Proposal Adequacy Checklist
252.215-7009 Proposal Adequacy Checklist.
As prescribed in 215.408 (4), use the following provision:
PROPOSAL ADEQUACY CHECKLIST (MAR 2023)
The offeror shall complete the following checklist, providing location of requested information, or an
explanation of why the requested information is not provided. In preparation of the offeror’s
checklist, offerors may elect to have their prospective subcontractors use the same or similar
checklist as appropriate.
PROPOSAL ADEQUACY CHECKLIST
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
GENERAL INSTRUCTIONS
FAR 15.408, Is there a properly completed
Table 15-2, first page of the proposal per
1.
Section I FAR 15.408 Table 15-2 I.A or
Paragraph A as specified in the solicitation?
Does the proposal identify the
need for Government-
FAR 15.408,
furnished material/tooling/test
Table 15-2,
2. equipment? Include the
Section I
accountable contract number
Paragraph A(7)
and contracting officer contact
information if known.
Does the proposal identify and
explain notifications of
noncompliance with Cost
Accounting Standards Board
or Cost Accounting Standards
FAR 15.408,
(CAS); any proposal
Table 15-2,
3. inconsistencies with your
Section I
disclosed practices or
Paragraph A(8)
applicable CAS; and
inconsistencies with your
established estimating and
accounting principles and
procedures?
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
Does the proposal disclose any
other known activity that could
materially impact the costs?
This may include, but is not
limited to, such factors as—
(1) Vendor quotations;
(2) Nonrecurring costs;
(3) Information on changes in
production methods and in
FAR 15.408, production or purchasing
Table 15-2, volume;
Section I, (4) Data supporting projections
4. Paragraph C(1) of business prospects and
FAR 2.101, objectives and related
“Cost or pricing operations costs;
data” (5) Unit-cost trends such as
those associated with labor
efficiency;
(6) Make-or-buy decisions;
(7) Estimated resources to
attain business goals; and
(8) Information on
management decisions that
could have a significant
bearing on costs.
Is an Index of all certified cost
FAR 15.408, or pricing data and
Table 15-2, information accompanying or
5.
Section I identified in the proposal
Paragraph B provided and appropriately
referenced?
Are there any exceptions to
submission of certified cost or
pricing data pursuant to FAR
FAR
6. 15.403-1(b)? If so, is
15.403-1(b)
supporting documentation
included in the proposal?
(Note questions 18-20.)
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
Does the proposal disclose the
FAR 15.408,
judgmental factors applied and
Table 15-2,
the mathematical or other
7. Section I
methods used in the estimate,
Paragraph
including those used in
C(2)(i)
projecting from known data?
FAR 15.408,
Does the proposal disclose the
Table 15-2,
nature and amount of any
8. Section I
contingencies included in the
Paragraph
proposed price?
C(2)(ii)
FAR 15.408 Does the proposal explain the
Table 15-2, basis of all cost estimating
9. Section II, relationships (labor hours or
Paragraph A or material) proposed on other
B than a discrete basis?
Is there a summary of total
cost by element of cost and are
the elements of cost cross-
FAR 15.408,
referenced to the supporting
Table 15-2,
cost or pricing data?
10. Section I
(Breakdowns for each cost
Paragraphs D
element must be consistent
and E
with your cost accounting
system, including breakdown
by year.)
If more than one Contract Line
Item Number (CLIN) or sub
Contract Line Item Number
FAR 15.408,
(sub-CLIN) is proposed as
Table 15-2,
required by the RFP, are there
11. Section I
summary total amounts
Paragraphs D
covering all line items for each
and E
element of cost and is it cross-
referenced to the supporting
cost or pricing data?
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
FAR 15.408, Does the proposal identify any
Table 15-2, incurred costs for work
12.
Section I performed before the
Paragraph F submission of the proposal?
Is there a Government forward
pricing rate agreement
(FPRA)? If so, the offeror shall
identify the official submittal of
FAR 15.408,
such rate and factor data. If
Table 15-2,
13. not, does the proposal include
Section I
all rates and factors by year
Paragraph G
that are utilized in the
development of the proposal
and the basis for those rates
and factors?
COST ELEMENTS
MATERIALS AND SERVICES
Does the proposal include a
consolidated summary of
individual material and
services, frequently referred to
as a Consolidated Bill of
Material (CBOM), to include
FAR 15.408, the basis for pricing? The
Table 15-2, offeror’s consolidated
14.
Section II summary shall include raw
Paragraph A materials, parts, components,
assemblies, subcontracts and
services to be produced or
performed by others,
identifying as a minimum the
item, source, quantity, and
price.
SUBCONTRACTS (Purchased materials or services)
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
Has the offeror identified in
the proposal those
DFARS subcontractor proposals, for
15.
215.404-3 which the contracting officer
has initiated or may need to
request field pricing analysis?
Per the thresholds of FAR
15.404-3(c), Subcontract
FAR 15.404-3(c) Pricing Considerations, does
16.
FAR 52.244-2 the proposal include a copy of
the applicable subcontractor’s
certified cost or pricing data?
Is there a price/cost analysis
establishing the
reasonableness of each of the
proposed subcontracts
included with the proposal?
FAR 15.408, If the offeror’s price/cost
Table 15-2, analyses are not provided with
17. Note 1; the proposal, does the proposal
Section II include a matrix identifying
Paragraph A dates for receipt of
subcontractor proposal,
completion of fact finding for
purposes of price/cost analysis,
and submission of the
price/cost analysis?
EXCEPTIONS TO CERTIFIED COST OR PRICING DATA
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
Has the offeror submitted an
exception to the submission of
certified cost or pricing data
for commercial products or
commercial services proposed
either at the prime or
subcontractor level, in
accordance with provision
52.215-20?
a. Has the offeror specifically
identified the type of
commercial product or
commercial services claim
(FAR 2.101 [“]commercial
product” or “commercial
service” definition, paragraphs
(1) through (8)), and the basis
on which the commercial
product or commercial service
meets the definition?
b. For modified commercial
FAR 52.215-20
products (FAR 2.101
FAR 2.101,
“commercial product“
“commercial
18. definition paragraph (3)); did
product” or
the offeror classify the
“commercial
modification(s) as either—
service”
i. A modification of a type
customarily available in the
commercial marketplace
(paragraph (3)(i)); or
ii. A minor modification
(paragraph (3)(ii)) of a type not
customarily available in the
commercial marketplace made
to meet Federal Government
requirements not exceeding
the thresholds in FAR
15.403-1(c)(3)(iii)(B)?
c. For proposed commercial
products “of a type”, or
“evolved” or modified (FAR
2.101“ commercial product“
definition), did the contractor
provide a technical description
of the differences between the
proposed item and the
comparison item(s)?
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
19. [Reserved]
Does the proposal support the
degree of competition and the
basis for establishing the
FAR 15.408,
source and reasonableness of
Table 15-2,
20. price for each subcontract or
Section II
purchase order priced on a
Paragraph A(1)
competitive basis exceeding
the threshold for certified cost
or pricing data?
INTERORGANIZATIONAL TRANSFERS
For inter-organizational
FAR 15.408,
transfers proposed at cost,
Table 15-2,
21. does the proposal include a
Section II
complete cost proposal in
Paragraph A.(2)
compliance with Table 15-2?
For inter-organizational
transfers proposed at price in
accordance with FAR
FAR 15.408,
31.205-26(e), does the
Table 15-2,
22. proposal provide an analysis
Section II
by the prime that supports the
Paragraph A(1)
exception from certified cost
or pricing data in accordance
with FAR 15.403-1?
DIRECT LABOR
Does the proposal include a
time phased (i.e.; monthly,
quarterly) breakdown of labor
FAR 15.408, hours, rates and costs by
Table 15-2, category or skill level? If labor
23.
Section II is the allocation base for
Paragraph B indirect costs, the labor cost
must be summarized in order
that the applicable overhead
rate can be applied.
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
For labor Basis of Estimates
(BOEs), does the proposal
include labor categories, labor
FAR 15.408, hours, and task descriptions,
Table 15-2, (e.g.; Statement of Work
24.
Section II reference, applicable CLIN,
Paragraph B Work Breakdown Structure,
rationale for estimate,
applicable history, and time-
phasing)?
If covered by the Service
Contract Labor Standards
FAR subpart statute (41 U.S.C. chapter 67),
25.
22.10 are the rates in the proposal in
compliance with the minimum
rates specified in the statute?
INDIRECT COSTS
Does the proposal indicate the
basis of estimate for proposed
FAR 15.408,
indirect costs and how they are
Table 15-2,
26. applied? (Support for the
Section II
indirect rates could consist of
Paragraph C
cost breakdowns, trends, and
budgetary data.)
OTHER COSTS
Does the proposal include
other direct costs and the basis
for pricing? If travel is
FAR 15.408,
included does the proposal
Table 15-2,
27. include number of trips,
Section II
number of people, number of
Paragraph D
days per trip, locations, and
rates (e.g. airfare, per diem,
hotel, car rental, etc)?
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
FAR 15.408, If royalties exceed $1,500 does
Table 15-2, the proposal provide the
28.
Section II information/data identified by
Paragraph E Table 15-2?
When facilities capital cost of
money is proposed, does the
FAR 15.408,
proposal include submission of
Table 15-2,
29. Form CASB-CMF or reference
Section II
to an FPRA/FPRP and show the
Paragraph F
calculation of the proposed
amount?
FORMATS FOR SUBMISSION OF LINE ITEM SUMMARIES
Are all cost element
breakdowns provided using
FAR 15.408, the applicable format
30. Table 15-2, prescribed in FAR 15.408,
Section III Table 15-2 III? (or alternative
format if specified in the
request for proposal)
If the proposal is for a
modification or change order,
FAR 15.408,
have cost of work deleted
Table 15-2,
31. (credits) and cost of work
Section III
added (debits) been provided
Paragraph B
in the format described in FAR
15.408, Table 15-2.III.B?
For price
FAR 15.408,
revisions/redeterminations,
Table 15-2,
32. does the proposal follow the
Section III
format in FAR 15.408, Table
Paragraph C
15-2.III.C?
OTHER
---
If not
provided
SUBMISSION PROPOSAL EXPLAIN
REFERENCES
ITEM PAGE No. (may use
continuation
pages)
If an incentive contract type,
does the proposal include
offeror proposed target cost,
33. FAR 16.4 target profit or fee, share
ratio, and, when applicable,
minimum/maximum fee, ceiling
price?
FAR 16.203-4
If Economic Price Adjustments
and FAR
are being proposed, does the
15.408 Table
34. proposal show the rationale
15-2, Section II,
and application for the
Paragraphs A,
economic price adjustment?
B, C, and D
If the offeror is proposing
Performance-Based Payments
35. FAR 52.232-28
did the offeror comply with
FAR 52.232-28?
Excessive Pass-through
Charges– Identification of
Subcontract Effort: If the
offeror intends to subcontract
more than 70% of the total
cost of work to be performed,
does the proposal identify: (i)
FAR 15.408(n) the amount of the offeror’s
36. FAR 52.215-22 indirect costs and profit
FAR 52.215-23 applicable to the work to be
performed by the proposed
subcontractor(s); and (ii) a
description of the added value
provided by the offeror as
related to the work to be
performed by the proposed
subcontractor(s)?
(End of provision)
Parent topic: 252.215 RESERVED
---
Atch 6 - Contract Data Requirements List (CDRL)
FA2391-23-S-2403
Attachment 6
CONTRACT DATA REQUIREMENTS LIST Form Approved
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
datasources,gatheringandmaintainingthedataneeded,andcompletingandreviewingthecollectionofinformation. Sendcommentsregardingthisburdenestimateorany
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate(0704-0188).Respondentsshouldbeawarethatnotwithstandinganyotherprovisionoflaw,nopersonshallbesubjecttoanypenaltyforfailingtocomplywitha
collectionofinformationifitdoesnotdisplayacurrentlyvalidOMBcontrolnumber. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A.CONTRACT LINE ITEM NO. B.EXHIBIT C.CATEGORY:
TDP ________ TM _______ OTHER
D.SYSTEM/ITEM E.CONTRACT/PR NO. F.CONTRACTOR
1.DATA ITEM NO. 2. TITLE OF DATA ITEM 3.SUBTITLE 17. PRICE GROUP
4.AUTHORITY (Data Acquisition Document No.) 5.CONTRACT REFERENCE 6.REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7.DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8.APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G.PREPARED BY H.DATE I.APPROVED BY J.DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
Attachment 6
CONTRACT DATA REQUIREMENTS LIST
(1 Data Item)
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
16. REMARKS (Continued)
DD FORM 1423-1, FEB 2001 Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
CONTRACT DATA REQUIREMENTS LIST Form Approved Attachment 6
(1 Data Item) OMB No. 0704-0188
The public reporting burden for this collection of information is estimated to average 110 hours per response, including the time for reviewing instructions, searching existing
data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any
other aspect of this collection of information, including suggestions for reducing the burden, to the Department of Defense, Executive Services and Communications
Directorate (0704-0188). Respondents should be aware that notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a
collection of information if it does not display a currently valid OMB control number. Please do not return your form to the above organization. Send completed form to the
Government Issuing Contracting Officer for the Contract/PR No. listed in Block E.
A. CONTRACT LINE ITEM NO. B. EXHIBIT C. CATEGORY:
TDP ________ TM _______ OTHER
D. SYSTEM/ITEM E. CONTRACT/PR NO. F. CONTRACTOR
1. DATA ITEM NO. 2. TITLE OF DATA ITEM 3. SUBTITLE 17. PRICE GROUP
4. AUTHORITY (Data Acquisition Document No.) 5. CONTRACT REFERENCE 6. REQUIRING OFFICE 18. ESTIMATED
TOTAL PRICE
7. DD 250 REQ 9. DIST STATEMENT 10. FREQUENCY 12. DATE OF FIRST SUBMISSION 14. DISTRIBUTION
REQUIRED
b. COPIES
8. APP CODE 11. AS OF DATE 13. DATE OF SUBSEQUENT a. ADDRESSEE Final
SUBMISSION Draft
Reg Repro
16. REMARKS
15. TOTAL
G. PREPARED BY H. DATE I. APPROVED BY J. DATE
DD FORM 1423-1, FEB 2001 PREVIOUS EDITION MAY BE USED. Page of Pages
---
FA2391-23-S-2403
Attachment 6
INSTRUCTIONS FOR COMPLETING DD FORM 1423
(See DoD 5010.12-M for detailed instructions.)
FOR THE CONTRACTOR
FOR GOVERNMENT PERSONNEL
Item A. Self-explanatory. Item 17. Specify appropriate price group from one of the following
groups of effort in developing estimated prices for each data item
Item B. Self-explanatory. listed on the DD Form 1423.
Item C. Mark (X) appropriate category: TDP - Technical Data Package;
TM - Technical Manual; Other - other category of data, such as
a. Group I. Definition -Data which is not otherwise essential
"Provisioning,""Configuration Management," etc.
to the contractor's performance of the primary contracted effort
Item D. Enter name of system/item being acquired that data will support. (production, development, testing, and administration) but which is
required by DD Form 1423.
Item E. Self-explanatory (to be filled in after contract award).
Item F. Self-explanatory (to be filled in after contract award). Estimated Price - Costs to be included under Group I are
those applicable to preparing and assembling the data item in
Item G. Signature of preparer of CDRL.
conformance with Government requirements, and the
Item H. Date CDRL was prepared. administration and other expenses related to reproducing and
delivering such data items to the Government.
Item I. Signature of CDRL approval authority.
Item J. Date CDRL was approved. b. Group II. Definition - Data which is essential to the
performance of the primary contracted effort but the contractor is
required to perform additional work to conform to Government
Item 1. See DoD FAR Supplement Subpart 4.71 for proper numbering.
requirements with regard to depth of content, format, frequency of
submittal, preparation, control, or quality of the data item.
Item 2. Enter title as it appears on data acquisition document cited in Item
4.
Item 3. Enter subtitle of data item for further definition of data item Estimated Price - Costs to be included under Group II are
(optional entry). those incurred over and above the cost of the essential data item
without conforming to Government requirements, and the
Item 4. Enter Data Item Description (DID) number, military specification administrative and other expenses related to reproducing and
number, or military standard number listed in DoD 5010.12-L (AMSDL), or
delivering such data item to the Government.
one-time DID number, that defines data content and format requirements.
Item 5. Enter reference to tasking in contract that generates requirement
for the data item (e.g., Statement of Work paragraph number). c. Group III. Definition - Data which the contractor must
develop for his internal use in performance of the primary
Item 6. Enter technical office responsible for ensuring adequacy of the contracted effort and does not require any substantial change to
data item. conform to Government requirements with regard to depth of
content, format, frequency of submittal, preparation, control, and
Item 7. Specify requirement for inspection/acceptance of the data item quality of the data item.
by the Government.
Item 8. Specify requirement for approval of a draft before preparation of
Estimated Price - Costs to be included under Group III are
the final data item.
the administrative and other expenses related to reproducing and
Item 9. For technical data, specify requirement for contractor to mark the delivering such data item to the Government.
appropriate distribution statement on the data (ref. DoDD 5230.24).
Item 10. Specify number of times data items are to be delivered. d. Group IV. Definition - Data which is developed by the
contractor as part of his normal operating procedures and his effort
Item 11. Specify as-of date of data item, when applicable.
in supplying these data to the Government is minimal.
Item 12. Specify when first submittal is required.
Item 13. Specify when subsequent submittals are required, when Estimated Price -Group IV items should normally be shown
applicable. on the DD Form 1423 at no cost.
Item 14. Enter addressees and number of draft/final copies to be delivered
to each addressee. Explain reproducible copies in Item 16.
Item 18. For each data item, enter an amount equal to that portion
Item 15. Enter total number of draft/final copies to be delivered.
of the total price which is estimated to be attributable to the
production or development for the Government of that item of data.
Item 16. Use for additional/clarifying information for Items 1 through 15.
Examples are: Tailoring of documents cited in Item 4; Clarification of These estimated data prices shall be developed only from those
submittal dates in Items 12 and 13; Explanation of reproducible copies in costs which will be incurred as a direct result of the requirement to
Item 14.; Desired medium for delivery of the data item. supply the data, over and above those costs which would
otherwise be incurred in performance of the contract if no data
were required. The estimated data prices shall not include any
amount for rights in data. The Government's right to use the data
shall be governed by the pertinent provisions of the contract.
DD FORM 1423-1 (BACK), FEB 2001
---
Atch 7 - DD Form 254
CLASSIFICATION (When filled in): Unclassified
DEPARTMENT OF DEFENSE
OMB No. 0704-0567
CONTRACT SECURITY CLASSIFICATION SPECIFICATION OMB approval expires:
(The requirements of the National Industrial Security Program (NISP) apply to all security aspects of this effort involving classified information.) June 30, 2025
The public reporting burden for this collection of information, 0704-0567, is estimated to average 70 minutes per response, including the time for reviewing instructions, searching existing data sources, gathering
and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including
suggestions for reducing the burden, to the Department of Defense, Washington Headquarters Services, at whs.mc-alex.esd.mbx.dd-dod-information-collections@mail.mil. Respondents should be aware that
notwithstanding any other provision of law, no person shall be subject to any penalty for failing to comply with a collection of information if it does not display a currently valid OMB control number.
RETURN COMPLETED FORM AS DIRECTED IN THE INSTRUCTIONS.
1. CLEARANCE AND SAFEGUARDING
a. LEVEL OF FACILITY SECURITY CLEARANCE (FCL) REQUIRED b. LEVEL OF SAFEGUARDING FOR CLASSIFIED INFORMATION/
(See Instructions) MATERIAL REQUIRED AT CONTRACTOR FACILITY
Top Secret None (See instructions)
2. THIS SPECIFICATION IS FOR: (X and complete as applicable.) 3. THIS SPECIFICATION IS: (X and complete as applicable.)
a. PRIME CONTRACT NUMBER (See instructions.) DATE (YYYYMMDD)
a. ORIGINAL (Complete date in all cases.)
20230206
b. SUBCONTRACT NUMBER b. REVISED (Supersedes all previous specifications.)
REVISION NO. DATE (YYYYMMDD)
c. SOLICITATION OR OTHER NUMBER DUE DATE (YYYYMMDD)
c. FINAL (Complete Item 5 in all cases.) DATE (YYYYMMDD)
FA2391-23-S-2403
4. IS THIS A FOLLOW-ON CONTRACT? No Yes If yes, complete the following:
Classified material received or generated under (Preceding Contract Number) is transferred to this follow-on contract.
5. IS THIS A FINAL DD FORM 254? No Yes If yes, complete the following:
In response to the contractor's request dated , retention of the classified material is authorized for the period of:
6. CONTRACTOR (Include Commercial and Government Entity (CAGE) Code)
a. NAME, ADDRESS, AND ZIP CODE b. CAGE CODE c. COGNIZANT SECURITY OFFICE(S) (CSO)
(Name, Address, ZIP Code, Telephone required; Email Address optional)
TBD TBD TBD
7. SUBCONTRACTOR(S) (Click button if you choose to add or list the subcontractors
-- but will still require a separate DD Form 254 issued by a prime contractor to each subcontractor)
a. NAME, ADDRESS, AND ZIP CODE b. CAGE CODE c. COGNIZANT SECURITY OFFICE(S) (CSO)
(Name, Address, ZIP Code, Telephone required; Email Address optional)
N/A N/A N/A
8. ACTUAL PERFORMANCE (Click button to add more locations.)
a. LOCATION(S) (For actual performance, see instructions.) b. CAGE CODE c. COGNIZANT SECURITY OFFICE(S) (CSO)
(If applicable, (Name, Address, ZIP Code, Telephone required; Email Address optional)
see Instructions.)
TBD
TBD
TBD
9. GENERAL UNCLASSIFIED DESCRIPTION OF THIS PROCUREMENT
This hybrid BAA permits the study efforts on novel concepts as well as R&D contracts to mature specific technologies to appropriate TRLs
depending on end use. R&D efforts under this program include but are not limited to: fundamental science, advanced technology
demonstration, critical experiments, and ground and flight tests. Research sites will be limited to each task order and located at various
research centers. The BAA will allow for the submittal of white papers.
DD FORM 254, APR 2018 PREVIOUS EDITION IS OBSOLETE. Page 1 of 4
CLASSIFICATION (When filled in): Unclassified
---
CLASSIFICATION (When filled in): Unclassified
10. CONTRACTOR WILL REQUIRE ACCESS TO: (X all that apply. Provide details in Blocks 13 or 14 as set forth in the instructions.)
a. COMMUNICATIONS SECURITY (COMSEC) INFORMATION f. SPECIAL ACCESS PROGRAM (SAP) INFORMATION
g. NORTH ATLANTIC TREATY ORGANIZATION
b. RESTRICTED DATA
(NATO) INFORMATION
c. CRITICAL NUCLEAR WEAPON DESIGN INFORMATION (CNWDI)
h. FOREIGN GOVERMENT INFORMATION
(If CNWDI applies, RESTRICTED DATA must also be marked.)
i. ALTERNATIVE COMPENSATORY CONTROL MEASURES
d. FORMERLY RESTRICTED DATA
(ACCM) INFORMATION
j. CONTROLLED UNCLASSIFIED INFORMATION (CUI)
e. NATIONAL INTELLIGENCE INFORMATION:
(See instructions.)
(1) Sensitive Compartmented Information (SCI) k. OTHER (Specify) (See instructions.)
JWICS access authorized.
(2) Non-SCI
11. IN PERFORMING THIS CONTRACT, THE CONTRACTOR WILL: (X all that apply. See instructions. Provide details in Blocks 13 or 14 as set forth in the instructions.)
a. HAVE ACCESS TO CLASSIFIED INFORMATION ONLY AT g. BE AUTHORIZED TO USE THE SERVICES OF DEFENSE
ANOTHER CONTRACTOR'S FACILITY OR A GOVERNMENT TECHNICAL INFORMATION CENTER (DTIC) OR OTHER
ACTIVITY SECONDARY DISTRIBUTION CENTER
(Applicable only if there is no access or storage required at contractor facility.
See instructions.) h. REQUIRE A COMSEC ACCOUNT
b. RECEIVE AND STORE CLASSIFIED DOCUMENTS ONLY i. HAVE A TEMPEST REQUIREMENT
j. HAVE OPERATIONS SECURITY (OPSEC) REQUIREMENTS
c. RECEIVE, STORE, AND GENERATE CLASSIFIED
INFORMATION OR MATERIAL
k. BE AUTHORIZED TO USE DEFENSE COURIER SERVICE
d. FABRICATE, MODIFY, OR STORE CLASSIFIED HARDWARE l. RECEIVE, STORE, OR GENERATE CONTROLLED UNCLASSIFIED
INFORMATION (CUI).
(DoD Components: refer to DoDI 5200.48, only for specific CUI protection
e. PERFORM SERVICES ONLY
requirements. Non-DoD Components: see instructions.)
m. OTHER (Specify) (See instructions.)
f. HAVE ACCESS TO U.S. CLASSIFIED INFORMATION OUTSIDE
THE U.S.,PUERTO RICO, U.S. POSSESSIONS AND TRUST
AFFARS 5352.204-9000 applies. See block 13.
TERRITORIES
12. PUBLIC RELEASE
Any information (classified or unclassified) pertaining to this contract shall not be released for public dissemination except as provided by the National
Industrial Security Program Operating Manual (NISPOM) or unless it has been approved for public release by appropriate U.S. Government authority.
Proposed public releases shall be submitted for review and approval prior to release to the appropriate government approval authority identified here with at
least office and phone contact information and if available, an e-mail address. (See instructions)
DIRECT THROUGH (Specify below) Public Release Authority:
AFRL/RQ for non-SAR material. Transmission of public release AFRL/RQ
request via e-mail is not authorized. Allow 23 days for processing. 2130 8th Street, WPAFB OH 45433
13. SECURITY GUIDANCE
The security classification guidance for classified information needed for this effort is identified below. If any difficulty is encountered in applying this
guidance or if any other contributing factor indicates a need for changes in this guidance, the contractor is authorized and encouraged to provide
recommended changes; to challenge the guidance or the classification assigned to any information or material furnished or generated under this contract;
and to submit any questions for interpretation of this guidance to the official identified below. Pending final decision, the information involved shall be
handled and protected at the highest level of classification assigned or recommended.
(Fill in as appropriate for the classified effort. Attach, or forward under separate correspondence, any documents/guides/extracts referenced herein. The field will expand as text
is added. When removing any expanded text area, use delete key or backspace key, then click out of the text field for it to shrink after the text has been deleted. Also allows for
up to 6 internal reviewers to digitally sign. See instructions for additional guidance or use of the fillable PDF.)
32 Code of Federal Regulations, Part 117, National Industrial Security Program Operating Manual (NISPOM), 24 February 2021, applies.
SECURITY GUIDANCE:
The Contractor will notify the Government Contracting Activity and the Government Security Manager within 48 hours of any incident
involving the actual or suspected compromise/loss of classified information to enable the Government to conduct immediate assessment of
potential impact pending formal inquiry/investigation. Actual or suspected compromise of Covered Defense Information will be reported
IAW DFARS Clause 252.204-7012.
Access to classified information may be required during pre-contract phases, and will be dependent upon each individual task order.
Ref Blk 10e(1), Block12: Public release of Sensitive Compartmented Information (SCI) is NOT authorized.
DD FORM 254, APR 2018 PREVIOUS EDITION IS OBSOLETE. Page 2 of 4
CLASSIFICATION (When filled in): Unclassified
---
CLASSIFICATION (When filled in): Unclassified
Ref Blks 10e(1): Contractor requires access to SCI materials; SCI security requirements apply, see 21 IS/INS, SSO WPAFB, SCI
Addendum, for details. Access to Joint Worldwide Intelligence Communications System (JWICS) is authorized. Users shall be briefed to
NATO Secret IAW the NISPOM, Para 10-706, prior to access.
Ref Blks 10j/11l: The contractor shall comply with DoDI 5200.48, Controlled Unclassified Information; AFMAN 16-1404, volume 1,
Operations Support, Information Security Program: Overview, Classification, and Declassification; Air Force Guidance Memorandum
2020-16-01, Air Force Guidance Memorandum for CUI, 23 July 2020; and DoDM 5400.7-Air Force Manual 33 302, DoD Freedom of
Information Act (FOIA) Program. The contractor shall monitor CUI aggregation and compilation based on the potential to generate
classified information pursuant to security classification guidance addressing the accumulation of unclassified data or information.
Ref Blk 11c: Contractor will reference the appropriate security classification guidance when generating or deriving classified or
unclassified information or hardware that is generated or used in the performance of this contract. The contractor shall protect such items
and apply derivative classification and markings consistent with the source document. At the termination or expiration of this contract, the
AFRL/RQ security (AFRL/RQOS) will be contacted for disposition instructions. Information or hardware generated or received under this
contract is not authorized to be used or transferred to any other contractor or effort without the written approval from AFRL/RQ security.
SCG will be provided under separate cover.
Ref Blk 11d: The contractor is required to provide adequate and approved storage for classified hardware or material to the level of TOP
SECRET which because of size or quantity cannot be safeguarded in an approved storage container.
Ref Blk 11m: Provide the information requested by the Notification for Government Security Activity and Visitor Group Security
Agreements clause, Air Force Federal Acquisition Regulation Supplement (AFFARS) 5352.204-9000, to AFRL/RQOS the Servicing
Security Activity (SSA), AFRL/RQOS, 2130 8th St, WPAFB, OH 45433.
* AFRL/RQ Security (RQOS) office must approve further disclosure of information covered under this effort, to include subcontracting.
* Upon the end of this effort, the contractor shall contact the AFRL/RQOS for disposition instructions of classified access or material
generated or received during this effort.
* This information covered under this effort cannot be transferred or used for another effort to include IRAD, unless express written
approval is received from AFRL/RQ PM or AFRL/RQOS.
*Contractor personnel shall utilize US Government or official company email for transmitting official US Government business/
information. US Government information shall NOT be transmitted via personal, private or commercial email or social media accounts
(e.g. Hotmail, Gmail, Yahoo, Tik Tok, Facebook etc.). The use of DOD Safe is authorized for unclassified and Controlled Unclassified
Information only.
*Contractor personnel are strictly prohibited from referencing this contract, classification, clearances, accesses (SAP/SAR, SCI), in
advertisements, websites, capability fliers, promotional efforts or even in retirement notifications of employees.
Program Manager: Jonathan Wyatt, 1st Lt, AFRL/RQHP, (937) 255-1196, jonathan.wyatt.4@us.af.mil
Administrative Contracting Officer: TBD
Security Manager: Lucinda Coleman, AFRL/RQOS, (937) 904-8609, lucinda.coleman@us.af.mil; David Hanson, AFRL/RQOS, (937)
938-4921, david.hanson.17@us.af.mil
List of Attachments (All Files Must be attached Prior to Signing, i.e., for any digital signature on the form)
NAME & TITLE OF REVIEWING OFFICIAL SIGNATURE
RQOS- Security Coordination Dennis Reed REED.DENNISDigitally signed by
REED.DENNIS.G.1032466385
Chief of Security, AFRL/RQOS .G.1032466385 Date: 2022.10.31 15:12:00
-04'00'
NAME & TITLE OF REVIEWING OFFICIAL SIGNATURE
Ref 10e(1) Intelligence Coordination David Hanson HANSON.DAVID.L Digitally signed by
HANSON.DAVID.LELAND.124
Intelligence Officer, AFRL/RQOS ELAND.1244703905 4703905
Date: 2022.10.31 14:54:24 -04'00'
14. ADDITIONAL SECURITY REQUIREMENTS
Requirements, in addition to NISPOM requirements for classified information, are established for this contract.
If Yes, identify the pertinent contractual clauses in the contract document itself, or provide an appropriate statement which identifies the additional
No Yes
requirements. Provide a copy of the requirements to the CSO. The field will expand as text is added or you can also use item 13. When removing any
expanded text area, use delete key or backspace key, then click out of the text field for it to shrink after the text has been deleted.
(See instructions for additional guidance or use of the fillable PDF.)
DD FORM 254, APR 2018 PREVIOUS EDITION IS OBSOLETE. Page 3 of 4
CLASSIFICATION (When filled in): Unclassified
---
CLASSIFICATION (When filled in): Unclassified
Ref Blk 11j: OPSEC requirements apply. See Statement of Work (SOW) for requirements.
Ref Blk 10e(1): SCI security requirements apply, see SCI addendum for details.
15. INSPECTIONS
Elements of this contract are outside the inspection responsibility of the CSO.
If Yes, explain and identify specific areas and government activity responsible for inspections. The field will expand as text is added or you can also use item
No Yes
13. When removing any expanded text area, use delete key or backspace key, then click out of the text field for it to shrink after the text has been deleted.
(See instructions for additional guidance or use of the fillable PDF.)
Ref Blk 11m: Contractor performance will occur at WPAFB. DCSA is relieved of all inspection responsibilities for contractor performance
on the installation. AFRL/RQOS will maintain security oversight.
Ref Blk 10e(1): SCI security requirements apply, see SCI addendum (para 13) for details.
16. GOVERNMENT CONTRACTING ACTIVITY (GCA) AND POINT OF CONTACT (POC)
a. GCA NAME c. ADDRESS (Include ZIP Code) d. POC NAME
Peter Seiley
AFRL/RQKPB
AFRL/RQKPB
e. POC TELEPHONE (Include Area Code)
2130 8th Street
b. ACTIVITY ADDRESS CODE (AAC) OF THE +1 (312) 713-9943
Wright-Patterson AFB, OH 45433
CONTRACTING OFFICE (See Instructions)
f. EMAIL ADDRESS (See Instructions)
FA2391 peter.seiley@us.af.mil
17. CERTIFICATION AND SIGNATURES
Security requirements stated herein are complete and adequate for safeguarding the classified information to be released or generated under this classified
effort. All questions shall be referred to the official named below. Upon digitally signing Item 17h, no changes can be made as the form will be locked.
a. TYPED NAME OF CERTIFYING OFFICIAL (Last, First, Middle Initial) d. AAC OF THE CONTRACTING OFFICE h. SIGNATURE
(See Instructions) (See Instructions)
SEILEY.
Seiley, Peter F FA2391 Digitally signed
PETER.Fby
SEILEY.PETER
b. TITLE e. CAGE CODE OF THE PRIME CONTRACTOR
.1407640.F.1407640256
(See Instructions.) Date: 2023.05.11
Contracting Officer 256 17:04:45 -04'00'
c. ADDRESS (Include ZIP Code) f. TELEPHONE (Include Area Code) i. DATE SIGNED
AFRL/RQKPB +1 (312) 713-9943 (See Instructions)
2130 8th Street
g. EMAIL ADDRESS (See Instructions) 20230511
Wright-Patterson AFB, Ohio 45433
peter.seiley@us.af.mil
18. REQUIRED DISTRIBUTION BY THE CERTIFYING OFFICIAL
f. OTHER AS NECESSARY (If more room is needed, continue in Item 13 or on
a. CONTRACTOR
additional page if necessary.)
AFRL/RQOS, 2130 Eighth St, Wright-Patterson AFB OH
b. SUBCONTRACTOR
45433-7542, Wright-PattersonAFRL/RQOS_All@us.af.mil
c. COGNIZANT SECURITY OFFICE FOR PRIME AND
SUBCONTRACTOR Blk 18f: AFRL/RQOS, 2130 8th Street, WPAFB OH 45433,
lucinda.coleman@us.af.mil; david.hanson.17@us.af.mil
d. U.S. ACTIVITY RESPONSIBLE FOR OVERSEAS SECURITY
ADMINISTRATION
e. ADMINISTRATIVE CONTRACTING OFFICER
DD FORM 254, APR 2018 PREVIOUS EDITION IS OBSOLETE. Page 4 of 4
CLASSIFICATION (When filled in): Unclassified
---
Atch 8 - SOW Supplemental Requirements
FA2391-23-S-2403
Attachment 8
Statement of Work (SOW)
Supplemental Requirements (AFRL/PZL)
04 May 2023
The following paragraphs are also considered be a part of the SOW/PWS requirements and the
Contractor is responsible for compliance to the same extent as the rest of the SOW/PWS.
1. Implementation of Disclosure of Information:
In order to comply with DFARS 252.204-7000, Disclosure of Information, the following copies of the
information to be released are required at least 50 days prior to the scheduled release date:
a. One (1) copy(ies) to: TBD, Contracting Officer
b. One (1) copy(ies) to: TBD, Program Manager
2. Key Positions and Minimum Qualifications:
a. Contractor personnel holding the position titles and having the qualifications listed below
are considered essential to the work being performed under this contract:
Key Positions: Minimum Qualifications:
TBD
b. The Contractor shall notify the Contracting Officer before the departure of any individual in
a key position and identify the proposed substitution. Any proposed personnel substitution
that does not meet the minimum qualification requirements described above requires the
prior written approval of the Contracting Officer.
3. Packaging and Marking:
a. All hardware deliverable contract items shall be packaged in accordance with established
commercial practices.
b. When special delivery and/or handling instructions are required, all boxes and/or crates
must contain the following statement in plain sight and in bold letters:
INSTRUCTION TO RECEIVING OFFICE – DO NOT OPEN; CONTENTS ARE SENSITIVE TO
DAMAGE WHEN IMPROPERLY OPENED OR HANDLED. CONTACT THE RESPONSIBLE
TECHNICAL PROJECT OFFICER IMMEDIATELY UPON RECEIPT. CONTACT INFORMATION: TBD
4. Program Manager:
The Government Program Manager for this effort is TBD.
5. Program Focal Points:
The individuals listed below are identified as focal points for this contract.
Principal Investigator: TBD
Technical Contract Manager: TBD
Alternate: TBD
6. Base Support:
Base support may be provided by the Government to the Contractor in accordance with this SOW/PWS.
a. The Contractor will require use of base support on a rent-free, non-interference basis to include
Government-controlled working space, material, equipment, services (including automatic data
processing), or other support (excluding use of the Defense Switched Network (DSN)) which the
Page 1 of 4
---
FA2391-23-S-2403
Attachment 8
Government determines can be made available at, or through, any Air Force installation where
this contract shall be performed.
b. Unless otherwise stipulated in the contract schedule, the Contractor will use base support on a
no-charge-for-use basis and the value shall be a part of the Government’s contract
consideration.
c. The Contractor will immediately report (with a copy to the cognizant contract administration
office (CAO)) inadequacies, defective base support, or nonavailability of support stipulated by
the contract schedule, together with a recommended plan for obtaining the required support.
Facilities are not to be purchased under this contract by the Contractor. Additionally, the
Contractor (or authorized representative) will not purchase or otherwise furnish any base
support requirement provided by the SOW/PWS (or authorize others to do so), without prior
written approval of the Contracting Officer regarding the price, terms, and conditions of the
proposed purchase, or approval of other arrangements.
d. The following are installations where base support will be provided: TBD
e. The base support to be furnished under this contract is TBD. Because of the nature and
location(s) of the work performed, the value of such support is undeterminable. The Contractor
is not authorized to incur any costs resulting from nonsupport prior to Contracting Officer
direction.
f. In the performance of this contract or any major subcontract, no direct or indirect costs for
support will be incurred if the Government determines that support is available at or through
any Air Force installation where this contract shall be performed.
7. Contracting Officer’s Representative (COR) for Sensitive Compartmented Information (SCI) Security
Administration:
The Government COR for SCI Security Administration on behalf on the Contracting Officer for this effort
is TBD.
8. Implementation of Patent Rights Clause:
a. Interim or Final Invention Reports 1) listing the subject invention(s) and stating that all subject
inventions have been disclosed, or 2) stating that there are no such inventions, shall be sent to
both the Administrative Contracting Officer TBD and det1.afrl.pk.patents@us.af.mil within the
timeframes specified in the Patent Rights clause of this contract.
b. Contractors are highly encouraged to use DD Form 882, Report of Inventions and Subcontracts,
to submit these reports. The DD Form 882 may also be used for the notification of an award of
any subcontract(s) for experimental, developmental, or research work which contain a “Patent
Rights” clause.
c. All other notifications required by the contract shall also be sent to the individuals in paragraph
a. This provision also constitutes the request for the following information for any subject
invention for which the Contractor has retained ownership: (1) the filing date, (2) the serial
number and title, (3) a copy of the patent application, and (4) the patent number and issue date.
Submittal shall be to det1.afrl.pk.patents@us.af.mil.
9. Implementation of Pollution Prevention and Right-To-Know Information Clause:
To comply with FAR Clause 52.223-5, Pollution Prevention and Right-to-Know Information, with its
Alternate I, and Environmental Management System (EMS) requirements, the Contractor is required to
complete Initial EMS Awareness-Level training for all personnel working on an Air Force installation.
a. The installation office responsible for providing the EMS training is TBD.
Page 2 of 4
---
FA2391-23-S-2403
Attachment 8
b. The training requires TBD.
c. The training shall be accomplished within TBD days of contract (or modification) award. New
contract employees shall be trained within TBD days of starting work on the installation.
d. The training is available via TBD, which provides materials that meet the training requirement.
e. Upon completion of the training, the Contractor shall provide TBD a list of the Contractor
employees’ names and the date the training was completed.
10. Information Regarding Non-U.S. Citizens Assigned to this Project:
a. Contractor employees requiring access to USAF bases, AFRL facilities, and/or access to U.S.
Government Information Technology (IT) networks in connection with the work on this contract
must be U.S. citizens. For the purpose of base and network access, possession of a permanent
resident card (“Green Card”) does not equate to U.S. citizenship. This requirement does not
apply to foreign nationals approved by the U.S. Department of Defense or U.S. Department of
State under international personnel exchange agreements with foreign governments. It also
does not apply to dual citizens who possess U.S. citizenship, to include Naturalized citizens. Any
waivers to this requirement must be granted in writing by the Contracting Officer prior to
providing access. Specific format for a waiver request will be provided upon request to the
Contracting Officer. The above requirements are in addition to any other contract requirements
related to obtaining a Common Access Card (CAC).
b. For purposes of paragraph a above, if an IT network/system does not require AFRL to endorse a
Contractor’s application to said network/system in order to gain access, the organization
operating the IT network/system is responsible for controlling access to its system. If an IT
network/system requires a U.S. Government sponsor to endorse the application in order for
access to the IT network/system, AFRL will only endorse the following types of applications,
consistent with the requirements above:
i. Contractor employees who are U.S. citizens performing work under this contract.
ii. Contractor employees who are non-U.S. citizens and who have been granted a
waiver.
Any additional access restrictions established by the IT network/system owner apply.
11. Fundamental Research:
Pursuant to DFARS 252.204-7000, Disclosure of Information, the exception in paragraph (a)(3) allowing
release of information is applicable to Statement of Work section(s)/task(s) TBD, only as long as the
work remains in the public domain or is considered fundamental research and not sensitive or
inappropriate for public release. Any time work progresses to the non-public domain, exceeds the scope
of fundamental research, or the Contractor has reason to believe the work has become sensitive or
inappropriate for release to the public, then this exception no longer applies.
12. Comprehensive Small Business Subcontracting Plan:
The comprehensive small business subcontracting plan dated TBD is hereby incorporated into the
contract by reference.
13. Science and Technology (S&T) Protection:
The requirements below are in accordance with Air Force Research Laboratory Instruction (AFRLI) 61-
113, “Science and Technology (S&T) Protection for the Air Force Research Laboratory”.
a. Initial/Annual/New SF 424, Research and Related Senior/Key Person Profile (Expanded)
Form, Requirement: In accordance with CDRL TBD, the Contractor shall provide an SF 424
with the following information: 1) an initial report of all Senior/Key Personnel at the time of
Page 3 of 4
---
FA2391-23-S-2403
Attachment 8
award; 2) an annual report of all Senior/Key Personnel providing support; and 3) a report for
any new Senior/Key Personnel who join the contract, agreement, grant, or OT. Any updated
SF 424s for new Senior/Key Personnel supporting the award require coordination from the
Government prior to the Contractor employee receiving access to S&T information.
b. S&T Protection Plan Requirement: The Contractor shall support the USG in the planning,
development, and implementation of the S&T Protection Plan as required and adhere to the
S&T Protection Plan in the course of executing this requirement, incorporating any previous
planning conducted on the baseline system. The Contractor shall adhere to and be
compliant with the guidance established in the S&T Protection Plan found at Attachment
TBD.
Page 4 of 4
---
Atch 9 - SF 424 Research and Related Key Personnel
FA2391-23-S-2403 OMB Number: 4040-0001
Attachment 9 Expiration Date: 11/30/2025
RESEARCH & RELATED Senior/Key Person Profile (Expanded)
PROFILE - Project Director/Principal Investigator
Prefix: *First Name: Middle Name:
*Last Name: Suffix:
Position/Title:
Department:
Organization Name:
Division:
*Street1:
Street2:
*City: County/ Parish:
*State: Province:
Country: USA: UNITED STATES Zip / Postal Code:
*Phone Number: Fax Number:
*E-Mail:
Credential, e.g., agency login:
*Project Role: PD/PI Other Project Role Category:
Degree Type:
Degree Year:
*Attach Biographical Sketch Add Attachment Delete Attachment View Attachment
Attach Current & Pending Support Add Attachment Delete Attachment View Attachment
PROFILE - Senior/Key Person 1
Prefix: *First Name: Middle Name:
*Last Name: Suffix:
Position/Title:
Department:
Organization Name:
Division:
*Street1:
Street2:
*City: County/ Parish:
*State: Province:
Country: USA: UNITED STATES Zip / Postal Code:
*Phone Number: Fax Number:
*E-Mail:
Credential, e.g., agency login:
*Project Role: Other Project Role Category:
Degree Type:
Degree Year:
Attach Biographical Sketch Add Attachment Delete Attachment View Attachment
Attach Current & Pending Support Add Attachment Delete Attachment View Attachment
Delete Entry Next Person
To ensure proper performance of this form; after adding 20 additional Senior/ Key Persons; please save your application, close the Adobe
Reader, and reopen it.
---
PACER BAA
Broad Agency Announcement (BAA)
Open Two-Step BAA and
BAA with Calls
11 May 2023
Overview Information
NAICS Code: The NAICS Code for this acquisition is:
541715 (Research and Technology in the Physical, Engineering, and Life
Sciences (except Nanotechnology and Biotechnology), and the small business
size standard is 1,000 employees.
Federal Agency Name: Air Force Research Laboratory, Aerospace Systems
Directorate, AFRL/RQ
Broad Agency Announcement Title: Pioneering Aerospace Capabilities,
Engineering and Research (PACER)
Broad Agency Announcement Type: This is the Initial Announcement
Broad Agency Announcement Number: FA2391-23-S-2403
Catalog of Federal Domestic Assistance (CFDA) Number(s): 12.800 AIR FORCE
DEFENSE RESEARCH SCIENCES PROGRAM
THIS IS A HYBRID SOLICITATION AGAINST WHICH WHITE PAPERS MAY BE
SUBMITTED AND/OR CALLS WILL BE RELEASED. The BAA will remain open
for White Papers and Calls until 10 May 2043.
1. OPEN BAA (Two-Step, See Section IV for instructions):
White papers may be electronically submitted at any time during the open
period (other than during the “moratorium”) to the PACER central inbox
identified in the “Submission” Paragraph of the Overview Information. For
each Call that is announced pursuant to this BAA, there will be a
“moratorium” beginning when the Call is published and continuing
until six months after the due date for proposals, during which no
white papers submitted covering the topic specified in the Call will be
reviewed. White papers will be reviewed and those selected for further
consideration will result in a Request for Proposal (RFP). Due dates and times
will be specified in each RFP. There will be no other announcement issued
requesting white papers. Offerors should monitor the System for Award
Management (SAM) website at https://SAM.gov in the event this
announcement is amended.
First Step: WHITE PAPER DUE DATE AND TIME: White Papers will be
considered if received prior to 1500 EST on 10 May 2043. Only white
papers are due at this time.
Second Step: PROPOSAL DUE DATE AND TIME: To be provided in the RFPs
sent to offerors that submit White Papers considered to meet the needs of the
Page 1 of 33
---
Air Force (see Section IV.4.1).
2. CALLS (One-Step or Two-Step, See Section V for instructions):
Over the period of this BAA, Calls may be issued to request white papers or
proposals for specific topic areas. It will be determined on a Call by Call basis
whether or not the announcement is for white papers (two-step) or proposals
(one-step). Each Call will contain specific requirements and pertinent
information. White Papers/Proposals submitted in response to the Calls will be
accepted as specified in the individual Calls and evaluated in accordance with
the Proposal Review Information (Section V.4). Offerors should monitor the
System for Award Management (SAM) website at https://SAM.gov in the event
this announcement is amended or Calls are issued.
For ONE-STEP Calls
First Step: PROPOSAL DUE DATE AND TIME: To be provided in Calls.
For TWO-STEP Calls
First Step: WHITE PAPER DUE DATE AND TIME: To be provided in Calls.
Second Step: PROPOSAL DUE DATE AND TIME: To be provided in the RFPs
sent to offerors that submit White Papers considered to meet the needs of the
Air Force (see Section V.4.1).
NOTE: White Paper/proposal receipt after the due date and time shall be
governed by the provisions of FAR 52.215-1(c)(3).
Submission: Electronic submission is required. White Papers must be
electronically submitted to the PACER central inbox,
AFRL.RQ.PACERBAA@us.af.mil. Please contact the PACER central inbox if there
are any issues submitting an electronic copy. White Papers submitted directly to
AFRL/RQ Technical and/or Contracting POCs will not be reviewed. For Calls, the
Technical and Contracting POCs and instructions for electronic submission will be
identified in each individual Call.
Type of Contract/Instrument: The Air Force reserves the right to award the
instrument best suited to the nature of research proposed. Accordingly, the
Government may award any appropriate contract type under the FAR or Other
Transaction (OT) for Prototype, grant, cooperative agreement, or OT for Research.
The Air Force may also consider award of an appropriate technology transfer
mechanism if applicable. It is anticipated that awards under this BAA will generally
be cost reimbursement contracts (Cost Plus Fixed Fee, Cost or Cost Share). Cost
reimbursement contracts require successful offerors to have an accounting system
considered adequate for tracking costs applicable to the contract.
Estimated Program Cost: $500M ceiling on any individual award resulting from a
white paper. $500M cumulative ceiling on all award(s) resulting from an individual Call.
Page 2 of 33
---
Anticipated Number of Awards: The Air Force anticipates multiple awards for
this announcement. However, the Air Force reserves the right to award zero, one,
or more contracts for all, some or none of the solicited efforts based on the offeror’s
ability to perform desired work and funding fluctuations.
Brief Program Summary:
PACER BAA is a Two-Step Open BAA and BAA with Calls which will enable study
efforts on novel concepts, as well as research and development efforts to mature
specific technologies to appropriate technology readiness levels (TRL) depending on
end use. Efforts under this BAA are intended to further AFRL/RQ’s mission in
pioneering transformative aerospace technologies for the warfighter’s decisive
advantage. Specific award details are described below, but the Government
anticipates multiple awards of varying duration and value. This BAA allows
consideration of White Papers as well as Calls issued by the Government when
specific requirements are identified.
Communication Between Prospective Offerors and Government
Representatives: Dialogue between prospective offerors and Government
representatives is encouraged until submission of proposals. All exchanges with
offerors after proposal submission shall go through the Contracting POC.
Discussions with any of the points of contact shall not constitute a commitment by
the Government to subsequently fund or award any proposed effort. Only
Contracting Officers are legally authorized to commit the Government.
Address Technical and Contracting questions to: PACER central inbox,
AFRL.RQ.PACERBAA@us.af.mil
Page 3 of 33
---
Full Text Announcement
I. Program Description (Applicable to both Open Two-Step BAA and Calls;
future Calls may be either One-Step or Two-Step Calls): Air Force Research
Laboratory, Aerospace Systems Directorate, AFRL/RQ, Wright-Patterson Air
Force Base is only soliciting white papers (and later technical and cost
proposals) under the Open BAA on the following research efforts at this
time:
1. Statement of Objectives:
The PACER BAA will enable study efforts on novel concepts, as well as research and
development efforts to mature specific technologies to appropriate technology
readiness levels (TRL) depending on end use. Efforts under this BAA are intended to
further AFRL/RQ’s mission in pioneering transformative aerospace technologies for
the warfighter’s decisive advantage.
AFRL/RQH High Speed Systems Technology Development: This technology area
seeks to research, develop, demonstrate and validate advanced technologies and
capabilities for high-speed aerospace vehicles. These technologies enable the
analysis, test, assembly and successful operation of aerospace platforms in Mach
3+ flight regimes, as well as in environments leading to and from the operating
condition(s). The breadth of technology includes: fundamental science, research
and development of high-speed systems and components utilizing advanced
analysis techniques, ground and flight test. This technical area also focuses on
developing subsystems, advanced test methods, system studies, and integration
of technologies into flight demonstration vehicles using appropriate model-based
engineering approaches. The high-speed systems research and development
technology areas include the following topics:
Topic 1 – Aero-Structures: Research and develop aerodynamic,
material, structural, and thermal management concepts, methods and
designs to improve high speed structures performance. Efforts are
focused on aerodynamic and structural interactions throughout a high-
speed vehicle's mission including single flight and reusable systems.
Improvements of high-speed structures performance can be achieved
through applications of new material, structural, and thermal
management concepts. Structural technologies can be validated
through demonstration flights, vehicle design, experimental research,
associated test methods and instrumentation, predictive and diagnostic
analysis methods, and modeling and simulation.
Topic 2– Propulsion Technologies: Research and develop propulsion
systems to enable high-speed flight, such as: Scramjet, ramjet,
combined cycle, advance propulsion concepts, innovative propulsion
concepts, air launch and ground launch, expendable and reusable, and
integrated design studies. This research would be conducted on concepts
of varying sizes and scales. Areas of interest include but are not limited
Page 4 of 33
---
to: advanced testing methods, analysis, aero-propulsion integration,
characterization of inlet and nozzle flow fields, additive manufacturing
techniques, advanced fuel development, and efficient combustion
techniques. Experimental and computational research challenges
associated with sustained combustion in supersonic flows used to
evaluate prototype and early development concepts associated with
high-speed air breathing propulsion components, fuels, and systems.
Topic 3 – Vehicle Integration and Analysis: Research and development
to facilitate the design, analysis, and integration of high-speed systems
into reliable configurations of expendable/reusable,
manned/unmanned, hypersonic vehicles. Robust model-based systems
engineering and digital engineering approaches should be utilized to
support the requirements, design, analysis, verification, and validation
associated with the development of high-speed systems. Areas of
interest include vehicle conceptual design, multidisciplinary modeling
and analysis, mission/performance analysis, military utility analysis
(including warfighter/stakeholder engagement), concept of operations
development, structural design, payload integration, and the collection
of coherent sets of validation data in hypersonic flight environment
through flight experimentation.
Topic 4 – Experimental Sciences: Research and develop components
and diagnostics for high-speed systems/subsystems and their
integration into air vehicles, weapons and launch systems. Efforts
should focus on high-speed flow physics, flow over control surfaces
and wing-body junctures, boundary-layer (BL) transitions, exploiting
shock-shock/shock-BL interactions, and fluid-thermal-structure
interactions. Development of flight worthy sensors and expansion of
state of the art in experimental methods to advance high-speed
propulsion, structural, and external aerodynamics investigations
AFRL/RQQ Power and Controls Technology Development and Demonstration:
This technology area focuses development and demonstration of technologies
and integrated systems for aerospace applications, which enhance the mission
capabilities, vehicle performance or efficiency, autonomy and teaming of current
or future military air vehicles.
Topic 5 – Autonomous Control Branch: Discovery, development, and
demonstration of integrated aerodynamic technologies that enable
revolutionary capabilities for future military air vehicles. Technologies
include, but are not limited to, cooperative control of unmanned aerial
vehicles, optimization under uncertainty, verification and validation of
complex systems, high speed/hypersonic platforms, and aircraft flight
control, thermal management, and fault tolerance.
Topic 6 – Control Systems: Autonomous control technologies to make
autonomous aerospace systems the preferred option for any joint
mission. These technologies include, but are not limited to, autonomous
collaboration and manned-unmanned teaming; autonomous safety
systems; mission autonomy and intelligence; and autonomy test and
Page 5 of 33
---
evaluation.
Topic 7 – Electrical Systems: Technologies for aerospace power
generation, energy storage, power distribution and intelligent power
management, protection, and control. This includes, but not limited to,
affordable power generation, high impedance arc fault detection, wide
temperature solid state batteries, EMI suppression techniques, and
advanced power control to name a few.
Topic 8 – Flight Systems Integration: Focus on analysis, development,
and demonstration of advanced technologies and integrated systems
that provide new capabilities, capability enhancements, or increase air
vehicle performance and efficiency as new capabilities to address
current or projected warfighting shortfalls. Technologies may be
applicable to: a) air vehicles of all classes and speed regimes
accomplishing any military mission germane to current, emerging or
envisioned Air Force missions; b) enhance air vehicle energy state
awareness and coordination of internal vehicle systems, subsystems,
and components for improved vehicle capability; c) tools, techniques
and analysis for the system-level modeling, digital engineering, and
hardware emulation of aircraft power and thermal management,
including interactions with the platform and engine.
Topic 9 – Mechanical & Thermal Systems: Analysis, development,
maturation and demonstration of advanced aerospace technology
concepts, at the subsystem or system level. Focus on technologies to
improve reliability and/or cost of electrical to mechanical energy
transfer components as well as subsystem/system improvements in
thermal acquisition, transport and rejection. Emphasis includes, but is
not limited to fundamental thermal sciences, two-phase material
applications, adaptive and hybrid thermal cycle systems, and hi-power,
low duty cycle thermal management. Also of specific interest are
technology improvements for electric actuation, power generation and
thermal management for hypersonic platforms, solid-state power
generation, advanced magnetic materials, and multi-scale modeling
and simulation for these electromechanical/thermal systems.
AFRL/RQS Systems Analysis Technology Development: This technology area
develops advanced modeling and simulation methods and tools to provide high-
fidelity DAF mission analysis. It utilizes high-performance mission analysis to
assess the potential benefits of new or emerging technology in complex and
dynamic battlespace environments. It adapts and advances digital engineering
techniques for research and development (R&D) applications. The systems
analysis technology development area includes the following topics:
Topic 10 – Science of Modeling, Simulation, and Analysis (MS&A):
Advances MS&A tools and techniques for technology R&D applications.
MS&A tool development includes, but is not limited to, agile software
development and delivery processes, simulation framework
development, support toolset development, model creation, and
scenario development.
Page 6 of 33
---
Topic 11 – Aerospace Systems MS&A: Utilizes MS&A to define
technology and capability requirements. Evaluates the military utility of
technological concepts and capabilities in future, multi-domain warfare
environments. The scope of work includes engineering-level (i.e.,
system, subsystem, and component), engagement-level (i.e., one-on-
one and many-on-many), mission-level (i.e., groups of systems and
force packages), and campaign-level MS&A activities and wargames
utilizing constructive, virtual, or live simulation. The scope also includes
business and cost analysis on future technology concepts.
Topic 12 – Digital Engineering for R&D Applications: Adapts and
advances digital engineering techniques to build digital capabilities to
support MS&A-informed strategic investment planning and decision
making. This includes, but is not limited to, establishing a digital
interface among the RQ technical divisions to help define requirements
for repositories, processes, toolchains, and integrated digital
environments that enable online collaboration amongst all stakeholders
AFRL/RQT Air-Breathing Engine Technology Development: AFRL/RQT seeks to
design, develop, demonstrate, and transition advanced propulsion, power, and
thermal technologies that provide disruptive improvement in affordable mission
capability. This approach extends to a range of legacy, emerging, and future
military propulsion, power, and thermal technology needs in multiple applications.
Technology objectives aim to reduce development, production, and maintenance
costs and timelines; increase fuel efficiency; increase propulsive capability; and
integrate system propulsion, power, and thermal management. White Papers or
Proposals shall address how the proposed technology will impact the systems into
which it will be incorporated and explain what current system challenge(s) the
technology is overcoming.
The Turbine Engine Division research and development technology areas of interest
include the following topics:
RQT Topic 13 – Affordability: Research, development, demonstration,
and validation of technologies or approaches that increase cost
effectiveness and reduce development timelines for turbine engine-
related applications. This could include, but is not limited to, new
design approaches, novel manufacturing techniques, innovative
component design and material application, and reduced logistics
support.
RQT Topic 14 – Future Enabling Air Breathing Propulsion: Research,
development, demonstration, and validation of technologies or
approaches that will enhance the capability, performance, endurance,
and reliability of advanced air breathing propulsion for military
applications. This could include, but is not limited to, high payoff
engine concepts and components with novel architectures, integrated
thermal management, advanced design tools with mission-specific
Multi-Disciplinary Analysis and Optimization (MDAO) and Model-Based
Systems Engineering (MBSE) tools for Digital Engineering, and
Page 7 of 33
---
concepts tailored to enable effectiveness for crewed and uncrewed
weapons systems.
AFRL/RQV Air Vehicle Technologies Development and Demonstration: This
technology area focuses on technologies, at all levels of maturity, which
enhance the performance or efficiency of current or future military air vehicles
of any class or mission. Performance and efficiency may be of any measure, to
include metrics of cost. Across the area of interest, the use and advancement of
models-based systems engineering and other digital engineering principles and
practices to rapidly advance the state of the art, accelerate maturation and
enhance the transitionability of the subject technology products is of paramount
interest.
Topic 15 – Aerodynamic Technologies: Discovery, development,
validation, and demonstration of integrated aerodynamic technologies
that enable revolutionary capability for future military air vehicles. This
area seeks to discover and understand aerodynamic and fluid dynamic
processes using foundations of theory, experiment, simulation, and
analysis. This knowledge is then used to support the design, analysis
and demonstration of new aerodynamic technologies and components,
and their integration on military air vehicles.
Topic 16 – Airframe Structures: Drive step function improvements in
cost, life, performance, and time to market of tomorrow’s military
aircraft structures. Develop technologies to enable affordable yet capable
limited life structures for attritable aircraft concepts, including new
approaches to airworthiness certification. Develop innovative structural
concepts, materials and manufacturing methods that can dramatically
reduce airframe weight and/or manufacturing cost for all classes of air
vehicles. Explore concepts for multifunctional structures (electrical,
thermal, power, etc.) for all sizes of aircraft. Understand structural
aspects of morphing and adaptive structures that can eliminate the use
of conventional articulated surfaces and enable multi-state flight
performance optimization. For all applications, develop the
accompanying structural test and analysis methods, particularly with
regard to their application to digitally-based aircraft structural design,
certification and health monitoring / failure prediction.
Topic 17 – Multidisciplinary Design, Analysis and Optimization (MDAO):
Discover, develop and demonstrate MDAO methods and technologies
to enable next-generation aerospace vehicles and provide Air Force
decision makers risk-quantified effectiveness assessments of concepts
and technologies. Areas of interest include but are not limited to
multidisciplinary, multi-fidelity system level effectiveness based design
optimization, risk-quantified multi-fidelity coupled analyses and
sensitivities, goal oriented adaptive analyses, risk-quantified gradient
and non-gradient based design space exploration including machine
learning, physics- and statistics-based Reduced Order Models (ROMs),
optimization methods, uncertainty quantification methods, model
based systems engineering, robust model construction methods, data
assimilation methods, digital engineering design methods,
Page 8 of 33
---
multidisciplinary technologies (such as active aeroelastic wing, active
flutter suppression, multifunctional structures, etc..), additive
manufacturing for design and testing, and experimental validation via
ground or flight testing.
Topic 18 – Development and Demonstration of Advanced Military Air
Vehicle Capabilities: Analysis, development, maturation and
demonstration of advanced technology concepts, at the subsystem or
system level. Of interest are both technologies integrated onto existing
Air Force weapon systems as capability enhancements and into new
systems as new capabilities to address current or projected warfighting
shortfalls. Technologies may be applicable to air vehicles of all classes
and speed regimes accomplishing any military mission germane to
current, emerging or envisioned Air Force missions.
Security: It is expected that during the development and demonstration of
technologies supporting the AFRL high speed portfolio that information will be used
or generated up to the level of Top Secret, Sensitive Compartmented Information
(TS/SCI).
The contractor shall train personnel in, and follow appropriate Operations Security
(OPSEC) measures during the performance of these research activities.
OPSEC: Operations Security (OPSEC) must be an integral part of our daily
activities. As we maintain security on our future technologies that are vital to
national interest, we must recognize and prepare for the threat poised against our
technology. Department of Defense policies mandate a high degree of security
throughout the acquisition process. However, heightened security awareness and
threat-based countermeasures are particularly essential during the research and
development phase when our technology is most vulnerable to espionage,
sabotage, or exploitation. It is the obligation of each employee or persons involved
on this contract to be constantly aware of and strictly adhere to security
requirements designed to protect sensitive unclassified and other information and
resources produced by acquisition, research and development, and technological
security efforts outlined in this BAA. The contractor shall ensure employees receive
training and follow appropriate Operations Security (OPSEC) measures during the
performance of the contract.
Safety: The contractor shall consider system safety requirements when developing
these identified technologies/technical objectives. (Ref: Military Standard (Mil-Std
882E Department of Defense Standard Practice System Safety)). The system
safety process is to identify and document any system safety hazards introduced
during all phases (e.g., planning, design, fabrication and testing) and recommend
adequate risk mitigations to either eliminate the identified safety risk or minimize
them to acceptable risk level. The design goal shall be to eliminate all hazards.
Any residual hazards and subsequent design risk shall be summarized and provide
enough detail to support an informed program management decision with regard
to the design’s overall safety risk. The contractor shall conduct an evaluation or
assessment of these technologies and recommends appropriate system safety
task(s) to be conducted in the appropriate technical objectives.
Page 9 of 33
---
2. Within Scope Modifications: Potential offerors are advised that due to the
inherent uncertainty of research and development efforts, awards resulting
from this announcement may be modified during performance to make
within scope changes, to include but not limited to, modifications which
increase overall contract ceiling amount and modifications under authority of
DFARS 235.006-71.
3. Deliverable Items: Applicable Contract Data Requirements Lists (CDRL) data
items will be identified in each Request for Proposal submitted during the Open
Period and in each Call. Potential deliverables include, but are not limited to:
a. Data Items: [See Attachment 6 CDRLs]
A001 – Scientific and Technical Reports (Final Report) – End of Tech Effort
A002 – Funds and Man-hour Expenditure Report – Monthly
A003 – Contractor Spend and Expenditure Plan - Monthly
A004 – Contract Funds Status Report (CFSR) – Quarterly
A005 – Status Report – Monthly
A006 – Presentation Material – As Required
A007 – Technical Information Report – SF 424 Annual Update – Annually
A008 – Computer Software Product – As Generated
A009 – Test Plan – As Required
A010 – Material and Processing Digital Data Package –As Generated
A011 – System/Subsystem Design Description – As Generated
A012 – Technical Data Package – As Generated
b. Software: Software deliverables are anticipated under this program.
Specific software deliverable requirements may be included in each
RFP submitted during the Open Period and in each Call.
c. Hardware: Hardware deliverables are anticipated under this
program. Specific hardware deliverable requirements may be
included in each RFP submitted during the Open Period and in each
Call.
d. Other: Other deliverables may be required depending on the
requirements and will be identified in each RFP submitted during
the Open Period and in each Call.
4. Schedule:
a. Overall effort: It is anticipated that the period of performance for
individual awards will vary between 12 and 36 months with an
additional 3 months for final report submittal. However, period of
performance will be addressed in each RFP submitted during the
Open Period and in each Call.
b. Data Items: The contractor shall provide deliverables in compliance
with the CDRLs, DD Form 1423-1, as specified in each RFP or Call.
Page 10 of 33
---
c. Software: The contractor shall meet specific software
deliverable requirements as specified in each RFP or Call.
d. Hardware: The contractor shall meet specific hardware deliverable
requirements as specified in each RFP or Call.
5. Other Requirements:
a. This announcement incorporates FAR and supplement provisions and
clauses by reference. The full text of provisions and clauses can be
found at Acquisition.gov.
b. Program Security Classification: Technical work will be conducted at no
greater than TOP SECRET/ Sensitive Compartmented Information
(TS/SCI). A sample DD Form 254 is attached (Attachment 7). If
classified material is involved, a TOP SECRET facility and storage
clearance will be required, and the proposal should discuss appropriate
personnel and facility clearances. Additionally, if a DD254 is applicable,
offerors must verify their Cognizant Security Office information is
current with Defense Counterintelligence and Security Agency (DCSA)
at www.dcsa.mil.
c. OPSEC: See I.1. (above) for OPSEC guidance.
d. Export Control: Information involved in this research effort may be
subject to Export Control (International Traffic in Arms Regulation
(ITAR) 22 CFR 120-131, or Export Administration Regulations (EAR)
15 CFR 710-774). If effort may be subject to export control, then a
Certified DD Form 2345, Militarily Critical Technical Data Agreement,
will be required to be submitted with proposal.
e. Export-Controlled Items: As prescribed by DFARS 225.7901-4,
DFARS 252.225-7048, “Export-Controlled Item (JUN 2013)” shall be
contained in ALL resulting contracts.
f. Contractor Performance Assessment Reporting System (CPARS): To
be determined (TBD) per individual Call/Award. In accordance with
FAR 42.1502 and DFARS 242.1502 (and CPARS Guide, Section B,
2.0), past performance evaluations are required for R&D efforts
funded with Budget Activity 6.4+ funds and having a value greater
than $1M, where 6.4+ type effort is the preponderance. If CPARS is
determined to be applicable, interim and final evaluations of
contractor performance for contract awards will be prepared in
accordance with AFFARS 5342.1503. The final performance
evaluation will be prepared at the time of completion of work. In
addition to the final evaluation, interim evaluation(s) will be prepared
annually (at a minimum). Awardees will be requested to provide a
POC to receive notifications of the opportunity to provide feedback.
The contractor will be permitted 14 days to review the document and
to submit additional information or a rebutting statement. If
agreement cannot be reached between the parties, the matter will be
referred to an individual one level above the Contracting Officer,
whose decision will be final. Copies of the assessments, contractor
responses, and review comments, if any, will be retained as part of
the contract file, and may be used to support future award decisions
Page 11 of 33
---
for other procurements.
g. Science and Technology (S&T) Protection: In accordance with Air
Force Research Laboratory Instruction (AFRLI) 61-113, “Science and
Technology (S&T) Protection for the Air Force Research Laboratory”,
offerors are required to submit the following as part of their proposal:
1) A completed initial Standard Form (SF) 424, Research and Related
Senior/Key Person Profile (Expanded) Form, (Attachment 9) for all
Senior/Key Personnel proposed in support of the AFRLI 61-113
Personnel Risk Assessment requirement.
2) Documentation of a Security Program Plan in support of the AFRLI
61-113 Initial Institution S&T Protection Program Review
requirement. This must include, at a minimum, a completed
Security Program Questionnaire (Attachment 10). Submittal may
also include a pre-existing plan that that the offeror uses as a
matter of course or plan developed specifically for this acquisition.
The purpose of requesting the plan is to assess the offeror’s
capacity for protection of the Government’s S&T. Failure to
demonstrate a plan adequate to meet the needs of the
requirements, as determined by the Government in its sole
discretion, may be grounds for considering the proposal
unawardable.
Government Procedures
The Government will review the submitted S&T protection
documentation only for those proposals categorized as Selectable
and selected for funding and negotiations.
S&T Protection Initial Risk Review:
• Personnel Risk Assessment: The Government will review non-
government research key/senior performers identified by the
offeror on the initial SF 424 for workload conflicts and conflicts
of interest.
• Initial Institution S&T Protection Program Review: The
Government will review the offeror’s security program
information submitted in accordance with paragraph 2 of this
section (above) to identify any potential risks and ensure
appropriate measures are in place to protect S&T information.
The Government may require the offeror to submit additional
information and/or a mitigation plan for any identified S&T
protection risks. If the Government determines the offeror failed to
provide adequate additional information; or an acceptable
mitigation plan; or it is determined the offeror’s S&T protection
approach is high risk and does not provide adequate protection of
S&T information, the Government may reject the proposal and
withdraw it from consideration for award.
Page 12 of 33
---
S&T Protection Annual Risk Review: In accordance with Attachment
8 (SOW Supplemental Requirements), the Contractor shall provide
an SF 424 with the following information: 1) an initial report of all
Senior/Key Personnel at the time of award; 2) an annual report of
all Senior/Key Personnel providing support; and 3) a report for any
new Senior/Key Personnel who join the contract, agreement, grant,
or OT. Any updated SF 424s for new Senior/Key Personnel
supporting the award require coordination from the Government
prior to the contractor employee receiving access to S&T
information. The purpose of this report is oversight and should not
be construed as relieving the contractor/recipient of any S&T
Protection requirements within the contract, grant, agreement, or
OT.
6. Other Information:
a. Government Furnished Property (GFP) Availability: GFP is not
anticipated to be made available under any resulting contract. It may
be requested in the offeror’s White Paper, and must clearly be
identified in the Proposal. For Calls, any GFP should be clearly
identified in the White Paper and/or Proposal.
b. Base Support/ Network Access: Base support may be proposed.
(1) Available Base Facilities: Various test facilities at Wright-
Patterson AFB and Arnold Engineering Development Center. A
list of base facilities is available upon request to the PACER
central inbox.
c. Data Rights Desired:
(1) Noncommercial Technical Data: To Be Determined
(2) Noncommercial Computer Software (NCS): To Be Determined
(3) NCS Documentation: To Be Determined
(4) Commercial Computer Software Rights: To Be Determined
The Air Force Research Laboratory is engaged in the discovery,
development, and integration of warfighting technologies for our air,
space, and cyberspace forces. As such, rights in noncommercial
technical data and NCS developed or delivered under this contract are
of significant concern to the Government. The Government will
therefore evaluate any restrictions on the use of noncommercial
technical data, NCS, and NCS documentation which could result in
transition difficulty or less-than full and open competition for
subsequent development of this technology.
In accordance with DFARS 252.227-7013(b)(1) and 252.227-
7014(b)(1), the Government shall receive unlimited rights in all
noncommercial technical data and computer software developed
Page 13 of 33
---
exclusively with Government funds.
In accordance with DFARS 252.227-7013(b)(2) and DFARS 252.227-
7014(b)(2), the Government shall receive Government Purpose Rights
(GPR) in all noncommercial technical data and computer software
developed with mixed funding. “Developed with mixed funding”
means, “development was accomplished partially with costs charged to
indirect cost pools and/or costs not allocated to a government contract,
and partially with costs charged directly to a government contract.”
Offerors that propose delivery of noncommercial technical data, NCS,
or NCS documentation subject to GPR should fully explain how a
portion of the data was developed at private expense. Specifically,
offerors must explain what noncommercial technical data, NCS, or NCS
documentation developed with costs charged to indirect cost pools
and/or costs not allocated to a Government contract will be
incorporated, how the incorporation will benefit the program, and
address whether those portions or processes are segregable.
Offerors that propose delivery of noncommercial technical data with
Limited Rights, NCS with Restricted Rights, or NCS documentation with
Limited Rights will be considered. Proposals should fully explain what
noncommercial technical data, NCS, or NCS documentation developed
with costs charged to indirect cost pools and/or costs not allocated to a
Government contract will be incorporated and how the incorporation
will benefit the program and whether those portions or processes are
segregable.
Offerors shall include the data rights assertions as required by DFARS
252.227-7017, Identification and Assertion of Restrictions on the
Government’s Use, Release, or Disclosure of Technical Data or
Computer Software. The assertions list is included in Section K and
due at time of proposals. Assertions must be completed with
specificity. Each assertion must identify the technical data or computer
software to be delivered and the associated item, component, or
process developed exclusively or partially at private expense to which
it pertains. Nonconforming data rights assertion lists will not be
accepted until submitted in accordance with DFARS 252.227-7017.
Terms used in this section are defined in the clauses at 252.227-7013,
Rights in Technical Data-Noncommercial Items, and 252.227-7014,
Rights in Noncommercial Computer Software and Noncommercial
Computer Software Documentation.
THIRD PARTY SOFTWARE (COMMERCIAL AND
NONCOMMERCIAL):
If any such software, noncommercial or commercial, is not reasonably
identifiable at proposal submission, it must still be approved by the
Page 14 of 33
---
contracting officer prior to incorporation. This obligation to obtain pre-
approval by the contracting officer, as described above, continues
throughout contract administration.
Noncommercial Computer Software:
DFARS 252.227-7014(d) describes requirements for incorporation of
third party noncommercial copyrighted computer software and
computer software documentation and is incorporated as follows:
The Contractor shall not, without the written approval of the
Contracting Officer, incorporate any copyrighted computer software or
computer software documentation in the software or documentation to
be delivered under this contract unless the Contractor is the copyright
owner or has obtained for the Government the license rights necessary
to perfect a license or licenses in the deliverable software or
documentation of the appropriate scope set forth in DFARS 252.227-
7014(b), and prior to delivery of such—
(1) Computer software, has provided a statement of the license
rights obtained in a form acceptable to the Contracting Officer;
or
(2) Computer software documentation, has affixed to the
transmittal document a statement of the license rights obtained.
In addition, all noncommercial computer software will receive the
appropriate level rights set forth in DFARS 252-7014(b), which could
include: Unlimited rights, GPR, Restricted Rights, or specifically
negotiated license.
Commercial Computer Software:
For commercial computer software, the Government will neither accept
nor execute a DD Form 250 for such software deliverables until the
Contractor obtains from all third party software suppliers and/or
vendors (Licensor) licenses for any commercial computer software to
be delivered that are consistent with Federal Statutes, Federal Case
Law, and Federal Regulations.
The following is a non-exhaustive list of terms and conditions which are
inconsistent with Federal law and shall not be included in the
commercial computer software license agreement between the Licensor
and the Government:
1. The license shall not subject the Government to a contingent
liability or a liability that is indefinite or indeterminate, including but
not limited to: indemnification clauses, unilateral price increases, the
right to attorney fees, automatic assessment of charges, or automatic
Page 15 of 33
---
renewal provisions. These provisions constitute obligations in advance
or in excess of an appropriation and violate the Anti-Deficiency Act.
2. The license shall be governed by Federal Statutes, Federal Case
Law, and Federal Regulations, and shall not be subject to the laws or
jurisdiction of any municipality, state, or foreign country. The license
shall not bind the Government to litigation in a particular forum or
venue or require the Government to participate in arbitration.
3. The license shall not include non-substitution language that would
preclude or limit the Government from using another vendor/reseller
and/or product to fulfill Government requirements.
4. The Licensor shall not have the authority to unilaterally terminate
the license. All remedies available shall be consistent with the
Disputes and Termination Clauses in the underlying basic contract.
5. The Licensor shall not have the right to enter the premise or
monitor Government networks for the purpose of auditing the use of
the license.
6. The Licensor shall not have the authority to control or otherwise
influence any litigation between a third party and the Government. The
United States Department of Justice has the sole authority to represent
the Government in all litigation matters.
7. The Licensor shall not use the fact that the Government is using the
Licensor's products in any notification or advertisement to the public
(e.g., no publicity rights permitted).
8. The license shall not require automatic updates or give Licensor the
authority to unilaterally replace the software.
[IF APPLICABLE] Additionally, the Contractor may be required
to obtain licenses that comply with the following terms and
conditions, based on the Government’s needs:
1. [IF APPLICABLE] The license shall not disclaim all warranties through
use of an “as is” provision.
2. [IF APPLICABLE] The license shall neither restrict the Government
from using the product at various sites nor limit use of the product by
various Government agencies or third parties performing work on
behalf of the Air Force under the [PROGRAM NAME]. In performance
of the [PROGRAM NAME], Government personnel as well as
Government contractors may use the software, subject to any
negotiated limits on number of users, as applicable.
3. [IF APPLICABLE] [The license shall not limit the Government’s use of
the software at other Government and Government contractor sites.]
[The license shall authorize the Government to use the software at
the following sites: [list].
Page 16 of 33
---
4. [IF APPLICABLE] The license shall not restrict the Government from
copying or embedding elements of accessible code into other
applications (e.g., nesting code, derivative works).
The Contractor may obtain agreement from the Licensor to insert the
clause below in its respective software licenses intended to be
transferred to the Government:
“In the event that any of the provisions of the [Software License] are
determined to be inconsistent with Federal law or do not otherwise
satisfy the Government's needs, the parties to the [Software License]
hereby agree that such provisions shall be null and void as they pertain
to the Government. Specifically, the following sections are hereby
deleted from the [Software License] [and/or amended as indicated
below]:
[Section X: deleted; Section Y: amended as follows […]”
If the Licensor will not agree to the terms and conditions cited herein
and/or as contained in DFARS 227.72, the Contractor shall retain the
current license on behalf of and for the benefit of the US Government if
permissible under its license and such use will not subject the
Government to the terms of the license. If the software in question is
required to be delivered to the Government, the Licensor must grant
the Government a sublicense that allows the Government to use the
software to meet its requirements.
The Contractor shall provide documentation to clearly correlate or map
any commercial computer software to be delivered to:
a) Contract Line Item Numbers (CLINS);
b) Contract Deliverables (CDRLS);
c) Paragraphs in the statement of work (SOW); and
d) Portions of any functional block diagrams and/or system
architecture diagrams, so that it can be readily determined
where certain commercial computer software corresponding to
certain software license agreement(s) are physically located on
the system to be delivered under the contract.
II. Award Information (Applicable to both Open Two-Step BAA and Calls)
1. Anticipated Award Date: This is a 20 (twenty) year BAA. White papers
may be submitted at any time during this period (except during
Moratorium, if applicable); the white papers may result in the Air Force
requesting proposals which would result in awards at any time during this 20
(twenty) year period. Over the 20 (twenty) year period, Call announcements
may be issued to the System for Award Management (SAM) to request
Page 17 of 33
---
proposals for specific research efforts. Awards are anticipated as a result of
these Calls.
2. Anticipated Funding for the Program: Individual awards resulting from a
white paper are not anticipated to exceed $500M per effort, and total awards
under an individual Call are not anticipated to exceed $500M per Call; however
there is no pre-defined minimum or maximum. Anticipated funding includes
future year funding that has not been appropriated as of the release of this BAA.
No award will be made under this solicitation until funds are available by
appropriate budgeting agencies. The Government reserves the right to cancel
this solicitation at any time. The Government has no obligation to reimburse an
offeror for any costs related to responses to this solicitation (i.e. white papers or
proposals). Each Call will have funding profiles specific to that effort. However,
similarly, all offerors should be aware that due to unanticipated budget
fluctuations, funding in any or all areas may change with little or no notice.
III. Eligibility Information (Applicable to both Open Two-Step BAA and Calls)
1. Eligible Offeror: This is an unrestricted solicitation. Small businesses are
encouraged to propose.
2. Cost Sharing or Matching: Cost Sharing is not required.
3. Federally Funded Research and Development Centers: The following
guidance is provided for Federally Funded Research and Development Centers
(FFRDCs) contemplating submitting a proposal, as either a prime or
subcontractor. FAR 35.017-1(c)(4) prohibits an FFRDC from competing with
any non-FFRDC concern in response to a Federal agency request for proposal
for other than the operation of an FFRDC (with exceptions stated in DFARS
235.017-1(c)(4)). There is no regulation prohibiting an FFRDC from responding
to a solicitation. However, the FFRDC’s sponsoring agency must first make a
determination that the effort being proposed falls within the purpose, mission,
general scope of effort, or special competency of the FFRDC, and that
determination must be included in the FFRDC’s proposal. In addition, AFRL
must make a determination that the work proposed would not place the FFRDC
in direct competition with domestic private industry. Only after these
determinations are made, would a determination be made concerning the
FFRDC’s eligibility to receive an award.
4. Government Agencies: If a Government agency is interested in performing
work, contact the PACER central inbox identified in the BAA. If those
discussions result in a mutual interest to pursue your agency's participation,
the effort will be pursued independent of this announcement.
5. Other:
a. Foreign Participation: Foreign Nationals (FNs) can be employed by a US
Page 18 of 33
---
Prime Contractor (or Recipient) or Sub-contractor (or Sub-awardee);
however, FNs will be limited to Public Domain information unless the
recipient has obtained the proper License of Technical Assistance Agreement
that authorizes disclosure of CMI and/CUI to foreign entities pursuant to the
Department of State’s International Traffic in Arms Regulations (ITAR) or
Department of Commerce’s EAR.
b. Export Control: This acquisition involves data that are subject to export
control laws and regulations. Only contractors who are registered and
certified with the Defense Logistics Agency and have a legitimate business
purpose may participate in this solicitation. Contact the U.S./Canada Joint
Certification Program Office, Defense Logistics Agency, Logistics Information
Services J34, HDI Federal Center, 74 Washington Avenue N., Battle Creek,
Michigan 49037-3084, (1-800-352-3572) or the Joint Certification Program
Office (JCO) at JCP-Helpdesk@dla.mil for further information on the
certification process. You must submit a copy of your approved DD Form
2345, Militarily Critical Technical Data Agreement, with your proposal.
c. Number of Proposals: There are no limits on the number of white
papers/proposals an offeror may submit.
d. Eligibility: You may be ineligible for award if all requirements of this
solicitation are not met on the white paper (and later proposal) due date as
identified above.
IV. OPEN TWO-STEP BAA SECTION (This is a Two-Step process)
1. Overview: The Open Period consists of a Two-Step Process described in detail
below. White Papers/Proposals submitted shall be in accordance with this
announcement. There will be no other solicitation issued in regard to this
requirement. The Government intends to review white papers/proposals and
award some, all, or none of the proposals received without negotiation/discussion;
however, the Government reserves the right to negotiate with the offeror(s)
whose proposal is selected for funding.
ONLY WHITE PAPERS ARE BEING SOLICITED AT THIS TIME.
Offerors should be alert for any BAA amendments that may permit extensions
to the white paper submission date.
For additional information, a copy of the Broad Agency Announcement (BAA)
Guide for Industry is located at
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%2
02020.pdf?ver=7AivkWvoUoptKgypgCuIvw%3d%3d
2. White Paper Instructions (STEP ONE):
a. General: The FIRST STEP requests a white paper and a rough order of
magnitude (ROM) cost. The white paper shall include a discussion of the
nature and scope of the research and the offeror’s proposed technical
Page 19 of 33
---
approach. The Government will review the white papers in accordance with
the FIRST STEP White Paper Review Criteria, set forth in Section IV.4.1.
below. Based on this review, the Government will determine whether the
white paper has the potential to best meet the Air Force’s needs. Offerors
will be notified of the disposition of their white paper. An email response
will be sent notifying offerors that their white paper has been received. If
an offeror does not receive written communication from the Contracting
Officer requesting a proposal within approximately 180 days, the
government is not interested in pursuing the white paper. Please note: 180
days is a notional timeframe and could be longer based on the government
white paper review cycle. Those offerors submitting white papers assessed
as meeting Air Force needs will be asked to submit a technical proposal. An
offeror submitting a proposal without first submitting a white paper will
not be eligible for an award. The cost of preparing white papers in response
to this Solicitation is not considered an allowable direct charge to any
resulting or any other contract; however, it may be an allowable expense to
the normal bid and proposal indirect cost as specified in FAR 31.205-18.
Offerors should submit an electronic copy of the White Paper to the
Email address identified in the “Submission” Paragraph of the
Overview Information. Please reach out to the PACER central inbox
identified in the “Submission” Paragraph if there are any issues submitting
an electronic copy. White Papers submitted directly to AFRL/RQ Technical
and/or Contracting POCs will not be reviewed.
For each CALL that is announced pursuant to this BAA (see Section V
below), there will be a “moratorium” beginning when the call is
published and continuing until six months after the due date for
proposals, during which no white papers submitted covering the topic
specified in the call will be reviewed.
b. Page Limitation: The White Paper shall be limited to 5 pages, prepared and
submitted in Word format. Font shall be standard 10-point business font
Arial. Character spacing must be “normal,” not condensed in any manner.
Pages shall be double-spaced (must use standard double-space function in
Microsoft Word), 8.5 by 11 inches, with at least one-inch margins on both
sides, top and bottom. All text, including text in tables and charts, must
adhere to all font size and line spacing requirements listed herein. Font and
line spacing requirements do not have to be followed for illustrations,
flowcharts, drawings, diagrams, cover page, table of contents, and
restrictive/proprietary markings (in header or footer). These exceptions
shall not be used to circumvent formatting requirements and page count
limitations by including lengthy narratives in such items. Pages shall be
numbered starting with the cover page being Page 1, and the last page
being no greater than Page 5. The page limitation covers all information
including indices, photographs, foldouts (counted as 1 page for each 8.5 by
11 portion) tables, charts, appendices, attachments, resumes, etc. The
Government will not consider pages in excess of these limitations.
c. Format: The white paper will be formatted as follows:
Page 20 of 33
---
1) Section A: BAA Number, Title of Program, Topic Number, Name of
Company, Business Size, Company’s Commercial and Government
Entity (CAGE) number, Dun & Bradstreet (D&B) Data Universal
Numbering System (DUNS) number, Unique Entity Identifier (UEI)
number, Contracting POC and Technical POCs with appropriate
telephone numbers, and email addresses for the POCs. For
submissions that will result in classified work, add the following
information: Classified level at which company is cleared, contractor
address for forwarding classified material (name, address, zip code),
cognizant security office (name, address, zip code), and offeror’s
security officer’s name and telephone number).
2) Section B: Period of Performance and Task Objectives;
3) Section C: Technical Summary and Proposed Deliverables; and
4) Section D: Cost of Task (Rough Order of Magnitude (ROM))
d. Technical Portion: The technical portion of the white paper shall include a
discussion of the nature and scope of the research and the offeror’s proposed
technical approach/solution. It may also include any proposed deliverables.
Resumes, descriptions of facilities and equipment, and a proposed Statement
of Work are not required at this point.
e. Cost Portion: The cost portion of the white paper shall include a ROM cost
estimate. No detailed price or cost support information should be included;
only a time-phased bottom line figure should be provided.
f. Other Information: Multiple white papers within the purview of this
announcement may be submitted by each offeror. If the offeror wishes to
restrict its white papers, they must be marked with the restrictive language
stated in FAR 52.215-1(e).
g. White Paper/Proposal Content Summary: You may be ineligible for award if
all requirements of this solicitation are not met on the proposal due date.
3. Proposal Instructions (STEP TWO):
Note: If you intend to submit a proposal for an assistance instrument, go to
Attachment 1 which discusses how to prepare the cover page, and complete the
certification.
a. General Instructions:
1) The SECOND STEP consists of offerors submitting a technical proposal
within 30 calendar days of an RFP. After receipt, proposals will be
evaluated in accordance with the award criteria in Section IV.4.2. below.
Proposals will be categorized and subsequently selected for
negotiations.
2) Offerors should apply the restrictive notice prescribed in FAR 52.215-
1(e) Instructions to Offerors—Competitive Acquisition. Offerors should
Page 21 of 33
---
consider proposal instructions contained in the Broad Agency
Announcement (BAA) Guide for Industry, which can be accessed on line
at
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guid
e%202020.pdf?ver=7AivkWvoUoptKgypgCuIvw%3d%3d.
This guide is specifically designed to assist the offeror in understanding
the BAA proposal process.
3) Technical/Management and Cost/Business volumes should be submitted
in separate volumes and must be valid for at least 180 days. Offerors
must state this on the cover page of each volume of their proposal.
4) Proposals must reference the announcement number FA2391-23-S-2403,
and the relevant Topic Number.
5) Offerors must submit one electronic copy of their proposals per the
directions in the Request for Proposal. Please contact the Contracting
POC identified in the RFP if there are any issues submitting an
electronic copy.
a) The cost file(s) spreadsheets must be in Microsoft Excel and
include the formulas for calculating cost element bases (i.e., G&A,
O/H, etc.)
6) Offerors are advised that only Contracting Officers are legally authorized to
contractually bind or otherwise commit the Government.
7) The cost of preparing proposals in response to this BAA is not considered
an allowable direct charge to any resulting or any other contract; however,
it may be an allowable expense to the normal bid and proposal indirect
cost as specified in FAR 31.205-18.
8) No classified technical proposals or cost volumes are expected.
Offerors are encouraged to keep all elements of the proposal
package unclassified. In the rare case where an offeror has a need
to submit a classified appendix, please contact the Technical POC for
delivery instructions.
b. Technical/Management Proposal:
1) Page Limitations: The following describes proposal page limitations:
a) The Technical/Management Proposal shall be limited to 25 pages.
Technical/Management proposals and Statements of Work must be
provided in Microsoft Word. Signed pages may be submitted in
Adobe.
b) Font shall be standard 10-point business font Arial.
c) Character spacing must be “normal,” not condensed in any manner.
d) Pages shall be double-spaced (must use standard double-space
function in Microsoft Word), double sided (each side counts as one
Page 22 of 33
---
page), 8.5 by 11 inches, with at least one-inch margins on both
sides, top and bottom.
e) All text, including text in tables and charts, must adhere to all font
size and line spacing requirements listed herein. Font and line
spacing requirements do not have to be followed for illustrations,
flowcharts, drawings, diagrams, cover page, table of contents, and
restrictive/proprietary markings (in header or footer). These
exceptions shall not be used to circumvent formatting requirements
and page count limitations by including lengthy narratives in such
items.
f) Pages shall be numbered starting with the cover page being Page 1,
and the last page being no greater than Page 25. The page limitation
covers all information including indices, photographs, foldouts
(counted as 1 page for each 8.5 by 11 portion) tables, charts,
appendices, attachments, resumes, etc.
g) The proposal page limit does not include the offeror’s proposed
Statement of Work (SOW); however, the same formatting rules apply
to the SOW, which is limited to 10 pages.
h) Please Note: The Government will check the proposal and
SOW for conformance to the stated requirements. Any pages
in excess of the stated page limitation after the format check
will not be considered for review purposes.
2) The Technical/Management proposal(s) shall include a discussion of the
nature and scope of the research and the technical approach. Additional
information on prior work in this area, descriptions of available
equipment, use of base support (if requested), data and facilities and
resumes of personnel who will be participating in this effort should also
be included as attachments to the technical proposal. These volumes
shall include a SOW detailing the technical tasks proposed to be
accomplished under the proposed effort and suitable for contract
incorporation. Do not include any proprietary information in the
SOW. Refer to the BAA Guide for Industry referenced above to assist in
SOW preparation. In addition to the contractor proposed SOW, a
Government generated supplemental SOW containing additional
contracting requirements will be included in any resulting contracts
(Attachment 8).
3) Any questions concerning the technical proposal or SOW preparation
shall be referred to the Technical POCs listed in the RFP.
c. Cost/Business Proposal:
1) Separate the proposal into a business section and cost section. If
adequate price competition does not exist, and the threshold for a
negotiated contract is equal to or expected to exceed $2,000,000.00,
submission of certified cost or pricing data may be required.
a) See Attachment 2 for the Model Contract. Note that the document
awarded may include contract line items (CLINs)/clauses/articles in
addition to those in the model, and/or some of the
Page 23 of 33
---
CLIN/clauses/articles in the model may be deleted, depending on the
specific circumstances of the individual award. Any additions or
deletions will be negotiated with the offeror prior to award.
b) The business section should contain all business aspects to the
proposed contract, such as type of contract, any exceptions to terms
and conditions of the announcement including the model contract, any
information not technically related, etc. Provide rationale for
exceptions.
c) Associate Contractor Agreements: Associate Contractor Agreements
(ACAs) are agreements between contractors working on Government
contracts that require them to share information, data, technical
knowledge, expertise, or resources. The contracting officer may
require ACAs when contractors working on separate Government
contracts must cooperate, share resources or otherwise jointly
participate in working on contracts or projects. Prime contractor to
subcontractor relationships do not constitute ACAs. For each award,
the contracting officer will identify associate contractors with whom
agreements are required.
d) Identify any technical data that will be delivered with less than
unlimited rights.
e) Subcontracting Plans: For efforts to exceed $750,000, Subcontracting
Plans shall be submitted in the cost/business proposal. Reference FAR
19.704 and DFARS 219.704 for subcontracting plan requirements.
Small business concerns are exempt from this requirement. If an
IDIQ contract arrangement is anticipated, the basis for the
subcontracting plan should reflect the entire ceiling amount.
f) Limitations on Pass-Through Charges: As prescribed in FAR
15.408(n)(1) & 15.408(n)(2), provisions 52.215-22, “Limitations on
Pass Through Charges- Identification of Subcontract Effort (Oct
2009),” apply.
g) Completed Certifications and Representations (Section K) are due with
the proposal. Certifications and Representations (Section K) can be
found at Attachment 3. Offerors may also be required to submit
updated or supplemental Certifications and Representations based on
the specifics of their proposal.
h) If an offeror proposes the use of GFP, the offer must specifically
identify each piece of GFP in the Cost/Business Proposal and propose
and substantiate a rental cost for evaluation purposes in accordance
with FAR 45.202. Include the following information in the proposal:
(i) A list describing all Government property that the offeror or its
subcontractors propose to use on a rent-free basis. The list shall
identify the accountable contract under which the property is held
and the authorization for its use (from the contracting officer
having cognizance of the property);
(ii) The dates during which the property will be used and, for any
property that will be used concurrently in performing two or more
contracts, the amounts of the respective uses in sufficient detail to
support prorating the rent;
Page 24 of 33
---
(iii) The amount of rent that would otherwise be charged in
accordance with FAR 52.245-9, Use and Charges; and
(iv) The voluntary consensus standard or industry leading practices
and standards to be used in the management of Government
property, or existing property management plans, methods,
practices, or procedures for accounting for property.
2) Cost Element Breakdown: Clear, concise, and accurate cost proposals
reflect the offeror's financial plan for accomplishing the effort contained in
the technical proposal. As a part of its cost proposal, the offeror shall
submit the information outlined below, together with supporting
breakdowns. All direct costs (labor, material, travel, computer, etc.) as
well as labor and overhead rates should be provided by contractor fiscal
year (CFY). Detailed cost element breakdowns by Government Fiscal Year
or calendar year are not required. The supporting schedules may include
summary level estimating rationale used to generate the proposed costs.
The cost element breakdown should include the following if applicable.
a) Direct Labor: Direct labor should be detailed by number of labor
hours by category of labor.
b) Labor and Overhead Rates: Direct labor hours, with their
applicable rates, must be broken out and the bases used clearly
identified. The source of labor and overhead rates and all pricing
factors should be identified. For instance, if a Forward Pricing Rate
Agreement (FPRA) is in existence, that should be noted, along with
the Administrative Contracting Officer’s (ACO's) name and telephone
number. If the rates are based on current experience in your
organization, provide the historical base used and clearly identify all
escalation, by year, applied to derive the proposed rates. If
computer usage is determined by a rate, identify the basis used and
rationale used to derive the rate.
c) Material/Equipment: List all material/equipment items by type
and kind with associated costs and advise if the costs are based on
vendor quotes, data and/or engineering estimates; provide copies of
vendor quotes and/or catalog pricing data.
d) Subcontractor Costs: Submit all subcontractor proposals and
analyses with your cost proposal (See FAR 15.404-3(b)). If the
subcontractor will not submit cost and pricing information to the
offeror, this information must be submitted directly to the
Government for analysis. On all subcontracts and interdivisional
transfers, provide the method of selection used to determine the
subcontractor and the proposed contract type of each subcontract. An
explanation shall be provided if the offeror proposes a different
amount than that quoted by the subcontractor. The offeror’s proposal
must:
(i) Identify principal items/services to be subcontracted.
(ii) Identify prospective subcontractors and the basis on which they
were selected. If non-competitive, provide selected source
justification.
Page 25 of 33
---
(iii) Identify the type of contractual business arrangement
contemplated for the subcontract and provide rationale
(iv) Identify the basis for the subcontract costs (e.g., firm quote or
engineering estimate, etc).
(v) Identify the cost or pricing data submitted by the subcontractor.
(vi) Provide an analysis of the proposed subcontract in accordance
with FAR 15.404-3(b). Provide an analysis concerning the
reasonableness, realism and completeness of each
subcontractor’s proposal. If the analysis is based on comparison
with prior prices, identify the basis on which the prior prices were
determined to be reasonable. The analysis should include, but not
be limited to, an analysis of: materials, labor, travel, other direct
costs and proposed profit or fee rates.
e) Special Tooling or Test Equipment: When special tooling, and/or
test equipment is proposed, attach a brief description of items and
indicate if they are solely for the performance of this particular
contract or project and if they are or are not already available in the
offeror's existing facilities. Indicate quantities, unit prices, whether
items are to be purchased or fabricated, whether items are of a
severable nature and the basis of the price. These items may be
included under Direct Material in the summary format.
f) Consultants: When consultants are proposed to be used in the
performance of the contract, indicate the specific project or area in
which such services are to be used. Identify each consultant, number
of hours or days to be used and the consultant's rate per hour or day.
State the basis of said rate and give your analysis of the acceptability
of the consultant's rate.
g) Travel: Travel costs must be justified and related to the needs of the
project. Identify the number of trips, the destination and purpose.
Travel costs should be broken out by trip with number of travelers,
airfare, per diem, lodging, etc.
h) Computer Use: Detail the amount and kind of computer usage, the
cost, and how the costs were derived.
i) Facilities Capital Cost of Money: If Facilities Capital Cost of Money
is proposed, a properly executed DD Form 1861 is required.
j) Project Funding Profile: Offerors should include a project funding
profile by Government Fiscal Year (GFY) (1 Oct through 30 Sept) for
budgetary purposes. This will enable the Government to easily
identify program funding needs by GFY.
k) If an offeror takes exceptions to the requirements called out in the
announcement (e.g., base support, GFP, CDRLs), the exceptions
should be clearly stated in the cost proposal.
l) Forward Pricing Rate Agreements: Offerors who have forward
pricing rate agreements (FPRA’s) and forward pricing rate
recommendations (FPRR’s) should submit them with their proposal.
m) Cost/Business proposals have no page/formatting limitations.
Page 26 of 33
---
3) Proposal Content Summary: You may be ineligible for award if all
requirements of this solicitation are not met on the proposal due date.
4. White Paper/Proposal Review Information
1) FIRST STEP – White Paper Review Criteria: The Government will
review White Papers to determine which of them have the potential to best
meet the Air Force’s needs based on the following criteria, which are listed
in descending order of importance:
a) Unique and innovative approach proposed to accomplish the technical
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art.
b) The offeror’s understanding of the scope of the technical effort.
c) Soundness of the offeror’s technical approach.
d) Affordability (Proposed ROM Cost Estimate).
2) SECOND STEP - Proposal Peer or Scientific Review Criteria: Proposals
will be reviewed against the criteria listed below. The technical aspect,
which is ranked as the first order of priority, shall be reviewed based on the
following criteria that are of descending order of importance:
a) Technical:
(1) Unique and innovative approach proposed to accomplish the
technical objectives. New and creative solutions and/or advances
in knowledge, understanding, technology, and the state of the
art.
(2) The offeror’s understanding of the scope of the technical effort.
(3) Soundness of the offeror’s technical approach including
whether the proposal identifies major technical risks, clearly
defines feasible mitigation efforts, and demonstrates related
experience and qualifications of technical personnel.
(4) The potential to transition the research and development
deliverables to future Government needs. Any proposed
restriction on technical data or computer software will be
considered.
b) Cost/Price: The cost evaluation includes the realism of the proposed cost.
Cost/Price is a substantial factor, but ranked as the second order of priority.
(If an offeror proposes the use of GFP other than any GFP identified in this
BAA, and that proposed GFP provides the offeror an unfair competitive
advantage, then FAR 45.202 requires rental equivalent be applied to the
Cost Factor for evaluation purposes only).
Page 27 of 33
---
3) SECOND STEP / PROPOSAL – Review and Selection Process
a) Categories: Based on the Peer or Scientific Review, proposals will be
categorized as Selectable or Not Selectable (see definitions below). The
selection of one or more sources for award will be based on the Peer or
Scientific Review, as well as importance to agency programs and
funding availability.
(1) Selectable: Proposals are recommended for acceptance if
sufficient funding is available.
(2) Not Selectable: Even if sufficient funding existed, the proposal
should not be funded.
Note: The Government reserves the right to award some, all, or none of
the proposals. When the Government elects to award only a part of a
proposal, the selected part may be categorized Selectable, though the
proposal as a whole may not merit such a categorization.
b) No other criteria will be used.
c) Prior to award of a potentially successful offer, the Contracting Officer will
make a determination regarding price reasonableness.
d) As indicated in Section I.5.f. above, the Government will conduct a S&T
Protection Initial Risk Review only for those proposals categorized as
Selectable and selected for funding and negotiations.
5. Award Administration Information
1) Award Notices: Offerors will be notified whether their proposal (i.e., a
proposal in response to letter RFP) is recommended for award by e-mail.
The notification is not to be construed to mean the award of a contract or
assistance award is assured, as availability of funds and successful
negotiations are prerequisites to any award.
2) Administrative and National Policy Requirements: See Section I.
3) Reporting: Refer back to paragraph I.3.a., CDRLs.
V. BAA WITH CALLS SECTION (This is a One-Step or Two-Step process To Be
Determined on each Call)
1. Proposal and Submission Information
a. Overview: This BAA will have Calls that consist of either a One-Step or
Two-Step process, described in detail below. For a One-Step Call, only
Page 28 of 33
---
proposals will be solicited. For a Two-Step Call, white papers will be
solicited and subsequent RFPs may follow after Peer and Scientific Reviews.
The One-Step or Two-Step process will be determined on each individual
Call. A unique Statement of Objectives (SOO) will be included with each
Call.
For additional information, a copy of the Broad Agency Announcement (BAA)
Guide for Industry is located at
https://www.afrl.af.mil/Portals/90/Documents/HQ/BAA%20Ind%20Guide%20
2020.pdf?ver=7AivkWvoUoptKgypgCuIvw%3d%3d.
All white paper and proposal submission information for both One-
Step and Two-Step Calls will be specified in each Call solicitation.
For each Call that is announced pursuant to this BAA, there will be a
“moratorium” beginning when the Call is published and continuing
until six months after the due date for proposals, during which no
white papers submitted covering the topic specified in the Call will be
reviewed.
2. White Paper Instructions (First Step if following a Two-Step Process):
All white paper instructions including General Instructions, page limitations,
format, technical portion, cost portion, content summary, and any other
information will be specified in each Call.
3. Proposal Submission Information Instructions (First Step if following a
One-Step process or Second Step if following a Two-Step process. The One-Step
or Two-Step Call Process will be determined on each individual Call):
All proposal instructions including General Instructions, page limitations,
format, technical/management portion, cost/business portion, cost element
breakdown, proposal content summary, funding restrictions, and any other
information will be specified in each Call.
4. White Paper/Proposal Review Information
a. White Paper Peer or Scientific Review Criteria (First Step if following a
Two-Step Process): The Government will review White Papers to determine
which of them have the potential to best meet the Air Force’s needs based on
the following criteria that are of descending order of importance:
1) Unique and innovative approach proposed to accomplish the technical
objectives. New and creative solutions and/or advances in knowledge,
understanding, technology, and the state of the art.
2) The offeror’s understanding of the scope of the technical effort.
3) Soundness of the offeror’s technical approach.
Page 29 of 33
---
4) Affordability (Proposed ROM Cost Estimate).
b. Proposal Peer or Scientific Review Criteria (First Step if following a One-
Step Call process or Second-Step if following a Two-Step Call process. The One-
Step or Two-Step Call Process will be determined on each individual Call):
Proposals will be reviewed through a Peer or Scientific Review process.
Individual Calls may utilize the standard Proposal Peer or Scientific
Review Criteria or may tailor the Proposal Peer or Scientific Review
Criteria.
The following are the standard Proposal Peer or Scientific Review Criteria.
The technical aspect, which is ranked as the first order of priority, shall be
reviewed based on the following criteria that are of descending order of
importance:
(1) Technical:
(a) Unique and innovative approach proposed to accomplish the
technical objectives. New and creative solutions and/or advances in
knowledge, understanding, technology, and the state of the art.
(b) The offeror’s understanding of the scope of the technical effort.
(c) Soundness of the offeror’s technical approach including whether
the proposal identifies major technical risks, clearly defines
feasible mitigation efforts, and demonstrates related experience
and qualifications of technical personnel.
(d) The potential to transition the research and development
deliverables to future Government needs. Any proposed
restriction on technical data or computer software will be
considered.
(2) Cost/Price: The cost evaluation includes the realism of the proposed
cost. Cost/Price is a substantial factor, but ranked as the second order
of priority. (If an offeror proposes the use of GFP other than any GFP
identified in this BAA, and that proposed GFP provides the offeror an
unfair competitive advantage, then FAR 45.202 requires rental
equivalent be applied to the Cost Factor for evaluation purposes only).
c. PROPOSAL - Review and Selection Process
1) Categories: Based on the Peer or Scientific Review, proposals will be
categorized as Selectable, or Not Selectable (see definitions below). The
selection of one or more sources for award will be based on the evaluation,
as well as importance to agency programs and funding availability.
a) Selectable: Proposals are recommended for acceptance if sufficient
funding is available.
Page 30 of 33
---
b) Not Selectable: Even if sufficient funding existed, the proposal
should not be funded.
Note: The Government reserves the right to award some, all, or none
of the proposals. When the Government elects to award only a part of
a proposal, the selected part may be categorized as Selectable, though
the proposal as a whole may not merit such a categorization.
2) No other evaluation criteria will be used.
3) Prior to award of a potentially successful offer, the Contracting Officer
will make a determination regarding price reasonableness.
4) As indicated in Section I.5.f. above, the Government will conduct a S&T
Protection Initial Risk Review only for those proposals categorized as
Selectable and selected for funding and negotiations.
5. Award Administration Information
1) Award Notices: Offerors will be notified whether their proposal (i.e., in
response to a Call) is recommended for award by e-mail. The notification is
not to be construed to mean the award of a contract is assured, as
availability of funds and if necessary, successful negotiations are
prerequisites to any award.
2) Administrative and National Policy Requirements: See Section I.
above.
3) Reporting: Refer back to paragraph I.3.a., CDRLs.
VI. Other Information (Applicable to both Open Two-Step BAA and Calls)
1. Acquisition of Commercial Items: Based upon market research, the
Government is not using the policies contained in FAR Part 12, Acquisition
of Commercial Items, in this solicitation. However, interested offerors may
identify to the Contracting Officer their interest and capability to satisfy the
Government’s requirement with a commercial item within 15 days of this
notice.
2. Support Contractors: Only Government employees will evaluate proposals
for selection. Offerors are advised that employees of commercial firms under
contract to the Government may be used to administratively process
proposals, monitor contract performance, or perform other administrative
duties requiring access to other contractors' proprietary information. These
support contracts include nondisclosure agreements prohibiting their
contractor employees from disclosing any information submitted by other
contractors or using such information for any purpose other than that for
which it was furnished.
Page 31 of 33
---
3. Feedback Sessions:
a. Contracts: When requested, a Feedback Session will be provided with
content consistent with the procedures that govern BAAs (FAR 35.016). The
process will follow the time guidelines outlined in the award notice described
in Paragraph IV.5.1 (for the Open BAA) and V.5.1 (for Calls).
b. Assistance Instruments: When requested, an informal feedback session
will be provided. The process will follow the time guidelines outlined in the
award notice described in Paragraph IV.5.1 (for the Open BAA) and V.5.1
(for Calls).
4. Item Unique Identification and Valuation. It is DoD policy that
contractors shall be required to identify the Government’s unit acquisition cost
for all deliverable end items for which Item Unique Identification applies.
Therefore, proposals must clearly break out the unit acquisition cost for any
deliverable items. See DFARS 211.274-3, Policy for Valuation, for more
information. (Per DoD, “fully burdened unit costs” to the Government would
include all direct, indirect, G&A costs, and an appropriate portion of fee). For
more information, see the following website:
https://www.acq.osd.mil/asda/dpc/ce/index.html.
5. Pre-Award Clearance: Pursuant to FAR 22.805, a preaward clearance must
be obtained from the U.S. Department Of Labor, Employment Standards
Administration, Office Of Federal Contract Compliance Program’s (OFCCP) prior
to award of a contract (or subcontract) of $10,000,000 or more unless the
contractor is listed in OFCCP’s National Preaward Registry
https://www.dol.gov/agencies/ofccp/pre-award. Award may be delayed if you
are not currently listed in the registry and the contracting officer must request
a preaward clearance from the OFCCP.
6. Updates of Publicly Available Information Regarding Responsibility
Matters: Any contract or assistance award that exceeds $600,000; and when
offeror checked “has” in paragraph (b) of the provision FAR 52.209-7, shall
contain the clause/article, FAR 52.209-9 “Updates of Publicly Available
Information Regarding Responsibility Matters.”
7. Proposal Adequacy Checklist: Offerors of proposals requested based on
White Papers (Step Two of Open BAA) may be required to submit the
completed provision at DFARS 252.215-7009 Proposal Adequacy Checklist
(Attachment 5) with their proposal.
8. White Paper / Proposal Reminders: You may be ineligible for award if
all requirements of this solicitation are not met on the proposal due date.
a. White Papers submitted under the Open BAA are due to the PACER central
inbox, AFRL.RQ.PACERBAA@us.af.mil
Page 32 of 33
---
b. Under the Open BAA, White Papers are due no later than the due date and
time specified in this announcement. White Papers/Proposals in response to
a Call are due no later than the due date and time specified in the Call.
c. White Paper and Proposal page limits are strictly enforced.
d. White Papers and Proposals must be submitted in the format specified.
e. Proposals are due to the Contracting POC identified in the Request for
Proposal or Call.
f. The Cost/Business Proposal must contain all information described in the
Cost/Business Proposal Submission Section.
g. Offerors other than small businesses must include a subcontracting plan.
h. Offerors who have Forward Pricing Rate Agreements (FPRA’s) or Forward
Pricing Rate Recommendations (FPRR’s) should submit them with their
proposal.
i. If a DD254 is applicable, offerors must verify their Cognizant Security Office
information is current with Defense Counterintelligence and Security Agency
(DCSA) at www.dcsa.mil.
j. If effort is subject to export control, offerors must submit a Certified DD
Form 2345, Militarily Critical Technical Data Agreement, with proposal.
ATTACHMENTS
List of Attachments*:
1. Supplemental Instructions for Assistance Instrument Proposals
2. Model Contract
3. Section K – Representations and Certifications
4. Section L – Instructions, Conditions, and Notices to Offerors
5. DFARS 252.215-7009 Proposal Adequacy Checklist
6. Contract Data Requirements List (CDRL)
7. DD Form 254
8. Statement of Work (SOW) Supplemental Requirements
9. Standard Form (SF) 424, Research and Related Senior/Key Person Profile
(Expanded) Form
10. Security Program Questionnaire
*Please note: The attachments are for planning and estimating purposes only.
Attachments will be tailored to each specific award.
Page 33 of 33
---
Amendment 02 CC DROIDS Call
Broad Agency Announcement (BAA):
FA2391-23-S-2403
Pioneering Aerospace Capabilities, Engineering, and Research (PACER)
CALL Name:
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
AMENDMENT 2
BROAD AGENCY ANNOUNCEMENT TITLE: Broad Agency Announcement FA8650-23-
S-2403, Call for “Collaborative Center for the Design and Research Of InterDisciplinary
Systems (CC DROIDS)”
FEDERAL AGENCY NAME: Air Force Research Laboratory, AFRL/RQ Aerospace Systems
Directorate
GRANTS POCs:
Chris DeLaet
Grants Specialist
E-mail address: Christopher.DeLaet.3@us.af.mil
Susan Lee
Grants Officer
E-mail address: Susan.Lee.1@us.af.mil
The Broad Agency Announcement FA2391-23-S-2403, Pioneering Aerospace Capabilities,
Engineering, and Research (PACER), CALL Name Collaborative Center for the Design and
Research Of InterDisciplinary Systems (CC DROIDS), is hereby amended to make the
following clarifications:
QUESTIONS & ANSWERS (continued numbering from Amendment 1)
2. QUESTION: The CC DROIDS Call states that the anticipated award date for this
Cooperative Agreement is 23 November 2023; what is the earliest state date if
awarded?
ANSWER: The anticipated award date of 23 November 2023 is just an estimate for planning
purposes; the actual award date is subject to change. Once the award has been fully
executed, the recipient may begin work on the effective date located in box 2 of the
Cooperative Agreement Award which is typically the same date as the award date.
3. QUESTION: Will the project period be 6 years OR 7 years?
1
---
ANSWER: Per the Schedule section on page 3 of the CC DROIDS Call Announcement,
The Cooperative Agreement Period of Performance (PoP) will be 72 total months, with 69
months for the Technical Period and 3 months for delivery of the Final Report.
4. QUESTION: If two or more universities establish a prime and subcontract
relationship, is that appropriate for this announcement?
ANSWER: Yes, a university may partner with another university or Industry to complete
this acquisition. In a Cooperative Agreement, the university partner would be considered a
sub-recipient, similar to a subcontractor in FAR-based acquisitions.
5. QUESTION: What margins and font are recommended/required for the 25 pages of
the proposal and the 5 pages of the SOW?
ANSWER: Thank you for identifying this accidental omission. The font and margins are as
follows:
Font: 10-point business font Arial
Margins: 1” minimum on both sides, top, and bottom
6. QUESTION: Does the language in Section III.b, “ Cost Sharing is not required but is
highly encouraged and will be considered favorably,” apply to all offerors?
ANSWER: Yes, Cost Sharing applies to all offerors.
7. QUESTION: Can the cost sharing component include in-kind contributions (e.g.,
offeror-furnished equipment, software, labs, student salary, overhead, etc.)?
ANSWER: The Government prefers cash contributions; however, in-kind contributions may
be proposed as well.
8. QUESTION: Section 2.1 states that any proposal should address all three technology
areas (TAs) listed in 2.1.1; does the AF require or prefer that proposals address each
bullet under the TAs in 2.1.1 (TA1 has three bullets, TA2 has three bullets, and TA3
has four bullets)? In other words, should the proposal address all 10 bullets or would
proposals that address a significant majority but not all 10 bullets still be responsive
and of high interest to the AF?
ANSWER: The 10 bullets describe details of technical areas under this effort that are of
importance to the Air Force. Proposals will be assessed on their technical merit in addressing
these technical areas.
2
---
Amendment 03 CC DROIDS Call
Broad Agency Announcement (BAA):
FA2391-23-S-2403
Pioneering Aerospace Capabilities, Engineering, and Research (PACER)
CALL Name:
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
AMENDMENT 3
BROAD AGENCY ANNOUNCEMENT TITLE: Broad Agency Announcement FA8650-23-
S-2403, “Collaborative Center for the Design and Research Of InterDisciplinary Systems (CC
DROIDS)”
FEDERAL AGENCY NAME: Air Force Research Laboratory, AFRL/RQ Aerospace Systems
Directorate
GRANTS POCs:
Chris DeLaet
Grants Specialist
E-mail address: Christopher.DeLaet.3@us.af.mil
Susan Lee
Grants Officer
E-mail address: Susan.Lee.1@us.af.mil
The Broad Agency Announcement FA2391-23-S-2403, Pioneering Aerospace Capabilities,
Engineering, and Research (PACER), CALL Name Collaborative Center for the Design and
Research Of InterDisciplinary Systems (CC DROIDS), is hereby amended to make the
following clarifications:
QUESTIONS & ANSWERS (continued numbering from Amendment 2)
9. QUESTION: Do references count within the 25 page limit?
ANSWER: Pages shall be numbered starting with the cover page being Page 1, and the last
page being no greater than Page 25. The page limitation covers all information including
indices, photographs, foldouts (counted as 1 page for each 8.5 by 11 portion) tables, charts,
appendices, attachments, resumes, table of contents, references, etc.
10. QUESTION: Also, what about a page for Table of Contents? Does that count toward
the 25 page limit?
1
---
ANSWER: Pages shall be numbered starting with the cover page being Page 1, and the last
page being no greater than Page 25. The page limitation covers all information including
indices, photographs, foldouts (counted as 1 page for each 8.5 by 11 portion) tables, charts,
appendices, attachments, resumes, table of contents, references, etc.
11. QUESTION: Page 5 of the BAA FA2391-23-S-2403 (filename "Call for CC DROIDS—
27 July 2023.pdf"), shows the attached breakdown for the budget. Should we strictly
adhere to this distribution over the years? One potential difficulty is the amount on
FY24 ($210k), which is about one third of the subsequent years. Is this because you
anticipate that not all projects start until FY25, or is there another reason?
ANSWER: The funding profile is based on likely realities of the executability of funding,
allowing for the evolution from detailed discussions/development of tasks and expectations
primarily with faculty, to initial student recruitment, before realizing the full burn rate.
CLARIFICATIONS:
Reference Paragraph IV a. of the Call: Proposal Submission Information, Cooperative
Agreement Proposals. The following General Instructions are added to that Paragraph.
4) General Instructions for Content and Form of Proposal Submission for this Call are
as follows:
(a) Technical/Management and Cost/Business volumes should be submitted in
separate volumes and must be valid for at least 180 days. Offerors must state this
on the cover page of each volume of their proposal.
(b) Proposals must reference the announcement number FA2391-23-S-2403 and the
Call Name (Collaborative Center for the Design and Research Of
InterDisciplinary Systems (CC DROIDS)).
(c) Offerors are advised that only Grant Officers are legally authorized to
contractually bind or otherwise commit the Government.
(d) No classified Technical/Management Proposals or Cost/Business
Proposals/Volumes are expected. Offerors are encouraged to keep all elements of
the proposal package unclassified.
(e) The Government will not consider pages in excess of the stated limitations.
In addition to the above general instructions, specific instructions for the
Technical/Management and Cost/Business Proposal, paragraph IV, a. 1) of the Call, is
expanded to include:
(a) Technical/Management Proposals and Statements of Work (SOW):
1. Font shall be standard 10-point business font Arial.
2. Character spacing must be “normal,” not condensed in any manner.
2
---
3. Must be provided in Microsoft Word. Signed pages may be submitted in
Adobe.
4. Do not include any proprietary information in the SOW.
5. Pages shall be double-spaced (must use standard double-space function in
Microsoft Word), 8.5 by 11 inches, with at least one-inch margins on both
sides, top and bottom.
6. All text, including text in tables and charts, must adhere to all font size and
line spacing requirements listed herein. Font and line spacing requirements
do not have to be followed for illustrations, flowcharts, drawings, diagrams,
cover page, table of contents, and restrictive/proprietary markings (in header
or footer). These exceptions shall not be used to circumvent formatting
requirements and page count limitations by including lengthy narratives in
such items.
(b) Cost/Business Proposals/Volumes have no formatting limitations. Separate the
Cost/Business Proposals/Volumes into a Cost section and Business section.
1. The Business section should contain all business aspects to the proposed
agreement, such as any exceptions to terms and conditions of the
announcement, including the Cooperative Agreement Articles (Attachment 3
from Call Announcement), any information not technically related, etc.
Provide rationale for exceptions.
i. If an offeror takes exceptions to the terms and conditions called out in
the announcement the exceptions should be clearly stated in the
Cost/Business Proposal/Volume.
ii. Identify any technical data that will be delivered with less than
unlimited rights.
2. For the Cost Volume, the cost file(s) spreadsheets must be in Microsoft Excel
and include the formulas for calculating cost element bases (i.e., G&A, O/H,
etc.). Offerors should include a project funding profile by Government Fiscal
Year (GFY) (1 Oct through 30 Sept) for budgetary purposes.
The Cost Element Breakdown should include the following, if applicable:
i. Direct Labor. Direct labor should be detailed by number of labor
hours by category of labor with their applicable rates.
ii. Labor and Overhead Rates. The source of labor and overhead rates
and all pricing factors should be identified. For instance, if a Forward
Pricing Rate Agreement (FPRA) is in existence, that should be
provided, along with the Administrative Contracting Officer’s (ACO's)
name and telephone number. If the rates are based on current
experience in your organization, provide the historical base used and
clearly identify all escalation, by year, applied to derive the proposed
3
---
rates. If computer usage is determined by a rate, identify the basis used
and rationale used to derive the rate.
iii. Material/Equipment and/or Special Tooling or Test Equipment. List
all material/equipment items by type and kind with associated costs
and advise if the costs are based on vendor quotes, data and/or
engineering estimates; provide copies of vendor quotes and/or catalog
pricing data.
iv. Subrecipient Costs. Submit all subrecipient analyses with the Cost
Proposal. If the subrecipient will not submit cost and pricing
information to the offeror, this information must be submitted directly
to the Government for analysis.
v. Consultants. When consultants are proposed to be used in the
performance of the agreement, identify each consultant, number of
hours or days to be used and the consultant's rate per hour or day.
vi. Travel. Travel costs must be justified and related to the needs of the
project. Identify the number of trips, the destination and purpose.
Travel costs should be broken out by trip with number of travelers,
airfare, per diem, lodging, etc.
vii. Computer Use. Detail the amount and kind of computer usage, the
cost, and how the costs were derived.
viii. Any/all other costs and detailed breakdown.
Reference Page 1 of the Call, Paragraph entitled: PROPOSAL DUE DATE AND TIME.
The following instructions are added to that Paragraph.
If your proposal contains Controlled Unclassified Information (CUI) or if your proposal package
is greater than 20 MB, you must submit your proposal using DoD SAFE, https://safe.apps.mil/,
to the following 2 addresses:
Susan.Lee.1@us.af.mil and Christopher.DeLaet.3@us.af.mil
If the University needs a DoD SAFE drop-off invite from the AF, please send that request to
Christopher.DeLaet.3@us.af.mil and Susan.Lee.1@us.af.mil and No Later Than 7 days prior to
the due date of proposals to ensure a drop off code is provided in a timely manner.
Hard copy proposals will not be accepted.
4
---
Amendment 04 - CC DROIDS Call
Broad Agency Announcement (BAA):
FA2391-23-S-2403
Pioneering Aerospace Capabilities, Engineering, and Research (PACER)
CALL Name:
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
AMENDMENT 4
BROAD AGENCY ANNOUNCEMENT TITLE: Broad Agency Announcement FA8650-23-
S-2403, “Collaborative Center for the Design and Research Of InterDisciplinary Systems (CC
DROIDS)”
FEDERAL AGENCY NAME: Air Force Research Laboratory, AFRL/RQ Aerospace Systems
Directorate
GRANTS POCs:
Chris DeLaet
Grants Specialist
E-mail address: Christopher.DeLaet.3@us.af.mil
Susan Lee
Grants Officer
E-mail address: Susan.Lee.1@us.af.mil
The Broad Agency Announcement FA2391-23-S-2403, Pioneering Aerospace Capabilities,
Engineering, and Research (PACER), CALL Name Collaborative Center for the Design and
Research Of InterDisciplinary Systems (CC DROIDS), is hereby amended to make the
following clarifications:
QUESTIONS & ANSWERS (continued numbering from Amendment 3)
12. QUESTION: Can the page numbers be within the 1" margins?
ANSWER: Yes, the page numbers may be placed within the 1” margins but they can also be
in the footer. The page numbers are not part of the content and are therefore exempt from
being within the 1” margins.
1
---
Amendment 1 CC DROIDS Call
Broad Agency Announcement (BAA):
FA2391-23-S-2403
Pioneering Aerospace Capabilities, Engineering, and Research (PACER)
CALL Name:
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
AMENDMENT 1
BROAD AGENCY ANNOUNCEMENT TITLE: Broad Agency Announcement FA8650-23-
S-2403, “Collaborative Center for the Design and Research Of InterDisciplinary Systems (CC
DROIDS)”
FEDERAL AGENCY NAME: Air Force Research Laboratory, AFRL/RQ Aerospace Systems
Directorate
GRANTS POCs:
Chris DeLaet
Grants Specialist
E-mail address: Christopher.DeLaet.3@us.af.mil
Susan Lee
Grants Officer
E-mail address: Susan.Lee.1@us.af.mil
The Broad Agency Announcement FA2391-23-S-2403, Pioneering Aerospace Capabilities,
Engineering, and Research (PACER), CALL Name Collaborative Center for the Design and
Research Of InterDisciplinary Systems (CC DROIDS), is hereby amended per FAR 35.016(c) to
make the following clarifications:
QUESTIONS & ANSWERS
1. QUESTION: Based on the CC DROIDS SOO, AFRL is looking to partner with a
university to establish and lead the new center. So, I assume you are looking for
universities to respond. If that is correct, are universities permitted to partner with
industry in their response?
ANSWER: Yes, AFRL is seeking to establish a partnership with an American university by
establishing a Collaborative Center for the Design and Research Of InterDisciplinary
Systems (CC DROIDS). Yes, a university may partner with Industry to complete this
acquisition. In a Cooperative Agreement, the Industry partner would be a sub-recipient,
similar to a subcontractor in FAR-based acquisitions.
1
---
Call For CC DROIDS
Broad Agency Announcement (BAA):
FA2391-23-S-2403
Pioneering Aerospace Capabilities, Engineering, and Research (PACER)
CALL Name:
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
27 July 2023
OVERVIEW INFORMATION
This is a 1-Step Call under the PACER BAA FA2391-23-S-2403. Offerors should monitor
sam.gov and grants.gov for any additional notices to this Call that may permit extensions to the
proposal submission date or otherwise modify this announcement.
Moratorium on White Papers: Beginning from the date of publication of this Call and
continuing until six months after the due date for proposals, no white papers submitted covering
the topic specified in this Call, “Collaborative Center for the Design and Research Of
InterDisciplinary Systems (CC DROIDS),” will be reviewed.
NAICS Code: The NAICS Code for this acquisition is 541715 (Research and Development in
the Physical, Engineering, and Life Sciences (Except Biotechnology) with Aircraft, Aircraft
Engine, and Engine Parts exception), and the small business size standard is 1,500 employees.
Federal Agency Name: Air Force Research Laboratory, Aerospace Systems Directorate,
AFRL/RQ
PROPOSAL DUE DATE AND TIME: 11 Sep 2023, 2:00 P.M. local time, Wright-
Patterson AFB, OH.
Submission: Proposals must be submitted electronically to the Primary Grants Point of Contact
(POC): Chris DeLaet, Grants Specialist, AFRL/RQKPC, Christopher.DeLaet.3@us.af.mil. The
Secondary Grants POC is Susan Lee, Grants Officer, AFRL/RQKPC, Susan.Lee.1@us.af.mil.
Type of Contract/Instrument: The United States Air Force (USAF) reserves the right to award
the instrument best suited to the nature of research proposed. Accordingly, the Government may
award any appropriate contract type under the FAR or Other Transaction (OT) for Prototype,
Grant, Cooperative Agreement, or OT for Research. The USAF may also consider award of an
appropriate technology transfer mechanism if applicable. It is anticipated that the award under
this Call will be a Cooperative Agreement.
Estimated Program Cost: The estimated program cost is $4,800,000 (including Government
funding and any Recipient Cost Share).
1
---
Anticipated Number of Awards: The USAF anticipates ONE award for this announcement.
However, the USAF reserves the right to award zero, one, or more awards for all, some or none
of the solicited efforts based on the offeror’s ability to perform desired work and funding
fluctuations.
Brief Program Summary: This effort provides the USAF with the means to discover, develop
and demonstrate MDAO methods and technologies to enable next-generation aerospace vehicles
and provide the USAF decision makers risk-quantified effectiveness assessments of concepts and
technologies. Research and development may require the use of technology demonstration
vehicles, ground test facilities, flight test facilities, computations, and/or laboratory experiments
to develop, analyze, and assess air vehicles technologies.
Communication Between Prospective Offerors and Government Representatives: All
communication prior to the proposal deadline shall be directed to the Grants POCs listed below.
Grants POCs:
Chris DeLaet
Grants Specialist
AFRL/RQKPC
2130 8th Street, Bldg 45
Wright-Patterson AFB OH 45433
E-mail address: Christopher.DeLaet.3@us.af.mil
Susan Lee
Grants Officer
AFRL/RQKPC
2130 8th Street, Bldg 45
Wright-Patterson AFB OH 45433
E-mail address: Susan.Lee.1@us.af.mil
FULL TEXT ANNOUNCEMENT
I. Program Description: Air Force Research Laboratory, AFRL/RQV, is soliciting
Technical/Management and Cost/Business Proposals on the following research effort:
Collaborative Center for the Design and Research Of InterDisciplinary Systems (CC
DROIDS)
a. Statement of Objectives (SOO): See Attachment 1 for the Statement of Objectives
(SOO). This effort falls within the SOO on the PACER BAA (FA2391-23-S-2403),
Technical Objective Area Topic 17--Multidisciplinary Design, Analysis and
Optimization (MDAO).
b. Within Scope Modifications: Potential offerors are advised that due to the inherent
uncertainty of research and development efforts, awards resulting from this
2
---
announcement may be modified during performance to make within scope changes, to
include but not limited to, modifications which increase overall contract ceiling amount.
c. Deliverable Items: See Attachment 3, Articles, paragraph 7.
1) Interim Performance Reports
2) Financial Reports (Reimbursement)
3) Publishing Project Results
4) Final Performance Report
5) Reporting of Subawards and Executive Compensation
6) Disclosure of Information
7) Reporting of Matters Related to Recipient Integrity and Performance
8) Software
c. Schedule:
1) The Cooperative Agreement Period of Performance (PoP) will be 72 total months,
with 69 months for the Technical Period and 3 months for delivery of the Final
Report.
d. Applicable Articles: See Attachment 3
e. Other Requirements:
1) Program Security Classification: None/Unclassified
2) OPSEC: Operations Security (OPSEC) requirements, per the PACER BAA,
FA2391-23-S-2403, I. (Page 9), will be incorporated into the Statements of Work
(SOW).
3) Export Control: N/A
4) Export-Controlled Items: N/A
f. Other Information:
1) Government Furnished Property (GFP): N/A
2) Base Support/Network Access: N/A
3
---
3) Government Furnished Information (GFI) and/or Software: N/A
4) Data Rights Desired: Unlimited, Restricted, GPR
(a) The Air Force Research Laboratory is engaged in the discovery, development,
and integration of warfighting technologies for our air, space, and cyberspace
forces. As such, rights in technical data and NCS developed or delivered under
this agreement are of significant concern to the government. The Government
will therefore carefully consider any restrictions on the use of technical data,
NCS, and NCS documentation which could result in transition difficulty or less-
than full and open competition for subsequent development of this technology.
(b) In exchange for paying for development of the data, the Government expects
technical data, NCS, and NCS documentation developed entirely at Government
expense to be delivered with Unlimited Rights.
(c) Technical data, NCS, and NCS documentation developed with mixed funding are
expected to be delivered with at least Government Purpose Rights. Offers that
propose delivery of technical data, NCS, or NCS documentation subject to
Government Purpose Rights should fully explain what technical data, NCS, or
NCS documentation developed with costs charged to indirect cost pools and/or
costs not allocated to a government assistance will be incorporated, how the
incorporation will benefit the program, and address whether those portions or
processes are segregable. The Government expects that delivery of technical
data, NCS, and NCS documentation subject to Government Purpose Rights will
fully meet program needs.
(d) Offers that propose delivery of technical data, NCS, or NCS documentation
subject to Limited Rights, Restricted Rights, or Specifically Negotiated License
Rights will be considered. Proposals should fully explain what technical data,
NCS, or NCS documentation developed with costs charged to indirect cost pools
and/or costs not allocated to a government assistance will be incorporated and
how the incorporation will benefit the program.
II. Award Information
a. Anticipated Award Date: Anticipated award date is 23 November 2023.
b. Anticipated Funding: A Cooperative Agreement is anticipated in accordance with the
anticipated funding set forth below.
c. The budget for the program, subject to availability, is anticipated to be as follows:
Government Share:
4
---
FY 23 FY 24 FY 25 FY 26 FY 27 FY 28 FY 29 TOTAL
$50K $210K $662K $694K $726K $758K $500K $3.6M
Potential Recipient Cost Share:
FY 23 FY 24 FY 25 FY 26 FY 27 FY 28 FY 29 TOTAL
$XK $XK $XK $XK $XK $XK $XK $1.2M
III. Eligibility Information: PACER BAA Section III, Eligibility Information, is modified for
this Call as follows:
a. Eligible Offeror: This is an unrestricted Call. Small Businesses are encouraged to
propose on all or any part of this Call.
b. Cost Sharing or Matching: Cost Sharing is not required but is highly encouraged and
will be considered favorably.
c. Federally Funded Research and Development Centers: The following guidance is
provided for Federally Funded Research and Development Centers (FFRDCs)
contemplating submitting a proposal, as either a prime or subrecipient against this Call.
There is no regulation prohibiting an FFRDC from responding to a solicitation.
However, the FFRDC’s sponsoring agency must first make a determination that the effort
being proposed falls within the purpose, mission, general scope of effort, or special
competency of the FFRDC, and that determination must be included in the FFRDC’s
proposal. In addition, the non-sponsoring agency (in this case AFRL) must make a
determination that the work proposed would not place the FFRDC in direct competition
with domestic private industry. Only after these determinations are made would a
determination be made concerning the FFRDC’s eligibility to receive an award.
d. Government Agencies: If a government agency is interested in performing work,
contact the Program Office identified in this Call. If those discussions result in a mutual
interest to pursue your agency's participation, the effort will be pursued independent of
this announcement.
e. Other:
1) Foreign Participation: Foreign Nationals (FNs) can be employed by a US Prime
Recipient or Sub-awardee; however, FNs will be limited to Public Domain
information unless the recipient has obtained the proper License of Technical
Assistance Agreement that authorizes disclosure of CMI and/CUI to foreign entities
pursuant to the Department of State’s International Traffic in Arms Regulations
(ITAR) or Department of Commerce’s EAR.
2) Export Control: N/A
3) Number of Proposals: There are no limits on the number of proposals an offeror may
submit.
5
---
4) Eligibility: An Offeror may be ineligible for award if all requirements of this
solicitation are not met on the Technical and Cost/Business Proposals by the due date,
as identified above.
IV. Proposal Submission Information. Proposals submitted shall be in accordance with the
PACER BAA Proposal Instructions and this Call.
a. Cooperative Agreement Proposals
1) Technical/Management and Cost/Business Proposal: The Recipient shall submit a
Technical/Management Proposal as well as a Cost/Business Proposal for the
Cooperative Agreement. The Technical/Management and Cost/Business Proposal
must contain all information described in the Cost/Business Proposal Submission
Section of the PACER BAA. Additionally, please see PACER BAA, FA2391-23-S-
2403, Attachment 1, for instructions on how to prepare the cover page and complete
the certification for an Assistance Instrument.
2) Statement of Work: The Recipient shall also submit a Statement of Work (SOW)
for the Cooperative Agreement.
3) Page Limitations:
(a) The Technical Proposal shall not exceed twenty-five pages.
(b) The SOW shall not exceed five pages.
(c) There is no page limitation for the Cost/Business Proposal.
b. Proposal Evaluation Criteria:
1) Proposals will be evaluated against the criteria listed in the PACER BAA, FA2391-
23-S-2403.
c. Review and Selection Process:
1) Per the PACER BAA, FA2391-23-S-2403, proposals will be proposals will be
categorized as Selectable or Not Selectable. The selection of one or more sources for
award will be based on the Peer or Scientific Review, as well as importance to agency
programs and funding availability. See PACER BAA, FA2391-23-S-2403, Section V,
Page 28.
2) Proposals must, at a minimum, be categorized as “Selectable” to be considered for
award.
6
---
V. Award Notices: Offerors will be notified whether their proposal is recommended for
award, by letter or e-mail. The notification is not to be construed to mean the award of a
contract is assured, as availability of funds and successful negotiations are prerequisites to
any award.
VI. Other Information
a. Proposal Reminders: You may be ineligible for award if all requirements of this
solicitation are not met on the proposal due date.
1) Call Proposals are due no later than the due date and time specified in the Call.
2) Page limitations are strictly enforced.
3) Call Proposals must be submitted in the format specified.
4) Call Proposals are due to the Grants POC.
5) Offerors of proposals who have Forward Pricing Rate Agreements (FPRAs) or
Forward Pricing Rate Recommendations (FPRR) should submit them with their
proposal.
6) Proposals submitted shall be in accordance with the PACER BAA, FA2391-23-S-
2403, unless deviations are authorized in this Call.
b. Disclaimer: Submission of proposal(s) is not an authorization to commence work or to
incur any costs to perform the work described above. Work is not to be implemented until
appropriate actions are taken to award the Cooperative Agreement. Any work performed
or expense incurred prior to that time (including bid and proposal costs) will be at your
own risk.
Attachments:
1. Statement of Objectives (SOO)--CC DROIDS
2. Statement of Work (SOW) Supplemental Requirements for Assistance Instruments
3. Cooperative Agreement Articles
4. SF 424--Research and Related_KeyPersonal_4_0-V4.0 (Attachment 9 from PACER BAA)
5. Security Program Questionnaire (Attachment 10 from PACER BAA)
7
---
Call for CC DROIDS Attachments
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
STATEMENT OF OBJECTIVES
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
26 July 2023
1.0 INTRODUCTION
1.1. Purpose: The Aerospace Systems Directorate of the Air Force Research Laboratory
(AFRL/RQ) shall set up a partnership with an American university by establishing a
Collaborative Center for the Design and Research Of InterDisciplinary Systems (CC
DROIDS). The purpose of the CC DROIDS is to complement AFRL in pursuit of its
goal to lead the research and development of novel design methods and tools for the
optimization and assessment of revolutionary aerospace vehicles. CC DROIDS is an
organizational concept to bolster common research interests through collaboration
among the participants. Developing a Collaborative Center is expected to be mutually
beneficial, increasing the agility and responsiveness of AFRL research efforts while
providing experience and mentorship to students.
1.2. Competency Areas: The Multidisciplinary Sciences and Technology Center (MSTC)
within AFRL leads the integration of multiple disciplines to discover and exploit new
phenomena for system level optimization and the assessment of revolutionary
aerospace vehicles from concept development through preliminary design. Our goal is
to model systems--and systems of systems--to a level of fidelity necessary to capture
the physics which drive system design and to perform design space exploration.
Current competency areas within MSTC are:
1.2.1. Design Space Exploration: Multifidelity model-based systems engineering
(MBSE); single-vehicle mission to campaign-level effectiveness analysis; system
of systems analysis; cost effectiveness analysis; logistics and sustainment
footprints; deterministic gradient and non-gradient based optimization methods;
propulsion and subsystem integration; fuel and system thermal management; risk-
quantified large-scale (104 design variables, 106 constraints) design space
exploration; high-fidelity system level design optimization.
1.2.2. Multifidelity Modeling and Analysis for Design Optimization: Sensitivity
analysis; computational fluid dynamics; linear and nonlinear structural mechanics
and structural dynamics; linear and nonlinear computational aerothermoelasticity;
aeroservoelastic analysis; uncertainty quantification and design under uncertainty;
goal-oriented adaptive, high-order finite-element analysis; aerodynamic
conceptual design; novel configuration assessment; rapid assessment method
development; structural conceptual design; high-fidelity structural topology
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
optimization, secondary structure weight estimation; design for life; design for
manufacture.
1.2.3. Multidisciplinary Technology Development, Assessment, and Validation:
Aerothermoelastic wind tunnel testing; ground vibration testing; remotely piloted
vehicle (RPV) scaled flight testing; multidisciplinary technologies assessment;
data assimilation in multidisciplinary design analysis and optimization (MDAO).
2.0 OBJECTIVES
2.1 The objectives for CC DROIDS are to develop research activities which align with the
Technology Areas of MSTC, to foster close research collaboration between AFRL and
university partners, to mentor highly qualified students, and to exploit existing
engineering software or develop new software where needed.
2.1.1 Technology Areas: AFRL’s MSTC has a mandate to support a wide range of
computational and experimental requirements for future Air Force capabilities.
The focus for this Collaborative Center will be on developing multidisciplinary
technologies and computational methods required to perform reliable, multi-
fidelity, multidisciplinary analysis and design exploration of aerospace vehicles
across size, speed, and altitude space from small UAVs to transport platforms,
including subsonic to hypersonic configurations. The Collaborative Center will
need to perform research in the following areas--which mirror the research thrusts
of MSTC outlined above--applied to one or more Air Force relevant capabilities.
It is expected that the proposed work is contextualized against the current state of
the art, including previous AFRL MSTC research efforts.
a. TA1: Design Space Exploration
Risk-quantified design space exploration: Develop and exploit robust
design methods, reliability-based design, design under uncertainty, multi-
level optimization, multi-objective optimization, gradient and non-gradient
based optimization methods for quantative risk assessment in
multidisciplinary design of large-scale problems (104 design variables, 106
constraints)
Effectiveness-based design: Integrate operations analyses with multi-
fidelity vehicle design (vehicle class/type, aerodynamic shape, topological
and structural layout, propulsion and subsystem integration and sizing,
etc.) to evaluate the impact of vehicle parameters on system operational
behavior. A modeling framework is needed to allow consistent
assessment of designs with multiple power and propulsion systems.
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
Brayton-based, Rankine-based, electric, and hybrid systems may be
evaluated for power supply, as well a range of ducted and unducted
propulsors. Support non-gradient-based, gradient-based, and mixed
optimization. Consider parameterization of the mission profile for mission
optimization.
Digital engineering: Integrate MBSE practices and tools into aerospace
system design processes to improve collaboration and ensure a consistent
representation of the system across all models and teams. Centralize
requirements and design artifacts for long-term preservation and
traceability.
b. TA2: Multifidelity Modeling and Analysis for Design Optimization
Efficient multidisciplinary analysis with design sensitivities: low-to-high-
fidelity coupled physics analysis with computed analytic, semi-analytic,
and numerical design sensitivities. Aerodynamic, structural dynamic,
thermal, acoustic, controls, and other potential physical disciplines that
couple to produce emergent physical phenomena not present in single
discipline analyses (e.g., aeroelasticity). Steady, time-periodic, transient,
and chaotic responses, including critical points representative of changes
in stability. Methods of transferring data across physical interfaces in a
conservative and consistent manner (e.g., load/displacement). Adaptively
learned multi-fidelity surrogate models and methods for accelerating
analysis while maintaining fidelity (e.g., physics and statistics-based
Reduced Order Models (ROMs), leverage of time periodicity, and critical
point identification).
Goal-oriented adaptive analyses: Develop, test, and exploit goal-oriented
algorithms for adapting analysis to engineering problems in a quantitative,
machine-oriented, objective driven manner that accounts for varied
uncertainty sources and updates during design space exploration. Blend
local adaptations based on discretization, numerical order, and fidelity,
and possibly other algorithmic properties to meet desired objectives,
including numerical accuracy and computational cost. Technical
challenges include handling large parameter variations, high-order
generation and deformation of high-quality meshes, including high-order
space-time meshes, adaptivity in the presence of coupled physics,
generating fast and accurate sensitivities. Leverage ideas in multi-fidelity
surrogate construction, Bayesian inference and updating, and
heterogeneous computing resources. Test on meaningful benchmarks to
quantify benefits of adaptive approaches.
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
Design Under Uncertainty: Address modeling, parametric, and numerical
sources of uncertainty. Develop forward and inverse uncertainty
propagation methods to trade efficiency and accuracy when quantifying
aleatoric and epistemic uncertainties encountered in multidisciplinary
design such that follow-on design phases start with conservative estimates
of performance. New methods should be scalable (>20 variables) and
compatible with multiple fidelity representations of single physics and
multi-physics models, and their associated uncertainties. Methods
including but not limited to Bayesian updating, integrating multiple
information sources, adaptive dimension reduction, global sensitivity
analysis, and novel stochastic collocation techniques.
c. TA3: Multidisciplinary Technology Development, Assessment, and
Validation
Aeroelastic modal topology optimization: Coupling structural and
aerodynamic analysis for structural topology optimization of air vehicles
where the optimality criteria are mode and mode shape based. This may
include experimental validation of the transient response of a
representative structure.
Experimental data in MDAO: Incorporating experimental data with
uncertainty into the design process to account for un-modeled physics,
aleatory uncertainty, correction factors, truth data, or hardware in the loop
design. This may include in-situ experiments within the design process or
post processed data.
Quantified technology assessment: Incorporation of computational and
experimental techniques into a system engineering design and technology
assessment process and computing framework.
Employing/utilizing/including probabilistic approaches, quantitatively
assess the impact of suites of technologies on a vehicle design’s measures
of performance and effectiveness. Benefits and penalties should be
captured in a coupled manner to account for total system impacts, and
probabilistically to account for uncertainty in estimates and coupling.
Multidisciplinary technologies: Develop and demonstrate technologies
that create improved capabilities by leveraging the synergy between
multiple disciplines. Explore the performance space to understand
coupled system behavior, and how that behavior can be best exploited.
Explore how system performance is improved through application of the
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
technology to representative systems or sub-systems. Two examples are
active aeroelastic wing technology and multifunctional structures.
2.2 Quality of Personnel:
2.2.1 Successful pursuit of these technology challenges requires a high caliber of
research personnel. Collaborative Center team members must be highly
accomplished in their research activities and well regarded in their technical areas.
Any short-term, entry-level, or student researchers supporting the research must
be well-skilled and/or highly trainable, directly supervised, and prepared to
contribute effectively with minimal oversight.
2.3 Collaboration:
2.3.1 A major goal within AFRL is to establish a cooperative relationship with external
researchers in order to increase the agility and responsiveness of research efforts.
It is desired to pursue a collaborative effort in multidisciplinary sciences and
design. The objective of the collaboration is to provide research in aerospace
vehicle design through a broad and agile base of expertise. The collaborative
research is expected to further new multidisciplinary research areas of unique
interest to the Air Force. By conducting this collaborative research, AFRL and
the Collaborative Center can accelerate innovative research in a variety of areas.
It is envisioned that there will be regularly scheduled interaction between the
Collaborative Center researchers and AFRL researchers including, but not limited
to: annual reviews, in-person technical interchange meetings at both the
collaboration facilities and AFRL, as well as regular video conference meetings.
Such connectivity allows the research to be more focused and establishes a
synergistic working relationship with AFRL personnel which can significantly
raise productivity. This close relationship with AFRL also maximizes transition
opportunities for the collaboratively developed technologies. More specific
expected elements of the Collaborative Center include:
a. The collaborative research program will begin with a kickoff period in which
researchers will have detailed meetings with MSTC personnel so that
technical issues and proposed solutions can be fully understood by all team
members. This period may include visit(s) to WPAFB and tours of Air Force
facilities to initiate discussions regarding facility usage by projects within the
Collaborative Center.
b. Annual reviews will be held alternately at the Collaborative Center research
site and at Wright-Patterson AFB.
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
c. Numerous less formal meetings throughout the period of performance will
also be held. A plan for future, long-term growth of the collaborative multi-
disciplinary science research capability is required. Researchers in the
Collaborative Center will need to interface not only with Air Force
researchers but also with the Air Force’s key collaborators, such as, but not
limited to, a large network of academics funded by AFOSR, AFRL
(Aerospace Systems Directorate and other technical
directorates/divisions/branches), DARPA, NASA and other government and
industry organizations. The best fit for the Collaborative Center will be
research teams that have the ability and willingness to form dynamic
partnerships, and which have demonstrated success working in a cross-
organizational fashion.
d. To facilitate collaboration and integration into AFRL methods and processes,
it is desired that the Collaborative Center will allocate funding for supporting
students to work on site at WPAFB, typically during summer months, to offset
the cost of local housing, relocation, etc.
e. The Collaborative Center is expected to publish or otherwise make publicly
available results of work performed under this agreement to the extent the
results are deemed publicly releasable by AFRL. It is highly desirable that the
Collaborative Center pursue peer-reviewed publication of its research.
f. ITAR work is not anticipated in this Collaborative Center, but if such work is
necessary or deemed advantageous, the university must be able to support
ITAR research, in which case a detailed security plan adhering to ITAR
restrictions will be required.
g. Students funded through the Collaborative Center will be encouraged to apply
for scholarships not impinging on the technical objectives of the Collaborative
Center.
h. To maximize collaborative opportunities and transition potential, it is
encouraged but not required students be US citizens.
2.4 Software:
2.4.1 Because of the computational focus of the Collaborative Center, software will be
a critical medium of research and an important product of the collaboration.
Research and development may utilize software from AFRL and from other
readily available sources, as required. Emphasis will be placed on software
engineering practices that will maximize efficiency in development and flexibility
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
in reuse and interoperation. Software development and scientific computing skills
such as version control (git), testing, documentation, containerization, etc., are
desired, since it is expected that effective software will lead to significant
advances in capability that will be shared between the Collaborative Center,
AFRL, and other partners. Software development plans shall include integration
into AFRL computational codes and frameworks. For MBSE tasks, the use of the
Dassault’s Catia Magic System of Systems Architect should be considered before
new development is undertaken. For military utility analysis, the preferred tool is
AFSIM. If tasks require the development of vehicle geometry and
surface/volume discretization the use of the Computational Aircraft Prototype
Syntheses (CAPS) should be considered before new development is undertaken.
If tasks require thermal and structural analysis with sensitivities the use of the
Multidisciplinary design Adaptation and Sensitivity Toolkit (MAST) should be
first considered. Finally, if tasks require the development or use of RANS or
Euler computational fluid dynamics the use of either FUN3D or ChiDG should be
considered before new development, or the use of an alternate code is undertaken.
3.0 DELIVERABLES
3.1 Interim Performance Reports
3.2 Financial Reports--Reimbursement
3.3 Publishing Project Results
3.4 Final Performance Report
3.5 Reporting of Subawards and Executive Compensation
3.6 Disclosure of Information
3.7 Reporting of Matters Related to Recipient Integrity and Performance
3.8 Software
4.0 OPERATIONS SECURITY (OPSEC)
4.1 OPSEC must be an integral part of our daily activities. As we maintain security on our
future technologies that are vital to national interest, we must recognize and prepare for
the threat poised against our technology. Department of Defense policies mandate a
high degree of security throughout the acquisition process. However, heightened
security awareness and threat-based countermeasures are particularly essential during
---
FA2391-23-S-2403
PACER BAA
Attachment 1
26 July 2023
the research and development phase when our technology is most vulnerable to
espionage, sabotage, or exploitation. It is the obligation of each employee or person
involved on this agreement to be constantly aware of and strictly adhere to security
requirements designed to protect sensitive unclassified and other information and
resources produced by acquisition, research and development, and technological
security efforts outlined in this SOO. The Recipient shall ensure employees receive
training and follow appropriate OPSEC measures during the performance of the
agreement.
---
Attachment 2
Statement of Work (SOW)
Supplemental Requirements for Assistance Instruments (AFRL/PZL)
Oct 2022
The following paragraphs are also considered be a part of the SOW requirements and the Recipient is
responsible for compliance to the same extent as the rest of the SOW.
1. Science and Technology (S&T) Protection: The requirements below are in accordance with Air Force
Research Laboratory Instruction (AFRLI) 61‐113, “Science and Technology (S&T) Protection for the Air
Force Research Laboratory”.
a. Initial/Annual/New SF 424, Research and Related Senior/Key Person Profile (Expanded)
Form, Requirement: The Recipient shall provide an SF 424 with the following information:
i. Initial SF 424: An initial report of all Senior/Key Personnel at the time of award. This
form is required with proposal submission.
ii. Annual SF 424: An annual report of all Senior/Key Personnel providing support. The
first submission is due 30 days after 12 months after receipt of award. Subsequent
submissions are due every 12 months after first annual submission, and throughout
the technical effort.
iii. New/Revised SF424: A report for any new Senior/Key Personnel who join the
contract, agreement, grant, or OT. Any updated SF 424s for new Senior/Key
Personnel supporting the award require coordination from the Government prior to
the Recipient employee receiving access to S&T information. These reports are
required to provide updates and supplements to the SF 424 as appropriate during
the period of performance. Identify changes from previous versions. Permanent
change pages shall conform to the requirements, quality, style, and format of the
basic documentation.
Submission: Annual and Revised SF 424s shall be submitted electronically in Microsoft
Office Suite compatible format, PDG, or RTF as coordinated with the Air Force Program
Manager. For email delivery, include the award number in the subject line. The recipient
shall submit one copy of the SF 424 to:
(1) AFRL Program Manager
(2) AFRL/RQOS Security
Note: Submit electronically. Electronic submittals shall be either encrypted or password
protected.
Mark all data delivered with the following Distribution Statement: Distribution authorized
to A: Approved for public release, distribution is unlimited.
Page 1 of 1
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
COOPERATIVE AGREEMENT ARTICLES
Collaborative Center for the Design and Research Of InterDisciplinary Systems
(CC DROIDS)
26 July 2023
TABLE OF CONTENTS
PART 1 ADMINISTRATIVE INFORMATION
1.00 ADMINISTRATIVE REQUIREMENTS AND ORDER OF PRECEDENCE
1.01 ADMINISTRATIVE RESPONSIBILITIES
1.02 DELEGATION OF ADMINISTRATION
PART 2 TERM
2.00 TERMINATION
2.01 TRAFFICKING IN PERSONS
2.02 ENFORCEMENT
2.03 MODIFICATIONS
PART 3 MANAGEMENT OF THE PROGRAM
3.00 TITLE TO PROPERTY
3.01 PROPERTY SYSTEM
3.02 SCOPE AND MANAGEMENT OF THE PROGRAM
3.03 BASE SUPPORT
3.04 RECIPIENT ACCESS TO AIR FORCE INSTALLATION
3.05 COMMON ACCESS CARDS (CAC) FOR RECIPIENT PERSONNEL
3.06 ACCESS TO USAF BASES, AFRL FACILITIES AND/OR U.S. GOVERNMENT INFORMATION
TECHNOLOGY NETWORKS
PART 4 FINANCIAL MATTERS
4.00 INCREMENTAL FUNDING
4.01 PAYMENT-REIMBURSEMENT-WAWF (ONR)
4.05 PROGRAM INCOME-RESEARCH
4.06 COST PRINCIPLES
4.07 STANDARDS FOR FINANCIAL MANAGEMENT
4.08 AUDIT REQUIREMENTS
4.09 RETENTION AND ACCESS TO RECORDS
4.10 REVISION OF BUDGETS AND PROGRAM PLANS
PART 5 CLAIMS, DISPUTES AND APPEALS
5.00 CLAIMS, DISPUTES, AND APPEALS
PART 6 INTELLECTUAL PROPERTY RIGHTS
6.00 INVENTIONS
6.01 DATA RIGHTS
PART 7 TECHNICAL AND FINANCIAL REPORTING
7.00 INTERIM PERFORMANCE REPORTS
7.01 FINANCIAL REPORTS- REIMBURSEMENT
7.02 PUBLISHING PROJECT RESULTS
7.03 FINAL PERFORMANCE REPORT
7.04 REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION
FA8650-24-2-XXXX Page 1
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
7.05 DISCLOSURE OF INFORMATION
7.06 REPORTING OF MATTERS RELATED TO RECIPIENT INTEGRITY AND PERFORMANCE
7.07 SOFTWARE
PART 8 MISCELLANEOUS PERFORMANCE ISSUES
8.00 PROCUREMENT SYSTEM
8.01 CLOSEOUT, ADJUSTMENT, CONTINUING RESPONSIBILITIES AND COLLECTION
REIMBURSEMENT
8.02 USING TECHNICAL INFORMATION RESOURCES
8.03 SYSTEM FOR AWARD MANAGEMENT AND UNIQUE ENTITY IDENTIFIER REQUIREMENTS
PART 9 NATIONAL POLICY REQUIREMENTS
9.00 NONDISCRIMINATION NATIONAL POLICY REQUIREMENTS (SEPTEMBER 2017)
9.01 ENVIRONMENTAL NATIONAL POLICY REQUIREMENTS (JANUARY 2021)
9.04 OTHER NATIONAL POLICY REQUIREMENTS (SEPTEMBER 2021)
9.05 ADDITIONAL REQUIREMENTS – NATIONAL POLICY REQUIREMENTS.
1.00 ADMINISTRATIVE REQUIREMENTS AND ORDER OF PRECEDENCE (MAR 2015)
(a) This award is governed by the guidance in the Code of Federal Regulations (CFR), Title 2, Subtitle A,
Chapter II, Part 200, "Uniform Administrative Requirements, Cost Principles, and Audit Requirements
for Federal Awards," as modified and supplemented by the Department of Defense's (DoD) interim
implementation found at 2 CFR part 1104, "Implementation of Government wide Guidance for Grants
and Cooperative Agreements.” (79 FR 76047, December 19, 2014, as amended at 85 FR 49506,
August 13, 2020).
(b) In the event of a conflict between the terms of this agreement and other governing documents, the
conflict shall be resolved by giving precedence in descending order as follows:
(1) Federal statutes
(2) Federal regulations*
(3) 2 CFR part 200* as modified and supplemented by DoD's interim implementation found in 2 CFR
Part 1104
(4) Award-specific terms and conditions
(5) Attachments to this award if any
(c) In case of disagreement with any requirements of this award, the recipient shall contact the grants
officer in order to resolve the issue. The recipient shall not assess any costs to the award or accept
any payments until the issue is resolved.
1.01 ADMINISTRATIVE RESPONSIBILITIES (MAR 2015)
(a) Government Representatives are:
(1) Grants Officer: TBD
(2) Grants Negotiator: TBD
(3) Government Program Manager: TBD
FA8650-24-2-XXXX Page 2
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(4) Finance: TBD
(5) Grants Administration Office: TBD
(6) Paying Office: TBD
1.02 DELEGATION OF ADMINISTRATION (MAR 2015)
(a) The administrative duties listed below have been delegated to the grants administration office:
(1) During performance:
(i) Approve provisionally all Requests for Advance or Reimbursement (SF 270).
(ii) Perform property administration.
(iii) Perform plant clearance.
(iv) Approve requests for Registration of Scientific and Technical Information Services (DD
Form1540).
(v) Perform cash management by reviewing quarterly Federal Financial Report (SF 425) and,
after conferring with the AFRL grants officer, make appropriate adjustments to predetermined
scheduled payments by modifying the agreement.
(vi) Obtain Interim Inventions Reports (DD Form 882)
(vii) Obtain Interim Technical Reports
(b) Upon expiration of agreements:
(1) Obtain final payment request, if any.
(2) Obtain the final Federal Financial Report (SF 425).
(3) Obtain final property report and dispose of Government Property on those assistance awards
containing residual Government Property.
(4) Perform a review of final incurred costs and assist the awarding grants officer in resolving
exceptions, if any, resulting from questioned costs.
(5) Perform cost sharing adjustments, if applicable.
(6) Assure that all refunds due the Government are received.
(7) Notify the grants officer when the final SF270 and/or SF425 indicates an unexpended balance.
(8) Obtain Final Inventions Report (DD Form 882). Negative reports required.
(i) Obtain Patent Clearance from (Insert POC or email address).
FA8650-24-2-XXXX Page 3
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
2.00 TERMINATION (MAR 2015)
(i) The grants officer may terminate this agreement by written notice to the recipient upon a finding that
the recipient has failed to comply with the material provisions of this agreement.
(ii) Additionally, this agreement may be terminated by either party upon written notice to the other party.
Such written notice shall be preceded by consultation between the parties. If the recipient initiates the
termination, written notification shall be provided to the grants officer at least 30 days prior to the
requested effective date. The notification shall state the reasons for the termination, the requested
effective date, and, if a partial termination, the portion to be terminated. If the grants officer
determines, in the case of a partial termination, that the reduced or modified portion of the award will
not accomplish the purpose for which the award was made, the grants officer may terminate the
award in its entirety.
(iii) The Government and the recipient will negotiate in good faith an equitable reimbursement for work
performed toward accomplishment of program goals. The Government will allow full credit to the
recipient for the Government share of the obligations properly incurred by the recipient prior to
termination, and those non-cancelable obligations that remain after the termination. The cost
principles and procedures described in the article entitled "Cost Principles" shall govern all costs
claimed, agreed to, or determined under this article.
(iv) If this agreement is incrementally funded, it may be terminated in the absence of additional
government funding as set forth in the article entitled Incremental Funding.
(v) In the event of a termination, the Government shall have a paid-up Government purpose license in
any subject invention, copyright work and data made or developed under this agreement.
(vi) If this agreement is terminated, the Government has the rights identified in and the recipient shall
comply with the article entitled Closeout, Adjustments, Continuing Responsibilities and Collection.
(vii) Notwithstanding the above, for security or safety reasons or in the case of a serious breach that could
lead to irreparable damage, the grants officer may order immediate suspension of work, in whole or in
part.
2.01 TRAFFICKING IN PERSONS (MAR 2015)
(a) This award is subject to the requirements of section 106 (g) of the Trafficking Victims Protection Act
of 2000 (22 U.S.C. 7104, as implemented by 2 CFR 175). If the recipient or any subawardee (i)
engages in severe forms of trafficking in persons or has procured a commercial sex act during that
the period of time of the grant or cooperative agreement is in effect or (ii) uses forced labor in the
performance of the grant or cooperative agreement, the Government shall be authorized to terminate
the grant or cooperative agreement without penalty.
2.02 ENFORCEMENT (MAR 2015)
(a) In addition to the remedies identified in the article entitled Termination, the Government may use any
of the remedies identified in 2 CFR 200 § 339 when determined appropriate.
2.03 MODIFICATIONS (MAR 2015)
FA8650-24-2-XXXX Page 4
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(a) Modifications to this agreement may be proposed by either party. Recipient recommendations for any
modifications to this agreement shall be submitted in writing to the Government program manager
before the desired effective date with a copy to the grants officer. The recipient shall detail the
technical, chronological, and financial impact of the proposed modification to the program. Changes
are effective only after the agreement has been modified. Only the grants officer has the authority to
act on behalf of the Government to modify this agreement. If the Government agrees to the proposed
modification without change, the grants officer may issue a modification unilaterally approving the
request.
(b) The grants officer or administrative grants officer may unilaterally issue minor or administrative
agreement modifications (e.g., changes in the paying office or appropriation data, changes to
Government personnel identified in the agreement, etc.).
3.00 TITLE TO PROPERTY (MAR 2015)
(a) Unless otherwise stated in the Award, title to personal property acquired with agreement funds shall
vest in the recipient upon acquisition, except that supplies shall be managed in accordance with 2
CFR 200 § 314. Title to real property shall vest in the recipient subject to conditions contained in 2
CFR 200 §311. The recipient shall dispose of real property in accordance with grants officer
instructions issued pursuant to 2 CFR 200 § 311.
3.01 PROPERTY SYSTEM (MAR 2015)
(a) The recipient's property system shall meet the standards as set forth in 2 CFR 200 § 310 - 316.
3.02 SCOPE AND MANAGEMENT OF THE PROGRAM (MAR 2015)
(a) The Government and the recipient are bound to each other by a duty of good faith and best effort to
achieve the goals of this agreement. This agreement is not intended to be, nor shall it be construed
as, by implication or otherwise, a partnership, a corporation, or other business organization.
(b) The recipient shall perform a coordinated research and development program carried out in
accordance with the Statement of Work entitled, "Collaborative Center for Design and Research
of InterDisciplinary Systems (CC DROIDS) ", dated “DATE”. The recipient shall submit all
documentation required by Part 7, Technical and Financial Reporting.
(c) The recipient shall accomplish the overall management, including technical, programmatic, reporting,
financial and administrative matters, of the coordinated research program. The Government program
manager(s) may interact with the recipient to promote effective collaboration between the recipient
and the Government.
3.03 BASE SUPPORT (MAR 2015)
(a) Base support shall be provided by the Government to the recipient in accordance with this article.
(1) Base support includes Government-controlled working space, material, equipment, services
(including automatic data processing), or other support (excluding use of the Defense Switched
Network (DSN)) which the Government determines can be made available at, or through, any Air
Force installation where this agreement shall be performed.
FA8650-24-2-XXXX Page 5
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(2) Following are installations where base support will be provided: AFRL/RQVC, Facility 20146,
Building 146, Wright-Patterson AFB, OH 45433.
3.04 RECIPIENT ACCESS TO AIR FORCE INSTALLATIONS (OCT 2019)
(a) The recipient shall obtain base identification and vehicle passes, if required, for all personnel who
make frequent visits to or perform work on the Air Force installation(s) cited in the assistance
instrument. Recipient personnel are required to wear or prominently display installation identification
badges or recipient-furnished, recipient identification badges while visiting or performing work on the
installation.
(b) The recipient shall submit a written request on company letterhead to the grants officer listing the
following: assistance instrument number, location of work site, start and stop dates, and names of
employees and subcontractor employees needing access to the base. The letter will also specify the
individual(s) authorized to sign for a request for base identification credentials or vehicle passes. The
grants officer will endorse the request and forward it to the issuing base pass and registration office or
Security Forces for processing. When reporting to the registration office, the authorized individual(s)
should provide a valid driver’s license, current vehicle registration, valid vehicle insurance certificate,
to obtain a vehicle pass.
(c) During performance the recipient shall be responsible for obtaining required identification for newly
assigned personnel and for prompt return of credentials and vehicle passes for any employee who no
longer requires access to the work site.
(d) When work under this assistance instrument requires unescorted entry to controlled or restricted
areas, the recipient shall comply with AFI 31-101, Integrated Defense,
and DODMAN5200.02_AFMAN 16-1405, Air Force Personnel Security Program.
(e) Upon completion or termination of the assistance instrument or expiration of the identification passes,
the prime recipient shall ensure that all base identification passes issued to employees and
subcontractor employees are returned to the issuing office.
(f) Failure to comply with these requirements may result in withholding of final payment.
3.05 COMMON ACCESS CARDS (CAC) FOR RECIPIENT PERSONNEL (OCT 2019)
(a) For installation(s)/location(s) cited in the assistance instrument, recipients shall ensure Common
Access Cards (CACs) are obtained by all recipient or subcontract personnel who meet one or both of
the following criteria:
(1) Require logical access to Department of Defense computer networks and systems in either:
(i) the unclassified environment; or
(ii) the classified environment where authorized by governing security directives.
(2) Perform work, which requires the use of a CAC for installation entry control or physical access to
facilities and buildings.
(b) Recipients and their personnel shall use the following procedures to obtain CACs:
FA8650-24-2-XXXX Page 6
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(1) Recipients shall provide a listing of personnel who require a CAC to the grants officer. The
government will provide the recipient instruction on how to complete the Contractor Verification
System (CVS) application and then notify the recipient when approved.
(2) Recipient personnel shall obtain a CAC from the nearest Real Time Automated Personnel
Identification Documentation System (RAPIDS) Issuing Facility (typically the local Military
Personnel Flight (MPF)).
(c) While visiting or performing work on installation(s)/location(s), recipient personnel shall wear or
prominently display the CAC as required by the governing local policy.
(d) During the performance period of the assistance instrument, the recipient shall:
(1) Within 7 working days of any changes to the listing of the assistance instrument personnel
authorized a CAC, provide an updated listing to the grants officer who will provide the updated
listing to the authorizing government official;
(2) Return CACs in accordance with local policy/directives within 7 working days of a change in
status for personnel who no longer require logical or physical access;
(3) Return CACs in accordance with local policy/directives within 7 working days following a CACs
expiration date; and
(4) Report lost or stolen CACs in accordance with local policy/directives.
(e) Within 7 working days following completion/termination of the assistance instrument, the recipient
shall return all CACs issued to their personnel to the issuing office or the location specified by local
policy/directives.
(f) Failure to comply with these requirements may result in withholding of final payment.
3.06 ACCESS TO USAF BASES, AFRL FACILITIES AND/OR U.S. GOVERNMENT INFORMATION
TECHNOLOGY NETWORKS (NOV 2016)
(a) Recipient employees requiring access to USAF bases, AFRL facilities, and/or access to U.S.
Government Information Technology networks in connection with the work on this agreement must be
U.S. citizens. Possession of a permanent resident card (“Green Card”) does not equate to U.S.
citizenship. This requirement does not apply to foreign nationals approved by the U.S. Department of
Defense or U.S. State Department under international personnel exchange agreements with foreign
governments. Any waivers to this requirement must be granted in writing by the Grants Officer prior
to providing access. The above requirements are in addition to any other agreement requirements
related to obtaining a Common Access Card (CAC).
4.00 INCREMENTAL FUNDING (MAR 2015)
(a) In no event is the Government obligated to reimburse the recipient for expenditures in excess of the
total funds allotted by the Government to this agreement. The Government anticipates that from time
to time additional amounts will be allotted to this agreement by unilateral modification, until the total
Government share is fully funded.
(b) If additional funds are not made available, this agreement may be terminated pursuant to the article
entitled Termination. The recipient is not obligated to continue performance or otherwise incur costs
in excess of the amount then allotted to the agreement by the Government or, if this is a cost sharing
FA8650-24-2-XXXX Page 7
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
agreement, the amount then allotted by the Government to the agreement plus the recipient's
corresponding share, until the grants officer notifies the recipient in writing that the amount allotted by
the Government has been increased and specifies an increased amount, which shall then constitute
the total amount allotted by the Government to this agreement. When and to the extent that the
amount allotted by the Government to the agreement is increased, any costs the recipient incurs
before the increase that are in excess of the amount previously allotted by the Government or if this is
a cost-sharing agreement, the amount previously allotted by the Government to the agreement plus
the recipient's corresponding share, shall be allowable to the same extent as if incurred afterward,
unless the grants officer issues a termination or other notice and directs that the increase is solely to
cover termination or other specified expenses.
4.01 PAYMENT-REIMBURSEMENT-WAWF (ONR) (MAR 2015)
(a) The recipient shall request payment by reimbursement by electronically submitting Standard Forms
(SF) 270, Requests for Advance or Reimbursement, through Wide Area Work Flow (WAWF),
https://wawf.eb.mil.
(b) The following codes will be required to route requests and emails correctly through WAWF
AWARD NUMBER: TBD
TYPE OF DOCUMENT: TBD
CAGE CODE: TBD
ISSUED BY DODAAC: TBD
ADMIN DODAAC: TBD
GOVERNMENT PROGRAM MANAGER: TBD
SERVICE ACCEPTOR OFFICE DODAAC: TBD
PAY OFFICE DODAAC: TBD
APPROVAL OFFICE DODAAC: TBD
SEND E-MAIL NOTIFICATIONS for completed SF 270: TBD
(c) WAWF has been designated as the Department of Defense (DoD) standard for electronic invoicing
and payment. To facilitate this effort for universities and non-profit organizations with awards
administered by the Office of Naval Research (ONR) Regional Offices, DoD has established the ONR
Electronic Payment System (PayWeb), https://onronline.onr.navy.mil/payweb/, as an initial entry point
to WAWF. If the recipient participates in the PayWeb system, electronic requests for payment shall be
submitted to the Administrative Grants Officer (AGO) at the Administrative Office in Block TBD of the
award, using the standard PayWeb processes.
(d) Participation in the PayWeb system requires the recipient to obtain an External Certificate Authority
(ECA) certificate from an approved certificate authority for access. Operational Research Consultants
(ORC), http://www.eca.orc.com, and VeriSign, http://www.verisign.com/gov/ieca, are approved ECA
authorities. Questions or requests for technical assistance in implementing certificates should be
addressed to the Navy PKI Help Desk at 1-800-304-4636. The recipient shall contact the AGO at the
Administrative Office in Block TBD of the award for instructions to register and use WAWF/ PayWeb.
(e) Electronic submission of payment requests requires the recipient to register in WAWF and have the
appropriate CAGE code activated. The recipient's System for Award Management (SAM) Electronic
Business Point of Contact (EBPOC) is responsible for activating the CAGE code in WAWF by calling
1-866-618-5988. Once the recipient's CAGE Code is activated, the CCR EBPOC will self-register in
WAWF and follow the instructions for a group administrator. ONR Regional Offices will assist in this
process. The ONR Regional Office is listed as the Administrative Office in Block TBD of the award.
FA8650-24-2-XXXX Page 8
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(f) If the recipient does not participate in the ONR PayWeb system, payment requests may be submitted
electronically via WAWF. The recipient shall contact the AGO at the Administrative Office in Block
TBD of the award for instructions regarding registration in and use of WAWF.
(g) Recipients may also request reimbursement by submitting original SFs 270, Requests for Advance or
Reimbursement, to the Administrative Grants Officer (AGO) with a copy to the AFRL
Grants/Agreements Officer and AFRL Program Manager.
(h) Final payment will be made only after delivery and acceptance of the final report prepared in
accordance with the article entitled TBD.
4.05 PROGRAM INCOME-RESEARCH (MAR 2015)
(a) Any program income earned shall be used in accordance with 2 CFR 200 § 307 as follows:
(1) All program income earned during the project period shall be added to funds committed to the
project by the Government and recipient organization and be used to further eligible program
objectives.
(2) The recipient may deduct costs associated with generating program income from gross income to
determine program income, provided these costs are not charged to the agreement.
(3) The recipient has no obligation to the Government for program income earned after the end of the
project period.
(4) The recipient will have no obligation to the Government for program income earned from license
fees and royalties for copyrighted material, patents, patent applications, trademarks and
inventions produced under the agreement.
4.06 COST PRINCIPLES (MAR 2015)
(a) The cost principles applicable to this agreement are contained in 2 CFR 200, Subpart E, Cost
Principles. 2 CFR 200 describes the cost principles for determining allowability of costs applicable to
lower tier, cost type contracts or awards under this agreement shall be determined by type of entity
receiving the lower tier contract or award.
4.07 STANDARDS FOR FINANCIAL MANAGEMENT (MAR 2015)
(a) The recipient's financial management system shall comply with the standards identified in 2 CFR 200
§ 302.
4.08 AUDIT REQUIREMENTS (MAR 2015)
(a) The recipient shall comply with the audit requirements of 2 CFR 200, Subpart F Audit Requirements.
Subrecipient(s) shall comply with the audit requirements appropriate for the type of entity receiving
the award as required.
4.09 RETENTION AND ACCESS TO RECORDS (MAR 2015)
(a) Recipient's financial records, supporting documents, statistical records, and all other records pertinent
to an award shall be retained and access to them permitted in accordance with 2 CFR 200 § 334-338.
FA8650-24-2-XXXX Page 9
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
4.10 REVISION OF BUDGETS AND PROGRAM PLANS (MAR 2015)
(a) The budget plan is the financial expression of the program as approved during the award process.
The budget includes the sum of the Government cost share and the recipient cost share, if any.
Recipients shall report deviations from budget and program plans and shall request prior approvals
for budget and program plan revisions for all situations listed in 2 CFR 200 § 308.
5.00 CLAIMS, DISPUTES, AND APPEALS (MAR 2015)
(a) General. Parties shall communicate with one another in good faith and in a timely and cooperative
manner when raising issues under this article. Department of Defense (DoD) policy is to resolve
issues through discussions and mutual agreement at the grants officer's level prior to submission of a
claim. Where unassisted negotiations fail to resolve issues in controversy, the parties agree to
consider the use of Alternative Dispute Resolution (ADR) procedures to the maximum extent
practicable.
(b) Alternative Dispute Resolution. ADR should be used whenever practicable as a relatively inexpensive
and expeditious procedure to resolve issues in controversy. ADR is any mutually agreed to voluntary
means of settling issues in controversy without resorting to formal administrative appeals or litigation.
ADR techniques shall be mutually agreed to and may be used at any appropriate time during the
process.
(c) Claims Resolution Process. When a claim cannot be resolved by the parties, the parties agree to use
the procedures identified in DoDGARs 22.815 as the administrative process to resolve claims,
disputes and appeals. For purposes of this article the Grant Appeal Authority will be the applicable
AFRL Technology Director.
(d) Non-exclusivity of Remedies. Nothing in this article is intended to limit a recipient's right to any
remedy under the law.
6.00 INVENTIONS (MAR 2015)
(a) The clause entitled Patent Rights (Small Business Firms and Nonprofit Organizations, (37 CFR
401.14(a)) is hereby incorporated by reference and is modified as follows: replace the word
"contractor" with "recipient"; replace the words "agency," "Federal Agency" and "funding Federal
Agency" with "Government"; replace the word "contract" with "agreement"; delete paragraphs (g)(2),
(g)(3) and the words "to be performed by a small business firm or domestic nonprofit organization"
from paragraph (g)(1). Paragraph (l), Communications, point of contact on matters relating to this
clause will be the servicing Staff Judge Advocate's office.
(b) Interim or final Invention Reports 1) listing subject invention(s) and stating that all subject inventions
have been disclosed, or 2) stating that there are no such inventions, shall be sent to both the
Administrative Grants Officer at the address located in the agreement and to the Grants
Officer/Patent Administrator at det1.afrl.pk.patents@us.af.mil, with a courtesy copy (cc:) to the
government Program Manager/Project Engineer. Please include in the subject line of the e-mail the
contract number followed by the words "Invention Reporting." Also include in the body of the e-mail
the names of the Government Project Engineer/Program Manager and his/her office symbol. The
recipient shall file Invention (Patent) Reports on the DD Form 882, Report of Inventions and
Subcontracts, as of the close of each performance year and at the end of the term for this agreement.
Annual reports are due 90 days after the end of each year of performance and final reports are due
FA8650-24-2-XXXX Page 10
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
90 days after the expiration of the final performance period. Negative reports are also required
annually.
(c) The DD Form 882 may also be used for the notification of any subaward(s) for experimental,
developmental or research work which contain a "Patent Rights" clause, with a cc: to the government
Program Manager/Project Engineer.
(d) All other notifications (e.g., disclosure of each subject invention to the grants officer within 2 months
after the inventor discloses it) shall also be sent to the e-mail address above, with a cc: to the
government Program Manager/Project Engineer.
(e) This provision also constitutes the request for the following information for any subject invention for
which the recipient has retained ownership: 1) the filing date, 2) serial number and title, 3) a copy of
the patent application and 4) patent number and issue date. Submittal shall be to the grants officer /
patent administrator e-mail address listed above, with a cc: to the government Program
Manager/Project Engineer.
6.01 DATA RIGHTS (MAR 2015)
(a) All rights and title to data, as defined in 48 CFR 27.401, generated under this agreement shall vest in
the recipient.
(b) Assertion of copyright.
(1) The recipient may assert copyright in any work that is eligible for copyright protection if the
recipient acquires ownership of it under this award, either by developing it or otherwise.
(2) With respect to any work in which you assert copyright, DoD reserves a royalty-free, nonexclusive
and irrevocable license to:
(i) Reproduce, publish, or otherwise use the work for Federal Government purposes; and
(ii) Authorize others to reproduce, publish, or otherwise use the work for Federal Government
purposes.
(c) Data produced under the award.
(1) The Federal Government has the right to:
(i) Obtain, reproduce, publish, or otherwise use the data produced under this award; and
(ii) Authorize others to receive, reproduce, publish, or otherwise use the data produced under
this award for Federal Government purposes.
(d) The recipient is responsible for affixing appropriate markings indicating rights on all data delivered
under the agreement. The Government will have unlimited rights in all data delivered without
markings.
(e) The recipient shall include this article, suitably modified to identify the parties, in all lower tier
contracts and awards, regardless of tier, for experimental, developmental, or research work.
(f) When the intangible property is no longer needed for the originally authorized purpose, the recipient
must contact the awarding office to arrange for disposition in accordance with the procedures
specified in 2 CFR 200-313(e).
FA8650-24-2-XXXX Page 11
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
7.00 INTERIM PERFORMANCE REPORTS (MAR 2015)
(a) Recipients shall submit Interim Performance Reports in accordance with this article and 2 CFR 200 §
329. The recipient may submit reports in electronic form.
(b) Content: Reports shall detail technical progress to date and report on all problems, technical issues,
or major developments that arose during the reporting period. The reports shall discuss each of the
topics listed below:
(1) A comparison of actual accomplishments with the goals and objectives established for the period,
the findings of the investigator, or both.
(2) Reasons why established goals were not met, if appropriate.
(3) Other pertinent information including analysis and an explanation of cost overruns.
(c) Submission: The recipient shall submit Interim Performance Reports quarterly within 30 days after
completion of the reporting period throughout the term of the agreement. The first period begins on
the effective date of the agreement. The recipient shall submit one copy of the Interim Performance
Report to:
(1) AFRL program manager;
(2) Grants Officer;
(3) administrative grants officer, and
(4) any other sponsoring agency program manager if applicable.
(d) Mark all data delivered with the following statement: DISTRIBUTION STATEMENT A. Distribution is
approved for public release, distribution is unlimited.
7.01 FINANCIAL REPORTS- REIMBURSEMENT (MAR 2015)
(a) The recipient shall submit the Federal Financial Report (SF 425) on a cash basis within 30 days
following the end of each quarterly reporting period (March 31, June 30, September 30, December
31), and within 90 days following the completion of the agreement. Grant and cooperative agreement
recipients that are domestic institutions of higher education must complete the optional fields 11.a
through 11.f, "Indirect Expense" on the final Federal Financial Report that it submits after the end of
the project period under the award. One copy of each report shall be submitted to:
(1) the Administrative Grants Officer;
(2) AFRL Grants Officer;
(3) AFRL Program Manager; and
(4) any other Program Manager identified in the Award.
7.02 PUBLISHING PROJECT RESULTS (MAR 2015)
FA8650-24-2-XXXX Page 12
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(a) Publications. The recipient is expected to publish or otherwise make publicly available the results of
the work conducted under this award. One copy of all publications resulting from the project shall be
forwarded to the AFRL program manager as it becomes available.
(b) An acknowledgment of awarding agency's support shall appear in the publication of any material,
whether copyrighted or not. The acknowledgement shall read: "This material is based on research
sponsored by TBD under agreement number TBD. The U.S. Government is authorized to reproduce
and distribute reprints for Governmental purposes notwithstanding any copyright notation thereon."
(c) The recipient is responsible for assuring that every publication of material based on or developed
under this project contains the following disclaimer: "The views and conclusions contained herein are
those of the authors and should not be interpreted as necessarily representing the official policies or
endorsements, either expressed or implied, of TBD or the U.S. Government."
7.03 FINAL PERFORMANCE REPORT (MAR 2015)
(a) Recipients shall submit the Final Performance Report in accordance with this article and 2 CFR 200 §
329. All publications shall contain the notice included in the article entitled Publishing Project Results.
(1) Content: The Final Performance Report will provide a comprehensive, cumulative, and
substantive summary of the progress and significant accomplishments achieved during the period
covered by the agreement. Each of the topics listed in the article entitled Interim Performance
Reports shall be addressed as appropriate. Publications may be bound and attached as
appendices.
(2) Format: Submit the Final Performance Report in the following format:
(i) Prepare the Cover/Title Page by completing the Standard Form (SF) 298, Report
Documentation Page. In Item 13 include a 100 to 200 word abstract summarizing technical
progress during the reporting period. Style is to be third person singular using past tense.
Jargon, special symbols or notations, subscripts, mathematical symbols or foreign alphabet
letters are not permitted. All pages should be of good quality for copying purposes.
(ii) The report shall be prepared in accordance with American National Standard Institute
document ANSI/NISO Z39.18-1995, Scientific and Technical Reports - Elements,
Organization, and Design which may be obtained from:
NISO Press Fulfillment Center
PO Box 451
Annapolis Junction MD 20701-0451
http://www.niso.org
(iii) Submission. The recipient shall submit the Final Performance Report (with letter of
transmittal), in the original (camera ready) and TBD copies, to TBD within 90 days after
completion of the agreement with one electronic copy in MS Word compatible format. Submit
one copy of the report to any other program manager identified as other sponsoring agency
personnel. Also, provide one copy each of the transmittal letter to:
(A) TBD and
(B) Administrative grants officer.
(b) Mark all data delivered with the following statement: TBD
FA8650-24-2-XXXX Page 13
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
7.04 REPORTING SUBAWARDS AND EXECUTIVE COMPENSATION (MAR 2015)
(a) Reporting of first-tier subawards.
(1) Applicability. Unless you are exempt as provided in paragraph d. of this award term, you must
report each action that obligates $25,000 or more in Federal funds that does not include
Recovery funds (as defined in section 1512(a)(2) of the American Recovery and Reinvestment
Act of 2009, Pub. L. 111-5) for a subaward to an entity (see definitions in paragraph e. of this
award term).
(2) Where and when to report.
(i) You must report each obligating action described in paragraph a.1. of this award term to
http://www.fsrs.gov.
(ii) For subaward information, report no later than the end of the month following the month in
which the obligation was made. (For example, if the obligation was made on November 7,
2010, the obligation must be reported by no later than December 31, 2010.)
(3) What to report. You must report the information about each obligating action that the submission
instructions posted at http://www.fsrs.gov specify.
(b) Reporting Total Compensation of Recipient Executives.
(1) Applicability and what to report. You must report total compensation for each of your five most
highly compensated executives for the preceding completed fiscal year, if-
(i) the total Federal funding authorized to date under this award is $25,000 or more;
(ii) in the preceding fiscal year, you received-
(A) 80 percent or more of your annual gross revenues from Federal procurement contracts
(and subcontracts) and Federal financial assistance subject to the Transparency Act, as
defined at 2 CFR 170.320 (and subawards); and
(B) $25,000,000 or more in annual gross revenues from Federal procurement contracts (and
subcontracts) and Federal financial assistance subject to the Transparency Act, as
defined at 2 CFR 170.320 (and subawards); and
(iii) The public does not have access to information about the compensation of the executives
through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of
1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To
determine if the public has access to the compensation information, see the U.S. Security
and Exchange Commission total compensation filings at
http://www.sec.gov/answers/execomp.htm.)
(2) Where and when to report. You must report executive total compensation described in paragraph
b.1. of this award term:
(i) As part of your registration profile at http://www.sam.gov.
(ii) By the end of the month following the month in which this award is made, and annually
thereafter.
FA8650-24-2-XXXX Page 14
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(c) Reporting of Total Compensation of Subrecipient Executives.
(1) Applicability and what to report. Unless you are exempt as provided in paragraph d. of this award
term, for each first-tier subrecipient under this award, you shall report the names and total
compensation of each of the subrecipient's five most highly compensated executives for the
subrecipient's preceding completed fiscal year, if-
(i) in the subrecipient's preceding fiscal year, the subrecipient received
(A) 80 percent or more of its annual gross revenues from Federal procurement contracts
(and subcontracts) and Federal financial assistance subject to the Transparency Act, as
defined at 2 CFR 170.320 (and subawards); and
(B) $25,000,000 or more in annual gross revenues from Federal procurement contracts (and
subcontracts), and Federal financial assistance subject to the Transparency Act (and
subawards); and
(ii) The public does not have access to information about the compensation of the executives
through periodic reports filed under section 13(a) or 15(d) of the Securities Exchange Act of
1934 (15 U.S.C. 78m(a), 78o(d)) or section 6104 of the Internal Revenue Code of 1986. (To
determine if the public has access to the compensation information, see the U.S. Security
and Exchange Commission total compensation filings at
http://www.sec.gov/answers/execomp.htm.)
(2) Where and when to report. You must report subrecipient executive total compensation described
in paragraph c.1. of this award term:
(i) To the recipient.
(ii) By the end of the month following the month during which you make the subaward. For
example, if a subaward is obligated on any date during the month of October of a given year
(i.e., between October 1 and 31), you must report any required compensation information of
the subrecipient by November 30 of that year.
(d) Exemptions: If, in the previous tax year, you had gross income, from all sources, under $300,000, you
are exempt from the requirements to report:
(1) Subawards, and
(2) The total compensation of the five most highly compensated executives of any subrecipient.
(e) Definitions. For purposes of this award term:
(1) Entity means all of the following, as defined in 2 CFR part 25:
(i) A Governmental organization, which is a State, local government, or Indian tribe;
(ii) A foreign public entity;
(iii) A domestic or foreign nonprofit organization;
(iv) A domestic or foreign for-profit organization;
(v) A Federal agency, but only as a subrecipient under an award or subaward to a non-Federal
entity.
FA8650-24-2-XXXX Page 15
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(2) Executive means officers, managing partners, or any other employees in management positions.
(3) Subaward:
(i) This term means a legal instrument to provide support for the performance of any portion of
the substantive project or program for which you received this award and that you as the
recipient award to an eligible subrecipient.
(ii) A subaward may be provided through any legal agreement, including an agreement that you
or a subrecipient considers a contract.
(4) Subrecipient means an entity that:
(A) Receives a subaward from you (the recipient) under this award; and
(ii) Is accountable to you for the use of the Federal funds provided by the subaward.
(5) Total compensation means the cash and noncash dollar value earned by the executive during the
recipient's or subrecipient's preceding fiscal year and includes the following (for more information
see 17 CFR 229.402(c)(2)):
(A) Salary and bonus.
(B) Awards of stock, stock options, and stock appreciation rights. Use the dollar amount
recognized for financial statement reporting purposes with respect to the fiscal year in
accordance with the Statement of Financial Accounting Standards No. 123 (Revised 2004)
(FAS 123R), Shared Based Payments.
(iii) Earnings for services under non-equity incentive plans. This does not include group life,
health, hospitalization or medical reimbursement plans that do not discriminate in favor of
executives, and are available generally to all salaried employees.
(iv) Change in pension value. This is the change in present value of defined benefit and actuarial
pension plans.
(v) Above-market earnings on deferred compensation which is not tax-qualified.
(vi) Other compensation, if the aggregate value of all such other compensation (e.g., severance,
termination payments, value of life insurance paid on behalf of the employee, perquisites or
property) for the executive exceeds $10,000.
7.05 DISCLOSURE OF INFORMATION (MAR 2015)
(a) The Recipient shall not release to anyone outside the Recipient's organization any unclassified
information, regardless of medium (e.g., film, tape, document, media announcements, etc.),
pertaining to any part of this agreement or any program related to this agreement unless-
(1) The Agreements Officer has given prior written approval; or
(2) The information is otherwise in the public domain before the date of release.
FA8650-24-2-XXXX Page 16
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(b) Requests for approval shall identify the specific information to be released, the medium to be used,
and the purpose for the release. The Recipient shall submit its request to the Agreements Officer at
least 65 days before the proposed date for release.
(c) The Recipient agrees to include a similar requirement in each sub-agreement under this agreement.
Subrecipients shall submit requests for authorization to release through the prime Recipient to the
Agreements Officer.
7.06 REPORTING OF MATTERS RELATED TO RECIPIENT INTEGRITY AND PERFORMANCE (DEC
2015)
(a) General Reporting Requirement
(1) If the total value of your currently active grants, cooperative agreements, and procurement
contracts from all Federal awarding agencies exceeds $10,000,000 for any period of time during
the period of performance of this Federal award, then you as the recipient during that period of
time must maintain the currency of information reported to the System for Award Management
(SAM) that is made available in the designated integrity and performance system (currently the
Federal Awardee Performance and Integrity Information System (FAPIIS)) about civil, criminal, or
administrative proceedings described in paragraph 2 of this award term and condition. This is a
statutory requirement under section 872 of Public Law 110-417, as amended (41 U.S.C. 2313).
As required by section 3010 of Public Law 111-212, all information posted in the designated
integrity and performance system on or after April 15, 2011, except past performance reviews
required for Federal procurement contracts, will be publicly available.
(b) Proceedings About Which You Must Report:
(1) Submit the information required about each proceeding that:
(i) Is in connection with the award or performance of a grant, cooperative agreement, or
procurement contract from the Federal Government;
(ii) Reached its final disposition during the most recent five year period; and
(iii) Is one of the following:
(A) A criminal proceeding that resulted in a conviction, as defined in paragraph 5 of this
award term and condition;
(B) A civil proceeding that resulted in a finding of fault and liability and payment of a
monetary fine, penalty, reimbursement, restitution, or damages of $5,000 or more;
(C) An administrative proceeding, as defined in paragraph 5. of this award term and
condition, that resulted in a finding of fault and liability and your payment of either a
monetary fine or penalty of $5,000 or more or reimbursement, restitution, or damages in
excess of $100,000; or
(D) Any other criminal, civil, or administrative proceeding if:
1. It could have led to an outcome described in paragraph 2.c.(1), (2), or (3) of this
award term and condition;
2. It had a different disposition arrived at by consent or compromise with an
acknowledgment of fault on your part; and
FA8650-24-2-XXXX Page 17
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
3. The requirement in this award term and condition to disclose information about the
proceeding does not conflict with applicable laws and regulations.
(c) Reporting Procedures
(1) Enter in the SAM Entity Management area the information that SAM requires about each
proceeding described in paragraph 2 of this award term and condition. You do not need to submit
the information a second time under assistance awards that you received if you already provided
the information through SAM because you were required to do so under Federal procurement
contracts that you were awarded.
(d) Reporting Frequency
(1) During any period of time when you are subject to the requirement in paragraph 1 of this award
term and condition, you must report proceedings information through SAM for the most recent
five year period, either to report new information about any proceeding(s) that you have not
reported previously or affirm that there is no new information to report. Recipients that have
Federal contract, grant, and cooperative agreement awards with a cumulative total value greater
than $10,000,000 must disclose semiannually any information about the criminal, civil, and
administrative proceedings.
(e) Definitions
(1) For purposes of this award term and condition:
(i) Administrative proceeding means a non-judicial process that is adjudicatory in nature in order
to make a determination of fault or liability (e.g., Securities and Exchange Commission
Administrative proceedings, Civilian Board of Contract Appeals proceedings, and Armed
Services Board of Contract Appeals proceedings). This includes proceedings at the Federal
and State level but only in connection with performance of a Federal contract or grant. It does
not include audits, site visits, corrective plans, or inspection of deliverables.
(ii) Conviction, for purposes of this award term and condition, means a judgment or conviction of
a criminal offense by any court of competent jurisdiction, whether entered upon a verdict or a
plea, and includes a conviction entered upon a plea of nolo contendere.
(iii) Total value of currently active grants, cooperative agreements, and procurement contracts
includes—
(A) Only the Federal share of the funding under any Federal award with a recipient cost
share or match; and
(B) The value of all expected funding increments under a Federal award and options, even if
not yet exercised.
7.07 SOFTWARE (JUL 2023)
(a) All software developed as part of this effort will be subject to the same data rights requirements as
outlined in Section 6.01.
8.00 PROCUREMENT SYSTEM (MAR 2015)
FA8650-24-2-XXXX Page 18
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(a) The recipient's procurement system shall comply with the standards contained in 2 CFR 200 § 317-
326.
8.01 CLOSEOUT, ADJUSTMENT, CONTINUING RESPONSIBILITIES AND COLLECTION--
REIMBURSEMENT (MAR 2015)
(i) Closeout, adjustment and collection of amounts due shall be accomplished in accordance with 2 CFR
200 § 343, 344, and Subpart F. Final payment cannot be made, nor can the agreement be closed out
until the recipient delivers to the Government all disclosures of subject inventions required by this
agreement, an acceptable final report pursuant to the article entitled Final Performance Report, and
all confirmatory instruments. The grants officer may make a settlement for any downward
adjustments to the Federal share of costs after closeout reports are received.
8.02 USING TECHNICAL INFORMATION RESOURCES (MAR 2015)
(a) To the extent practical, the recipient shall use the technical information resources of the Defense
Technical Information Center (DTIC) and other Government or private facilities to investigate recent
and on-going research and avoid needless duplication of scientific and engineering effort.
8.03 SYSTEM FOR AWARD MANAGEMENT AND UNIQUE ENTITY IDENTIFIER REQUIREMENTS
(MAR 2022)
(a) Requirement for System for Award Management (SAM): Unless you are exempted from this
requirement under 2 CFR 25.110, you as the recipient must:
(1) Maintain the currency of your information in the system the Federal Government specifies as the
repository for information about its business partners (currently SAM). This includes information
on your immediate and highest level owner and subsidiaries, as well as on all of your
predecessors that have been awarded a Federal contract or Federal financial assistance within
the last three years, if applicable.
(2) You must maintain the information in that system until you submit the final financial report
required under this award or receive the final payment, whichever is later.
(3) You must review and update the information at least annually after your initial registration in the
system and more frequently if required by changes in your information or another Federal award
term.
(b) Requirement for Unique Entity Identifier (UEI): If you are authorized to make subawards under this
award, you:
(1) Must notify potential subrecipients that no entity (see definition in paragraph C of this award term)
may receive a subaward from you unless the entity has provided its UEI to you.
(2) May not make a subaward to an entity unless the entity has provided its UEI to you.
(c) Definitions: For purposes of this award term:
(1) System for Award Management (SAM) means the Federal repository into which a recipient must
provide information required for the conduct of business as a recipient. Additional information
FA8650-24-2-XXXX Page 19
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
about registration procedures may be found at the SAM Internet site (currently at
http://www.sam.gov ).
(2) Unique Entity Identifier means the identifier required for System for Award Management
registration to uniquely identify entities with which the Federal Government does business.
(3) Entity, as it is used in this award term, means all of the following, as defined in paragraph C.3 of
appendix A to OMB guidance in 2 CFR part 25. Entity includes:
(i) Non-Federal entities as defined at 2 CFR 200.1, which means a State, local
government, Indian tribe, Institution of Higher Education (IHE), or nonprofit
organization that carries out a Federal award as a recipient or subrecipient.
(ii) A foreign organization;
(iii) A foreign public entity;
(iv) A domestic for-profit organization; and
(v) A Federal agency.
(4) Subaward means an award provided by a pass-through entity to a subrecipient for the
subrecipient to carry out part of a Federal award received by the pass-through entity. It does not
include payments to a contractor or payments to an individual that is a beneficiary of a Federal
program. A subaward may be provided through any form of legal agreement, including an
agreement that the pass-through entity considers a contract.
(5) Subrecipient means an entity, usually but not limited to non-Federal entities, that receives a
subaward from a pass-through entity to carry out part of a Federal award; but does not include an
individual that is a beneficiary of such award. A subrecipient may also be a recipient of other
Federal awards directly from a Federal awarding agency.
9.00 NONDISCRIMINATION NATIONAL POLICY REQUIREMENTS (SEPTEMBER 2017)
(a) By signing this award or accepting funds under this award, you assure that you will comply with
applicable provisions of the national policies prohibiting discrimination:
(1) On the basis of race, color, or national origin, in Title VI of the Civil Rights Act of 1964 (42 U.S.C.
2000d et seq.), as implemented by Department of Defense (DoD) regulations at 32 CFR part 195.
(2) On the basis of gender, blindness, or visual impairment, in Title IX of the Education Amendments
of 1972 (20 U.S.C. 1681 et seq.), as implemented by DoD regulations at 32 CFR part 196.
(3) On the basis of age, in the Age Discrimination Act of 1975 (42 U.S.C. 6101 et seq.), as
implemented by Department of Health and Human Services regulations at 45 CFR part 90.
(4) On the basis of disability, in the Rehabilitation Act of 1973 (29 U.S.C. 794), as implemented by
Department of Justice regulations at 28 CFR part 41 and DoD regulations at 32 CFR part 56.
(5) On the basis of disability in the Architectural Barriers Act of 1968 (42 U.S.C. 4151 et seq.) related
to physically handicapped persons’ ready access to, and use of, buildings and facilities for which
Federal funds are used in design, construction, or alteration.
FA8650-24-2-XXXX Page 20
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
9.01 ENVIRONMENTAL NATIONAL POLICY REQUIREMENTS (JANUARY 2021)
(a) You must comply with all applicable Federal environmental laws and regulations. The laws and
regulations identified in this section are not intended to be a complete list.
(b) Comply with applicable provisions of the Clean Air Act (42 U.S.C. 7401, et seq.) and Clean Water Act
(33 U.S.C. 1251, et seq.).
(c) Comply with applicable provisions of the Lead-Based Paint Poisoning Prevention Act (42 U.S.C.
4821-4846), as implemented by the Department of Housing and Urban Development at 24 CFR part
35. The requirements concern lead-based paint in buildings owned by the Federal Government or
housing receiving Federal assistance.
(d) Immediately identify to us, as the Federal awarding agency, any potential impact that you find this
award may have on:
(1) The quality of the “human environment”, as defined in 40 CFR 1508.14, including wetlands; and
provide any help we may need to comply with the National Environmental Policy Act (NEPA, at
42 U.S.C. 4321 et seq.), the regulations at 40 CFR 1500-1508, and Executive Order 12114, if
applicable; and assist us to prepare Environmental Impact Statements or other environmental
documentation. In such cases, you may take no action that will have an environmental impact
(e.g., physical disturbance of a site such as breaking of ground) or limit the choice of reasonable
alternatives to the proposed action until we provide written notification of Federal compliance with
NEPA or Executive Order 12114.
(2) Flood-prone areas, and provide any help we may need to comply with the National Flood
Insurance Act of 1968, as amended by the Flood Disaster Protection Act of 1973 (42 U.S.C. 4001
et seq.), which require flood insurance, when available, for federally assisted construction or
acquisition in flood-prone areas.
(3) A land or water use or natural resource of a coastal zone that is part of a federally approved State
coastal zone management plan and provide any help we may need to comply with the Coastal
Zone Management Act of 1972 (16 U.S.C. 1451, et seq.) including preparation of a Federal
agency Coastal Consistency Determination.
(4) Coastal barriers along the Atlantic and Gulf coasts and Great Lakes’ shores, and provide help we
may need to comply with the Coastal Barrier Resources Act (16 U.S.C. 3501 et seq.), concerning
preservation of barrier resources.
(5) Any existing or proposed component of the National Wild and Scenic Rivers system, and provide
any help we may need to comply with the Wild and Scenic Rivers Act of 1968 (16 U.S.C. 1271 et
seq.).
(6) Underground sources of drinking water in areas that have an aquifer that is the sole or principal
drinking water source and in whellhead protection areas, and provide any help we may need to
comply with the Safe Drinking Water Act (42 U.S.C. 300f et seq.).
(e) You must comply fully with the Endangered Species Act of 1973, as amended (ESA, at 16 U.S.C.
1531 et seq.), and implementing regulations of the Departments of the Interior (50 CFR parts 10-24)
and Commerce (50 CFR parts 217-227). You also must provide any help we may need in complying
with the consultation requirements of ESA section 7 (16 U.S.C. 1536) applicable to Federal agencies
or any regulatory authorization we may need resulting from performance under this award. This is not
in lieu of responsibilities you have to comply with provisions of the Act that apply directly to you as a
U.S. entity, independent of receiving this award.
FA8650-24-2-XXXX Page 21
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(f) You must fully comply with the Marine Mammal Protection Act of 1972, as amended (MMPA, at 16
U.S.C. 1361 et seq.) and provide any assistance we may need in obtaining any required MMPA
permit resulting from performance under this award.
9.04 OTHER NATIONAL POLICY REQUIREMENTS (SEPTEMBER 2021)
(a) Debarment and suspension. You 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 your principals under this award, as well as requirements concerning your
procurement transactions and subawards.
(b) Drug-free workplace. You must comply with drug-free workplace requirements in Subpart B of 2 CFR
part 182, which is the DoD implementation of 41 U.S.C. chapter 81, “Drug-Free Workplace.”
(c) Lobbying.
(1) You must comply with the restrictions on lobbying in 31 U.S.C. 1352, as implemented by DoD at
32 CFR part 28, and submit all disclosures required by that statute and regulation.
(2) You must comply with the prohibition in 18 U.S.C. 1913 on the use of Federal funds, absent
express Congressional authorization, to pay directly or indirectly for any service, advertisement or
other written matter, telephone communication, or other device intended to influence at any time
a Member of Congress or official of any government concerning any legislation, law, policy,
appropriation, or ratification.
(3) If you are a nonprofit organization described in section 501(c)(4) of title 26, United States Code
(the Internal Revenue Code of 1968), you may not engage in lobbying activities as defined in the
Lobbying Disclosure Act of 1995 (2 U.S.C., chapter 26). If we determine that you have engaged
in lobbying activities, we will cease all payments to you under this and other awards and
terminate the awards unilaterally for material failure to comply with the award terms and
conditions.
(d) Officials not to benefit. You must comply with the requirement that no member of Congress shall be
admitted to any share or part of this award, or to any benefit arising from it, in accordance with 41
U.S.C. 6306.
(e) Hatch Act. If applicable, you must comply with the provisions of the Hatch Act (5 U.S.C. 1501-1508)
concerning political activities of certain State and local government employees, as implemented by
the Office of Personnel Management at 5 CFR part 151, which limits political activity of employees or
officers of State or local governments whose employment is connected to an activity financed in
whole or part with Federal funds.
(f) Native American graves protection and repatriation. If you control or possess Native American
remains and associated funerary objects, you must comply with the requirements of 43 CFR part 10,
the Department of the Interior implementation of the Native American Graves Protection and
Repatriation Act of 1990 (25 U.S.C., chapter 32).
(g) Fly America Act. You must comply with the International Air Transportation Fair Competitive Practices
Act of 1974 (49 U.S.C. 40118), commonly referred to as the “Fly America Act,” and implementing
regulations at 41 CFR 301-10.131 through 301-10.143. The law and regulations require that U.S.
Government financed international air travel of passengers and transportation of personal effects or
property must use a U.S. Flag air carrier or be performed under a cost-sharing arrangement with a
U.S. carrier, if such service is available.
FA8650-24-2-XXXX Page 22
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(h) Use of United States-flag vessels. You must comply with the following requirements of the
Department of Transportation at 46 CFR 381.7, in regulations implementing the Cargo Preference Act
of 1954:
(1) Pursuant to Public Law 83-664 (46 U.S.C. 55305), at least 50 percent of any equipment,
materials or commodities procured, contracted for or otherwise obtained with funds under this
award, and which may be transported by ocean vessel, must be transported on privately owned
United States flag commercial vessels, if available.
(2) Within 20 days following the date of loading for shipments originating within the United States or
within 30 working days following the date of loading for shipments originating outside the United
States, a legible copy of a rated, “on-board” commercial ocean bill-of-lading in English for each
shipment of cargo described in paragraph 8.a. of this section must be furnished to both our award
administrator (through you in the case of your contractor’s bill-of-lading) and to the Division of
National Cargo, Office of Market Development, Maritime Administration, Washington, DC 20590.
(i) Research misconduct. You must comply with requirements concerning research misconduct in
Enclosure 4 to DoD Instruction 3210.7, “Research Integrity and Misconduct.” The Instruction
implements the Government wide research misconduct policy that the Office of Science and
Technology Policy published in the Federal Register (65 FR 76260, December 6, 2000, available
through the U.S. Government Printing Office web site:
http://www.gpo.gov/fdsys/browse/collection.action?collectionCode=FR).
(j) Requirements for an Institution of Higher Education Concerning Military Recruiters and Reserve
Officers Training Corps (ROTC).
(1) As a condition for receiving funds available to the DoD under this award, you agree that you are
not an institution of higher education (as defined in 32 CFR part 216) that has a policy or practice
that either prohibits, or in effect prevents:
(i) The Secretary of a Military Department from maintaining, establishing, or operating a unit of
the Senior Reserve Officers Training Corps (ROTC)—-in accordance with 10 U.S.C. 654 and
other applicable Federal laws—-at that institution (or any sub element of that institution);
(ii) Any student at that institution (or any sub element of that institution) from enrolling in a unit of
the Senior ROTC at another institution of higher education.
(iii) The Secretary of a Military Department or Secretary of Homeland Security from gaining
access to campuses, or access to students (who are 17 years of age or older) on campuses,
for purposes of military recruiting in a manner that is at least equal in quality and scope to the
access to campuses and to students that is provided to any other employer; or
(iv) Access by military recruiters for purposes of military recruiting to the names of students (who
are 17 years of age or older and enrolled at that institution or any sub element of that
institution); their addresses, telephone listings, dates and places of birth, levels of education,
academic majors, and degrees received; and the most recent educational institutions in
which they were enrolled.
(2) If you are determined, using the procedures in 32 CFR part 216, to be such an institution of
higher education during the period of performance of this award, we:
(i) Will cease all payments to you of DoD funds under this award and all other DoD grants and
cooperative agreements; and
FA8650-24-2-XXXX Page 23
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(ii) May suspend or terminate those awards unilaterally for material failure to comply with the
award terms and conditions.
(k) Historic preservation. You must identify to us any:
(1) Property listed or eligible for listing on the National Register of Historic Places that will be affected
by this award, and provide any help we may need, with respect to this award, to comply with
section 106 of the National Historic Preservation Act of 1966 (54 U.S.C. 306108), as implemented
by the Advisory Council on Historic Preservation regulations at 36 CFR part 800 and Executive
Order 11593, “Identification and Protection of Historic Properties,” [3 CFR, 1971- 1975 Comp., p.
559]. Impacts to historical properties are included in the definition of “human environment” that
require impact assessment under NEPA (See Article 19.01).
(2) Potential under this award for irreparable loss or destruction of significant scientific, prehistorical,
historical, or archeological data, and provide any help we may need, with respect to this award, to
comply with the Archaeological and Historic Preservation Act of 1974 (54 U.S.C. chapter 3125).
(l) Relocation and real property acquisition. You must comply with applicable provisions of 49 CFR part
24, which implements the Uniform Relocation Assistance and Real Property Acquisition Policies Act
of 1970 (42 U.S.C. 4601, et seq.) and provides for fair and equitable treatment of persons displaced
by federally assisted programs or persons whose property is acquired as a result of such programs.
(m) Confidentiality of patient records. You must keep confidential any records that you maintain of the
identity, diagnosis, prognosis, or treatment of any patient in connection with any program or activity
relating to substance abuse education, prevention, training, treatment, or rehabilitation that is assisted
directly or indirectly under this award, in accordance with 42 U.S.C. 290dd-2.
(n) Pro-Children Act. You must comply with applicable restrictions in the Pro-Children Act of 1994 (Title
20, Chapter 68, subchapter X, Part B of the U.S. Code) on smoking in any indoor facility:
(1) Constructed, operated, or maintained under this award and used for routine or regular provision
of kindergarten, elementary, or secondary education or library services to children under the age
of 18.
(2) Owned, leased, or contracted for and used under this award for the routine provision of federally
funded health care, day care, or early childhood development (Head Start) services to children
under the age of 18.
(o) Constitution Day. You must comply with Public Law 108-447, Div. J, Title I, section 111 (36 U.S.C.
106 note), which requires each educational institution receiving Federal funds in a Federal fiscal year
to hold an educational program on the United States Constitution on September 17th during that year
for the students served by the educational institution.
(p) Trafficking in persons. You must comply with requirements concerning trafficking in persons specified
in the award term at 2 CFR 175.15(b), as applicable.
(q) Whistleblower protections. You must comply with 10 U.S.C. 2409, including the:
(1) Prohibition on reprisals against employees disclosing certain types of information to specified
persons or bodies; and
(2) Requirement to notify your employees in writing, in the predominant native language of the
workforce, of their rights and protections under that statute.
FA8650-24-2-XXXX Page 24
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(r) Section 889 of the National Defense Authorization Act (NDAA) for Fiscal Year (FY) 2019 (Public Law
115-232) prohibits the head of an executive agency from obligating or expending loan or grant funds
to procure or obtain, extend, or renew a contract to procure or obtain, or enter into a contract (or
extend or renew a contract) to procure or obtain the equipment, services, or systems prohibited
systems as identified in section 889 of the NDAA for FY 2019.
(1) In accordance with 2 CFR 200.216 and 200.471, all awards that are issued on or after August 13,
2020, recipients and subrecipients are prohibited from obligating or expending loan or grant funds
to:
(i) Procure or obtain;
(ii) Extend or renew a contract to procure or obtain; or
(iii) Enter into a contract (or extend or renew a contract) to procure or obtain equipment, services,
or systems that uses covered telecommunications equipment or services as a substantial or
essential component of any system, or as critical technology as part of any system. As
described in Public Law 115-232, section 889, covered telecommunications equipment is
telecommunications equipment produced by Huawei Technologies Company or ZTE
Corporation (or any subsidiary or affiliate of such entities).
(A) For the purpose of public safety, security of government facilities, physical security
surveillance of critical infrastructure, and other national security purposes, video
surveillance and telecommunications equipment produced by Hytera Communications
Corporation, Hangzhou Hikvision Digital Technology Company, or Dahua Technology
Company (or any subsidiary or affiliate of such entities).
(B) Telecommunications or video surveillance services provided by such entities or using
such equipment.
(C) Telecommunications or video surveillance equipment or services produced or provided
by an entity that the Secretary of Defense, in consultation with the Director of the National
Intelligence or the Director of the Federal Bureau of Investigation, reasonably believes to
be an entity owned or controlled by, or otherwise connected to, the government of a
covered foreign country.
(2) In implementing the prohibition under Public Law 115-232, section 889, subsection (f), paragraph
(1), heads of executive agencies administering loan, grant, or subsidy programs shall prioritize
available funding and technical support to assist affected businesses, institutions and
organizations as is reasonably necessary for those affected entities to transition from covered
communications equipment and services, to procure replacement equipment and services, and to
ensure that communications service to users and customers is sustained.
(3) See Public Law 115-232, section 889 for additional information.
COVERED FOREIGN COUNTRY means the People’s Republic of China.
TELECOMMUNICATIONS COST means the cost of using communication and telephony technologies
such as mobile phones, land lines, and internet.
(s) Disclosure Requirements for Recipients of Department of Defense Research and Development
Funds.
(1) Except at provided in subsection (b) and (c), an individual or entity (including a State or local
government) that uses funds received from the Department of Defense to carry out research or
FA8650-24-2-XXXX Page 25
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
development activities shall include, in any public document pertaining to such activities, a clear
statement indicating the dollar amount of the funds received from the Department for such
activities.
(2) Exception.--The disclosure requirement under subsection (a) shall not apply to a public document
consisting of fewer than 280 characters.
(3) Waiver.--The Secretary of Defense may waive the disclosure requirement under subsection (a)
on a case-by-case basis.
(4) Public Document Defined.--In this section, the term `public document' means any document or
other written statement made available for public reference or use, regardless of whether such
document or statement is made available in hard copy or electronic format.
9.05 ADDITIONAL REQUIREMENTS – NATIONAL POLICY REQUIREMENTS.
(a) Prohibition on Using Funds under Grants and Cooperative Agreements with Entities that Require
Certain Internal Confidentiality Agreements.
(1) You may not require your 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 them 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.
(2) You must notify your employees, contractors, and subrecipients that the prohibitions and
restrictions of any internal confidentiality agreements inconsistent with paragraph a. of this award
provision are no longer in effect.
(3) The prohibition in paragraph 1.a. of this section 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.
(4) If the Federal Government determines that you are not in compliance with this award provision, it:
(i) Will prohibit your use of funds under this award, in accordance with section 743 of Division E
of the Consolidated and Further Continuing Resolution Appropriations Act, 2015, (Public Law
113-235) or any successor provision of law; and
(ii) May pursue other remedies available for your material failure to comply with award terms and
conditions.
(b) Prohibition on a ByteDance Covered Application.
(1) The grants/agreements officer shall insert the following article, Prohibition on a ByteDance
Covered Application, in all solicitations and awards, unless an exception is granted in accordance
with OMB Memorandum M-23-13.
(2) Prohibition on a ByteDance Covered Application (Jun 2023)
(i) Definitions. As used in this article—
FA8650-24-2-XXXX Page 26
---
FA2391-23-S-2403
PACER BAA
Attachment 3
26 July 2023
(A) Covered application means the social networking service TikTok or any successor
application or service developed or provided by ByteDance Limited, or an entity owned
by ByteDance Limited.
(B) Information technology, as defined in 40 U.S.C. 11101(6)—
1. Means any equipment or interconnected system or subsystem of equipment, used in
the automatic acquisition, storage, analysis, evaluation, manipulation, management,
movement, control, display, switching, interchange, transmission, or reception of data
or information by the executive agency, if the equipment is used by the executive
agency directly or is used by an awardee under an award with the executive agency
that requires the use—
i. Of that equipment; or
ii. Of that equipment to a significant extent in the performance of a service or
the furnishing of a product;
2. Includes computers, ancillary equipment (including imaging peripherals, input, output,
and storage devices necessary for security and surveillance), peripheral equipment
designed to be controlled by the central processing unit of a computer, software,
firmware and similar procedures, services (including support services), and related
resources; but
3. Does not include any equipment acquired by a Federal awardee incidental to a
Federal award.
(ii) Prohibition. Section 102 of Division R of the Consolidated Appropriations Act, 2023 (Pub. L.
117-328), the No TikTok on Government Devices Act, and its implementing guidance under
Office of Management and Budget (OMB) Memorandum M-23-13, dated February 27, 2023,
“No TikTok on Government Devices” Implementation Guidance, collectively prohibit the
presence or use of a covered application on executive agency information technology,
including certain equipment used by Federal awardee(s). The Awardee is prohibited from
having or using a covered application on any information technology owned or managed by
the Government, or on any information technology used or provided by the Awardee under
this award, including equipment provided by the Awardee’s employees; however, this
prohibition does not apply if the Grants Office/Agreements Officer provides written notification
to the Awardee that an exception has been granted in accordance with OMB Memorandum
M-23-13.
(iii) Subcontracts/Subrecipients. The Awardee shall insert the substance of this article, including
this paragraph (c), in all subawards, including subawards for the acquisition of commercial
products or commercial services.
(End of article)
FA8650-24-2-XXXX Page 27
---
FA2391-23-S-2403 OMB Number: 4040-0001
Attachment 9 Expiration Date: 11/30/2025
RESEARCH & RELATED Senior/Key Person Profile (Expanded)
PROFILE - Project Director/Principal Investigator
Prefix: *First Name: Middle Name:
*Last Name: Suffix:
Position/Title:
Department:
Organization Name:
Division:
*Street1:
Street2:
*City: County/ Parish:
*State: Province:
Country: USA: UNITED STATES Zip / Postal Code:
*Phone Number: Fax Number:
*E-Mail:
Credential, e.g., agency login:
*Project Role: PD/PI Other Project Role Category:
Degree Type:
Degree Year:
*Attach Biographical Sketch Add Attachment Delete Attachment View Attachment
Attach Current & Pending Support Add Attachment Delete Attachment View Attachment
PROFILE - Senior/Key Person 1
Prefix: *First Name: Middle Name:
*Last Name: Suffix:
Position/Title:
Department:
Organization Name:
Division:
*Street1:
Street2:
*City: County/ Parish:
*State: Province:
Country: USA: UNITED STATES Zip / Postal Code:
*Phone Number: Fax Number:
*E-Mail:
Credential, e.g., agency login:
*Project Role: Other Project Role Category:
Degree Type:
Degree Year:
Attach Biographical Sketch Add Attachment Delete Attachment View Attachment
Attach Current & Pending Support Add Attachment Delete Attachment View Attachment
Delete Entry Next Person
To ensure proper performance of this form; after adding 20 additional Senior/ Key Persons; please save your application, close the Adobe
Reader, and reopen it.
---
BAA No. FA2391-23-S-2403
Attachment 10
SECURITY PROGRAM QUESTIONNAIRE
Objective: This questionnaire is used to review the security program and practices of the institutions
receiving research funding.
Intended Audience/User: Completed by collaborators; reviewed by S&T Protection Lead.
Date Submitted: ________________________________________________________________
Applicant Name: _______________________________________________________________
CAGE Code/SCL and level (if applicable): ____________________________________________
Completed by Name: ____________________________________________________________
Position/Title: __________________________________________________________________
1.What are your physical security plans?
2.What information security processes are in place?
3.Where will information for this effort be stored? (examples: computers, cloud, file cabinets, etc.)
4.What procedures are in place for transmission/transportation of information for this effort?
5.What procedures are in place for disposal and destruction of information for this effort?
6.What procedures are in place for reproduction of information for this effort?
7.What safeguards are in place for personnel who can access information for this effort?
8.What is the plan for safeguarding GFE/GFI?
9.What procedures are in place for cybersecurity or network protection?
10.What operations security processes are in place to prevent adversaries’ access to information for this
effort or actions that would compromise your projects?
11.What processes are in place to deter, detect, and mitigate actions of insider threat?
12.What procedures are in place to handle if information for this effort is compromised?
13.Are you willing to provide AFRL S&T Protection training to all personnel with access annually?
Additional comments:
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 Pioneering Aerospace Capabilities, Engineering and Research (PACER)?
Grantable helps you assess fit, draft narratives, and track deadlines — so you can submit stronger applications, faster.