TTO Office Wide (OW) BAA 2025
DARPA - Tactical Technology Office
Funding Amount
Varies
Deadline
December 22, 2026
258 days left
Grant Type
federal
Overview
TTO Office Wide (OW) BAA 2025
The DARPA Tactical Technology Office (TTO) creates technological surprise and provides new options for national security, by demonstrating revolutionary platforms and systems with cutting-edge technology. TTO demonstrates compelling hardware at scales that demonstrate disruptive capability, with designs that reduce risk and cost by managing complexity, and which can be manufactured responsively and affordably. TTO is soliciting innovative executive summaries and proposals that enhance the nation’s ability to rapidly build, adapt and sustain force structures with the following focus areas: Design/Build/Buy, Surge and Sustain, Long Range Effects, and Disruptive Innovation.
Details
- Agency: DARPA - Tactical Technology Office
- Department: Department of Defense
- Opportunity #: HR001125S0011
- Instrument: cooperative_agreement;grant;other;procurement_contract
Eligibility
All responsible sources capable of satisfying the Government's needs may submit a proposal that shall be considered by DARPA. See the Eligibility Information section of the BAA for more information.
Eligibility
Eligible Applicant Types
How to Apply
Attachment A
The executive summary should be clearly marked “EXECUTIVE SUMMARY,” and the total length shall not exceed two [2] pages. All executive summary submissions must be written in narrative form. No formal transmittal letter is required, but submissions must include the organization name, submission title, and technical POC information (e-mail and mailing address).
This document must include all components described herein and must be submitted in .pdf, .doc, or .docx formats. All submissions must be written in English and all pages shall be formatted for printing on 8-1/2 by 11-inch paper with 1-inch margins and font size not smaller than 12 point. Font sizes of 8 or 10 point may be used for figures, tables, and charts.
Proposers should specifically and clearly address the innovation of their proposed system or subsystem component development, the scientific or technical basis for innovative claims, and the impact of the proposed development on military mission capabilities, efficiency, or effectiveness. DARPA policy is to treat all submissions as source selection information (see FAR 2.101 and 3.104), and to disclose their contents only for the purpose of evaluation.
Specific information regarding unclassified executive summary submission methods through the Broad Agency Announcement Tool (BAAT) can be found under the section titled “Unclassified Submission Instructions” in Proposer Instructions: General Terms and Conditions.
Executive summaries will not be accepted if submitted via Grants.gov.
---
Attachment B
Proposal Instructions and Volume I Template
Use of this template is mandatory for all proposal submissions to this BAA. Proposers must include Attachments B, C, D, and E to constitute a full proposal submission. Proposals not meeting the format prescribed herein may not be reviewed.
This document must include all components described herein and must be submitted in PDF or Microsoft Word formats.
All submissions must be written in English, and all pages shall be formatted for printing on 8-1/2 by 11-inch paper with 1-inch margins and font size no smaller than 12-point. Font sizes of 8 or 10-point may be used for figures, tables, and charts.
Proposers are encouraged to submit concise but descriptive proposals. Specific examples of problems, approaches, or goals are preferred to qualitative generalities. The Government will not consider pages in excess of the page count limitations, as described herein. Proposals with fewer than the maximum number of pages will not be penalized. Additional information not explicitly called for in the Technical and Management Volume must not be submitted with the proposal but may be included as links in the bibliography. Such materials will be considered for the reviewers’ convenience only and not evaluated as part of the proposal.
Technical and Management Volumes shall not exceed a maximum of 25 pages.
Proposals must be submitted per the instructions outlined herein and received by DARPA no later than the due date and time listed in the Overview Information section. Proposals received after this time and date may not be reviewed. Please visit Proposer Instructions and General Terms and Conditions for instructions on how to submit your proposal through the Broad Agency Announcement Tool (BAAT).
Submissions will not be returned. An electronic copy of each submission received will be retained at DARPA and all other non-required copies destroyed. A certification of destruction may be requested, provided the formal request is received by DARPA within five (5) days after notification that a proposal was not selected.
COVER SHEET
[PRIME ORGANIZATION LOGO]
Table of Contents
1. Official Transmittal Letter 3
2. Proposal Summary 3
3. Goals and Impact 3
4. Technical Plan 3
5. Management Plan 3
6. Personnel, Qualifications, and Commitments 4
7. Requirements for teams that include Government Entities and/or Federally Funded Research and Development Centers (FFRDCs) 4
8. Organizational Conflict of Interest Affirmations and Disclosure 5
9. Capabilities 5
10. Statement of Work (SOW) 5
11. Schedule and Milestones 6
12. Novelty of Proposed Work 6
13. Bibliography (Optional) 6
14. Representations and Certifications 6
15. Intellectual Property (IP) 7
# Official Transmittal Letter
[Attach the official transmittal letter from the prime proposer organization.]
# Proposal Summary
[Provide a top-level synopsis of the proposed project, including answers to the following questions:
What is the proposed work attempting to accomplish or do?
How is the work performed today (what is the state of the art or practice), and what are the limitations?
Who will care, and what will be the impact if the work is successful?
What is new in your approach, and why do you think it will be successful?
The summary should include a description of the key technical challenges, a concise review of the technologies proposed to overcome these challenges and achieve the project’s goal, and a clear statement of the novelty and uniqueness of the proposed work.]
# Goals and Impact
[Describe what you are trying to achieve and the difference it will make (qualitatively and quantitatively) if successful. Describe the innovative aspects of the project in the context of existing capabilities and approaches, clearly delineating the uniqueness and benefits of this project in the context of the state-of-the-art, alternative approaches, and other projects from the past and present. Describe how the proposed project is revolutionary and how it significantly rises above the current state of the art. Describe the deliverables associated with the proposed project and any plans to commercialize the technology, transition it to a customer, or further the work. Discuss the mitigation of any issues related to the sustainment of the technology over its entire lifecycle, assuming the technology transition plan is successful.]
# Technical Plan
[Outline and address technical challenges inherent in the approach and possible solutions for overcoming potential problems. Demonstrate a deep understanding of the technical challenges and present a credible (even if risky) plan to achieve the project’s goal. Discuss mitigation of technical risk. Provide appropriate measurable milestones (quantitative if possible) at intermediate stages of the project to demonstrate progress and a plan for achieving the milestones. List Government-furnished materials or data assumed to be available.]
# Management Plan
[Provide a summary of the proposed team, including any subawardees/consultants and key personnel who will be executing the work (please use table below). Identify a principal investigator (PI) for the project. Provide a clear description of the team’s organization, including an organization chart that illustrates, as applicable, the relationship of team members, unique capabilities of team members, task responsibilities of team members, teaming strategy among the team members, and key personnel with the amount of effort to be expended by each person during the project. Provide a detailed plan for coordination, including explicit guidelines for interaction among collaborators/subawardees of the proposed project. Include risk management approaches. Describe any formal teaming agreements that are required to execute this project.]
# Personnel, Qualifications, and Commitments
[List key personnel (no more than one page per person), showing a concise summary of their qualifications, discussion of previous accomplishments, and work in this or closely related research areas. Indicate the level of effort in terms of hours to be expended by each person during each contract year and other (current and proposed) major sources of support for them and/or commitments of their efforts. DARPA expects all key personnel associated with a proposal to make substantial time commitment to the proposed activity, and the proposal will be evaluated accordingly. It is DARPA’s intention to put key personnel conditions into the awards, so proposers should not propose personnel that are not anticipated to execute the work.]
# Requirements for teams that include Government Entities and/or Federally Funded Research and Development Centers (FFRDCs)
Are any of the team member organizations (prime or subawardee) a Government entity or FFRDC? ¨ No ¨ Yes [If yes, provide the information outlined below.]
- Proof of Eligibility to Propose
[Provide documentation citing the specific authority that establishes the applicable team member’s eligibility to propose to Government solicitations; include: (1) statutory authority; (2) contractual authority; (3) supporting regulatory guidance; and (4) evidence of agency approval for applicable team member participation. For FFRDCs, this documentation must be in the form of a letter on official letterhead from their sponsoring organization and must also include a statement of compliance with the terms and conditions of the associated FFRDC sponsor agreement, as applicable.]
- Statement of Unique Capability
[Provide a statement that demonstrates the work to be performed by the Government entity or FFRDC team member is not otherwise available from the private sector.]
# Organizational Conflict of Interest Affirmations and Disclosure
[In accordance with the requirements of the BAA, provide the following information.]
- Are any of the proposed individual team members or their respective organizations (whether prime or subawardee or consultant) currently providing SETA, A&AS or similar support to DARPA? ¨ No ¨ Yes
- Did any of the proposed individual team members or their respective organizations (whether prime or subawardee or consultant) provide SETA, A&AS or similar support to DARPA within one calendar year of this proposal submission? ¨ No ¨ Yes
[If you answered “Yes” to 8.a OR 8.b, provide the following information for each applicable team member:
The name of the DARPA office receiving the support;
The prime contract number;
Identification of proposed team member (subawardee, consultant) providing the support; and
An OCI mitigation plan in accordance with FAR 9.5.]
- Are there any other potential Organizational Conflicts of Interest involving any of the proposed individual team members or their respective organizations (whether prime or subawardee or consultant)? ¨ No ¨ Yes [If yes, provide the following information for each applicable team member:
Identification of applicable team member; and
An OCI mitigation plan in accordance with FAR 9.5.]
# Capabilities
[Describe the organizational experience in the relevant subject area(s), existing intellectual property, or specialized facilities. Discuss any work in closely related research areas and previous accomplishments. Identify other Government solicitation(s) to which this concept has been proposed. If applicable, state whether funding or a positive funding decision has already been received and from which agency.]
# Statement of Work (SOW)
[Provide a detailed task breakdown by Contractor Fiscal Year, citing specific tasks and their connection to the interim milestones and metrics, as applicable. Do not include proprietary information.
For each defined task and subtask, provide:
A general description of the objective.
A detailed description of the approach to be taken to accomplish each defined task/subtask.
Identification of any tasks/subtasks that will involve human subjects or animals.
Identification of any tasks/subtasks that will be performed on campus at a university.
Identification (by name) of the primary organization (prime contractor, sub-awardee(s), consultant(s)) responsible for task/subtask execution.
A measurable milestone (e.g., a deliverable, demonstration, or other event/activity that marks task completion).
A definition of all deliverables (e.g., data, reports, software) to be provided to the Government in support of the proposed tasks/subtasks.
Identification of the proposed classification for each task/subtask.
For all tasks and subtasks proposed to be unclassified, identify if the task/subtask is proposed as fundamental research or controlled unclassified information (CUI).
Provide a short explanation for why each task/subtask should be categorized as fundamental research or CUI.]
# Schedule and Milestones
[Provide a detailed schedule showing tasks (task name, duration, work breakdown structure element as applicable, performing organization), milestones, and the interrelationships among tasks. The task structure must be consistent with that in the SOW. Measurable milestones should be clearly articulated and defined in time relative to the start of the project.]
# Novelty of Proposed Work
[Has the proposed work been submitted to any other Government solicitation?
¨ No ¨ Yes [If yes, provide the following information]
Solicitation number ________________________
Agency _________________________
Proposed work has already received funding or a positive funding decision.
¨ No ¨ Yes [Decision pending]
# Bibliography (Optional)
[A brief (no more than five (5) pages) bibliography may be provided with links to relevant papers, references, reports, etc.]
# Representations and Certifications
- For proposers requesting procurement contracts, please download, complete, and submit within this volume “Procurement Contracts Reps and Certs 2024-01-25 Fillable Template” available at the following link: Procurement Contracts
- For proposers requesting Other Transactions, please download, complete, and submit within this volume “2-SAMPLE OT certifications” available at the following link:
# Intellectual Property (IP)
Please provide the following information, as applicable. Note: the Government will assume unlimited rights to all IP not explicitly identified as restricted in the proposal.
- Technical Data and Computer Software
Are you asserting any IP restrictions on any technical data or non-commercial computer software that will be delivered to the Government? ¨ No ¨ Yes
[If yes, list all proprietary claims to results, prototypes, deliverables or systems supporting and/or necessary for the use of the proposed research, results, prototypes and/or deliverables. Provide a short summary for each item asserted with less than unlimited rights that describes the nature of the restriction and the intended use of the intellectual property in the conduct of the proposed research. Use the following format for these lists.]
Are you proposing any commercial software that will be delivered to the Government? ¨ No ¨ Yes
[If yes, please provide licensing terms.]
- Patents
Does the proposed effort involve using patented inventions that are owned by or assigned to the proposing organization or individual? ¨ No ¨ Yes [If yes, provide documentation proving ownership or possession of appropriate licensing rights to all patented inventions to be used for the proposed project. If a patent application has been filed for an invention, but it includes proprietary information and is not publicly available, provide documentation that includes: the patent number, inventor name(s), assignee names (if any), filing date, filing date of any related provisional application, and summary of the patent title, with either: (1) a representation of invention ownership; or (2) proof of possession of appropriate licensing rights in the invention (i.e., an agreement from the owner of the patent granting license to the proposer).]
---
Attachment C
Cost Proposal Instructions and Volume II Template
The Cost Volume must address the full program (base + options) and must include all components described herein. No page limit is specified for the Cost Volume. Information incorporated into the Cost Volume that is not related to cost will not be considered.
Full proposals requesting a procurement contract or Other Transaction (OT) must use this form (Attachment C) and Attachment D (MS ExcelTM DARPA Standard Cost Proposal Spreadsheet).
All pages shall be formatted for printing on 8-1/2 by 11-inch paper with 1-inch margins and font size no smaller than 11-point. Font sizes of 8 or 10-point may be used for figures, tables, and charts. Submissions must be written in English. The Cost Volume must be in PDF or Microsoft Word TM formats. Spreadsheet files must be included as a separate file in the full proposal package.
The Government requires that proposers use the provided Attachment D: MS ExcelTM DARPA Standard Cost Proposal Spreadsheet in the development of their cost proposals. All tabs and tables in the cost proposal spreadsheet should be developed in an editable format with calculation formulas intact to allow traceability of the cost proposal. This cost proposal spreadsheet must be used by the prime organization and all subcontractors. In addition to using the cost proposal spreadsheet, the cost proposal still must include all other items required in this announcement that are not covered by the editable spreadsheet. Using the provided cost proposal spreadsheet will assist the Government in a rapid analysis of your proposed costs and, if your proposal is selected for award, speed up the negotiation and award execution process.
Costs must be traceable between the prime proposer and all sub-awardees/consultants, as well as between the cost volume and the Statement of Work (SOW). This includes ensuring a consistent task structure across all proposal documents. For example, if the SOW shows a task 1.1, then the cost proposal spreadsheet should show a task or a tab 1.1 and an explicit cost for that task. Cost information must be provided in sufficient detail to substantiate the proposed prices.
The prime proposer is responsible for the compilation and submission of all non-proprietary sub-awardee cost proposals. Proposal submissions will not be considered complete until the Government has received all subawardee cost proposals.
Proprietary sub-awardee cost proposals may be included as part of the Cost Volume or emailed separately by the sub-awardee to HR001125S0011@darpa.mil. Email messages must include “Subawardee Cost Proposal” in the subject line and identify the principal investigator, prime proposer organization, and proposal title in the body of the message.
Table of Contents
Cost Summary 3
Cost Details 3
1. Direct Labor 3
2. Indirect Costs 3
3. Materials 3
4. Equipment Purchases 3
5. Travel 3
6. Other Direct Costs (ODCs) 4
7. Cost Sharing 4
8. Consultant Costs 4
9. Subawardee Costs 4
10. Rate Agreements 4
11. Requirements for proposers requesting a procurement contract 4
12. Requirements for proposers requesting an Other Transaction for Prototypes 5
# Cost Summary
[Provide the following cost summary information:
Cost Summary by Phase:
Provide total effort cost by phase (or by base effort and options) and by contractor fiscal year. Costs must be broken down by major cost items to include labor costs, materials, travel, consultants, sub-awards, other direct charges (ODCs), indirect costs (overhead, fringe, general and administrative (G&A)), and any proposed fee for the project. Proposers are required to use Attachment D: MS ExcelTM DARPA Standard Cost Proposal Spreadsheet to provide the detailed cost summaries for each phase (or base effort and any proposed options) by contractor fiscal year.
# Cost Details
[Provide the cost details broken down by the following. Include supporting documentation describing the method used to estimate costs:
Phase
Contractor fiscal year
Month
Statement of work task]
- Direct Labor
[Provide individual labor categories or persons with associated labor hours and direct labor rates. In addition, in order to assess the cost realism of each task and subtask, each task and subtask should include all proposed labor categories with associated labor hours proposed.]
- Indirect Costs
[Identify all indirect cost rates (Fringe Benefits, Overhead, G&A, Facilities Cost of Money, etc.) and the basis for each.]
- Materials
[Provide an itemized list of all proposed materials, including quantities, unit prices, proposed vendors (if known), and the basis of estimate (e.g., quotes, prior purchases, catalog price lists, etc.). Any item that exceeds $5,000 must be supported with backup documentation, such as a copy of catalog price lists or quotes prior to purchase.]
- Equipment Purchases
[Provide an itemized list of all proposed equipment, including quantities, unit prices, proposed vendors (if known), and the basis of estimate (e.g., quotes, prior purchases, catalog price lists, etc.). Any item that exceeds $5,000 must be supported with backup documentation, such as a copy of catalog price lists or quotes prior to purchase. Include any requests for Government-furnished equipment or information with cost estimates and delivery dates.]
- Travel
[Provide the purpose of the trip, number of trips, number of days per trip, departure and arrival destinations, number of people, etc.]
- Other Direct Costs (ODCs)
[Provide an itemized breakdown with costs. Backup documentation must be submitted to support proposed costs. An explanation of any estimating factors, including their derivation and application, must be provided.]
- Cost Sharing
[Provide the source, nature, and amount of any industry cost-sharing.]
- Consultant Costs
[Provide a copy of all consultants’ proposed SOWs as well as signed consultant agreements or other documents that verify the proposed loaded daily / hourly rate, hours, and any other proposed consultant costs (e.g., travel).]
- Subawardee Costs
[For each proposed subawardee, provide the information requested above in Sections 1-7. All documentation must be prepared at the same level of detail as that required of the prime proposer.
Provide the following for all proposed sub-awardees, as applicable:
A copy of the proposed SOW as well as any documents that verify the proposed loaded daily / hourly rate, hours, and any other proposed costs (e.g., travel).
Interdivisional work transfer agreements or evidence of similar arrangements.
A cost or price reasonableness analysis of proposed subawardee prices as defined in FAR 15.404-3. Such analysis shall indicate the extent to which the prime contractor has negotiated subcontract prices.]
- Rate Agreements
[Provide any available approved rate information or other documentation that may assist in expediting negotiations (e.g., Forward Pricing Rate Agreement, Department of Health and Human Services (DHHS), or Office of Naval Research (ONR) rate agreements).]
- Requirements for proposers requesting a procurement contract
Certified Cost or Pricing Data
Per FAR 15.403-4, certified cost or pricing data shall be required if the proposer is seeking a procurement contract award per the referenced threshold unless the proposer requests and is granted an exception from the requirement to submit cost or pricing data. Certified cost or pricing data” are not required if the proposer proposes an award instrument other than a procurement contract (e.g., a grant, cooperative agreement, or Other Transaction.)
Small Business Subcontracting Plan
Pursuant to Section 8(d) of the Small Business Act (15 U.S.C. § 637(d)) and FAR 19.702(a)(1), each proposer who submits a contract proposal might be required to submit a subcontracting plan with their proposal. The plan format is outlined in FAR 19.704.
Approved Cost Accounting System Documentation
Proposers that do not have a compliant cost accounting system that has been reviewed/approved by DCAA and considered adequate for determining accurate costs that are negotiating a cost-type procurement contract must complete an SF 1408. For more information about the cost accounting system review process, see https://www.dcaa.mil/Checklists-Tools/Pre-award-Accounting-System-Adequacy-Checklist/. To facilitate this process, proposers should complete the SF 1408 found at http://www.gsa.gov/portal/forms/download/115778 and submit the completed form with the proposal.
- Requirements for proposers requesting an Other Transaction for Prototypes
[Provide the following information where applicable.
Proposers must indicate whether they qualify as a nontraditional Defense contractor, have teamed with a nontraditional Defense contractor, or are providing a one-third cost share for this effort. Provide information to support the claims.
Provide a detailed list of milestones, including description, completion criteria, due date, and payment/funding schedule (to include, if cost share is proposed, contractor and Government share amounts). Milestones must relate directly to the accomplishment of technical metrics as defined in the solicitation and/or the proposal. While agreement type (fixed price or expenditure-based) will be subject to negotiation, the use of fixed price milestones with a payment/funding schedule is preferred. Proprietary information must not be included as part of the milestones.]
---
> Download XLSX file: Attachment_D_DARPA_Standard_Cost_Proposal_Spreadsheet.xlsx
---
Attachment E
Classified Submission Instructions, Requirements, and Procedures
(applicable to all Proposers)
Classified submissions (Executive Summary or Full Proposal) should NOT be submitted through DARPA’s BAA Website or Grants.gov. Proposers will likely still need to visit https://baa.darpa.mil to register their organization (or everify an existing registration) to ensure the BAA office can verify and finalize their submission—instructions for this process can be obtained by inquiry via the BAA Coordinator inbox HR001125S0011@darpa.mil.
Proposers submitting classified information must have, or be able to obtain prior to contract award, cognizant security agency approved facilities, information systems, and appropriately cleared/eligible personnel to perform at the classification level proposed. All proposer personnel performing Information Assurance (IA)/Cybersecurity related duties on classified Information Systems shall meet the requirements set forth in DoD Manual 8570.01-M (Information Assurance Workforce Improvement Program). Additional information on the subjects discussed in this section may be found at http://www.dcsa.mil.
Proposers choosing to submit classified information from other classified sources (i.e., sources other than DARPA) must ensure (1) they have permission from an authorized individual at the cognizant Government agency (e.g., Contracting Officer, Program Manager); (2) the proposal is marked in accordance with the source Security Classification Guide (SCG) from which the material is derived; and (3) the source SCG is submitted along with the proposal.
When subitting a hard copy of the classified portion according to the instructions outlined below, proposers should submit three (3) hard copies of the classified portion of their proposal and two (2) CD-ROMs containing the classified portion of the proposal as a single searchable Adobe PDF file. Please ensure that all CDs are well-marked. Each copy of the classified portion must be clearly labeled with #Announcement Number, proposer organization, proposal title (short title recommended), and “Copy _ of _.”
Confidential, Secret, and Top Secret Information
Use transmission, classification, handling, and marking guidance provided by previously issued SCGs, the DoD Information Security Manual (DoDM 5200.01, Volumes 1 - 4), and the National Industrial Security Program Operating Manual, including the Supplement Revision 1 (DoD 5220.22-M and DoD 5200.22-M Sup. 1), when submitting Confidential, Secret, and/or Top Secret classified information.
Confidential and Secret
Confidential and Secret classified information may be submitted via ONE of the two following methods to the mailing address listed in the BAA overview section under contact information:
Hand-carried by an appropriately cleared and authorized courier to the DARPA Classified Document Registry (CDR). Prior to traveling, the courier shall contact DARPA CDR at 703-526-4052 to coordinate arrival and delivery.
OR
Mailed via U.S. Postal Service (USPS) Registered Mail or USPS Express Mail. All classified information will be enclosed in opaque inner and outer covers and double-wrapped. The inner envelope shall be sealed and plainly marked with the assigned classification and addresses of both sender and addressee. Senders should mail to the mailing address listed in the contact information herein.
The inner envelope shall be addressed to:
Defense Advanced Research Projects Agency
ATTN: DARPA/TTO
Reference: —HR001125S0011
675 North Randolph Street
Arlington, VA 22203-2114
The outer envelope shall be sealed with no identification as to the classification of its contents and addressed to:
Defense Advanced Research Projects Agency Security & Intelligence Directorate
ATTN: CDR
675 North Randolph Street
Arlington, VA 22203-2114
Top Secret Information
Top Secret information must be hand-carried by an appropriately cleared and authorized courier to the DARPA CDR. Prior to traveling, the courier shall contact the DARPA CDR at 703-526-4052 to coordinate arrival and delivery.
Sensitive Compartmented Information (SCI)
SCI must be marked, managed and transmitted in accordance with DoDM 5105.21 Volumes 1 - 3. Unclassified questions regarding the transmission of SCI may be sent to the DARPA Technical Office Program Security Officer (PSO) via the BAA mailbox or by contacting the DARPA Special Security Officer (SSO) at 703-812-1970.
Successful proposers may be sponsored by DARPA for access to SCI. Sponsorship must be aligned to an existing DD From 254 where SCI has been authorized. Questions regarding SCI sponsorship should be directed to the DARPA Personnel Security Office at 703-526-4543.
Special Access Program (SAP) Information
SAP information must be marked in accordance with DoDM 5205.07 Volume 4 and transmitted by specifically approved methods which will be provided by the TTO PSO or their staff.
Proposers choosing to submit SAP information from an agency other than DARPA are required to provide the DARPA Technical Office PSO written permission from the source material’s cognizant Special Access Program Control Officer (SAPCO) or designated representative. For clarification regarding this process, contact the DARPA Technical Office PSO via the BAA mailbox or the DARPA SAPCO at 703-526-4102.
Additional SAP security requirements regarding facility accreditations, information security, personnel security, physical security, operations security, test security, classified transportation plans, and program protection planning may be specified in the DD Form 254.
NOTE: All proposals containing Special Access Program (SAP) information must be processed on a SAP information technology (SAP IT) system that has received an Approval-to-Operate (ATO) from the DARPA Technology Office PSO or other applicable DARPA SAP IT Authorizing Official. The SAP IT system ATO will be based upon the Risk Management Framework (RMF) process outlined in the Joint Special Access Program Implementation Guide (JSIG), current version (or successor document). (Note: A SAP IT system is any SAP IT system that requires an ATO. It can range from a single laptop/tablet up to a local and wide area networks.)
The Department of Defense mandates the use of a component’s SAP enterprise system unless a compelling reason exists to use a non-enterprise system. The DARPA Chief Information Officer (CIO) must approve any performer proposal to acquire, build, and operate a non-enterprise SAP IT system during the awarded period of performance. Use of the DARPA SAP enterprise system, SAVANNAH, does not require CIO approval.
SAP IT disposition procedures must be approved in accordance with the DoD CIO Memorandum of April 20, 2020.
Submission Instructions for both Classified and Unclassified Submissions
For a proposal that includes both classified and unclassified information, the proposal may be separated into an unclassified portion and a classified portion. When a proposal includes a classified portion, and when able according to security guidelines, we ask that proposers send an unclassified e-mail to HR001125S0011@darpa.mil as notification that there is a classified portion to the proposal.
The proposal should include as much information as possible in the unclassified portion and use the classified portion ONLY for classified information. The unclassified portion can be submitted through the DARPA BAA Website, per the instructions in “Unclassified Submission Instructions (Proposers Not Requesting Grants or Cooperative Agreements)” above. The classified portion must be provided separately, according tot the instructions outlined in the ‘Classified Submissions Instructions, Requirements, and Procedures’ section above.
---
> Download PDF file: HR001125S0011.pdf
---
Amendment 01 to Attachment B of the OW BAA solicitation
Proposal Instructions and Volume I Template
Use of this template is mandatory for all proposal submissions to this BAA. Proposers must include Attachments B, C, D, and E, and a signed “Encourage Full Proposal” letter from DARPA to constitute a full proposal submission. Proposals not meeting the format prescribed herein may not be reviewed.
This document must include all components described herein and must be submitted in PDF or Microsoft Word formats.
All submissions must be written in English, and all pages shall be formatted for printing on 8-1/2 by 11-inch paper with 1-inch margins and font size no smaller than 12-point. Font sizes of 8 or 10-point may be used for figures, tables, and charts.
Proposers are encouraged to submit concise but descriptive proposals. Specific examples of problems, approaches, or goals are preferred to qualitative generalities. The Government will not consider pages in excess of the page count limitations, as described herein. Proposals with fewer than the maximum number of pages will not be penalized. Additional information not explicitly called for in the Technical and Management Volume must not be submitted with the proposal but may be included as links in the bibliography. Such materials will be considered for the reviewers’ convenience only and not evaluated as part of the proposal.
Technical and Management Volumes shall not exceed a maximum of 25 pages.
Proposals must be submitted per the instructions outlined herein and received by DARPA no later than the due date and time listed in the Overview Information section. Proposals received after this time and date may not be reviewed. Please visit Proposer Instructions and General Terms and Conditions for instructions on how to submit your proposal through the Broad Agency Announcement Tool (BAAT).
COVER SHEET
[PRIME ORGANIZATION LOGO]
Table of Contents
1. Official Transmittal Letter 3
2. Proposal Summary 3
3. Goals and Impact 3
4. Technical Plan 3
5. Management Plan 3
6. Personnel, Qualifications, and Commitments 4
7. Requirements for teams that include Government Entities and/or Federally Funded Research and Development Centers (FFRDCs) 4
8. Organizational Conflict of Interest Affirmations and Disclosure 5
9. Capabilities 5
10. Statement of Work (SOW) 5
11. Schedule and Milestones 6
12. Novelty of Proposed Work 6
13. Bibliography (Optional) 6
14. Representations and Certifications 6
15. Intellectual Property (IP) 7
# Official Transmittal Letter
[Attach the official transmittal letter from the prime proposer organization.]
# Proposal Summary
[Provide a top-level synopsis of the proposed project, including answers to the following questions:
What is the proposed work attempting to accomplish or do?
How is the work performed today (what is the state of the art or practice), and what are the limitations?
Who will care, and what will be the impact if the work is successful?
What is new in your approach, and why do you think it will be successful?
The summary should include a description of the key technical challenges, a concise review of the technologies proposed to overcome these challenges and achieve the project’s goal, and a clear statement of the novelty and uniqueness of the proposed work.]
# Goals and Impact
[Describe what you are trying to achieve and the difference it will make (qualitatively and quantitatively) if successful. Describe the innovative aspects of the project in the context of existing capabilities and approaches, clearly delineating the uniqueness and benefits of this project in the context of the state-of-the-art, alternative approaches, and other projects from the past and present. Describe how the proposed project is revolutionary and how it significantly rises above the current state of the art. Describe the deliverables associated with the proposed project and any plans to commercialize the technology, transition it to a customer, or further the work. Discuss the mitigation of any issues related to the sustainment of the technology over its entire lifecycle, assuming the technology transition plan is successful.]
# Technical Plan
[Outline and address technical challenges inherent in the approach and possible solutions for overcoming potential problems. Demonstrate a deep understanding of the technical challenges and present a credible (even if risky) plan to achieve the project’s goal. Discuss mitigation of technical risk. Provide appropriate measurable milestones (quantitative if possible) at intermediate stages of the project to demonstrate progress and a plan for achieving the milestones. List Government-furnished materials or data assumed to be available.]
# Management Plan
[Provide a summary of the proposed team, including any subawardees/consultants and key personnel who will be executing the work (please use table below). Identify a principal investigator (PI) for the project. Provide a clear description of the team’s organization, including an organization chart that illustrates, as applicable, the relationship of team members, unique capabilities of team members, task responsibilities of team members, teaming strategy among the team members, and key personnel with the amount of effort to be expended by each person during the project. Provide a detailed plan for coordination, including explicit guidelines for interaction among collaborators/subawardees of the proposed project. Include risk management approaches. Describe any formal teaming agreements that are required to execute this project.]
# Personnel, Qualifications, and Commitments
[List key personnel (no more than one page per person), showing a concise summary of their qualifications, discussion of previous accomplishments, and work in this or closely related research areas. Indicate the level of effort in terms of hours to be expended by each person during each contract year and other (current and proposed) major sources of support for them and/or commitments of their efforts. DARPA expects all key personnel associated with a proposal to make substantial time commitment to the proposed activity, and the proposal will be evaluated accordingly. It is DARPA’s intention to put key personnel conditions into the awards, so proposers should not propose personnel that are not anticipated to execute the work.]
# Requirements for teams that include Government Entities and/or Federally Funded Research and Development Centers (FFRDCs)
Are any of the team member organizations (prime or subawardee) a Government entity or FFRDC? ¨ No ¨ Yes [If yes, provide the information outlined below.]
- Proof of Eligibility to Propose
[Provide documentation citing the specific authority that establishes the applicable team member’s eligibility to propose to Government solicitations; include: (1) statutory authority; (2) contractual authority; (3) supporting regulatory guidance; and (4) evidence of agency approval for applicable team member participation. For FFRDCs, this documentation must be in the form of a letter on official letterhead from their sponsoring organization and must also include a statement of compliance with the terms and conditions of the associated FFRDC sponsor agreement, as applicable.]
- Statement of Unique Capability
[Provide a statement that demonstrates the work to be performed by the Government entity or FFRDC team member is not otherwise available from the private sector.]
# Organizational Conflict of Interest Affirmations and Disclosure
[In accordance with the requirements of the BAA, provide the following information.]
- Are any of the proposed individual team members or their respective organizations (whether prime or subawardee or consultant) currently providing SETA, A&AS or similar support to DARPA? ¨ No ¨ Yes
- Did any of the proposed individual team members or their respective organizations (whether prime or subawardee or consultant) provide SETA, A&AS or similar support to DARPA within one calendar year of this proposal submission? ¨ No ¨ Yes
[If you answered “Yes” to 8.a OR 8.b, provide the following information for each applicable team member:
The name of the DARPA office receiving the support;
The prime contract number;
Identification of proposed team member (subawardee, consultant) providing the support; and
An OCI mitigation plan in accordance with FAR 9.5.]
- Are there any other potential Organizational Conflicts of Interest involving any of the proposed individual team members or their respective organizations (whether prime or subawardee or consultant)? ¨ No ¨ Yes [If yes, provide the following information for each applicable team member:
Identification of applicable team member; and
An OCI mitigation plan in accordance with FAR 9.5.]
# Capabilities
[Describe the organizational experience in the relevant subject area(s), existing intellectual property, or specialized facilities. Discuss any work in closely related research areas and previous accomplishments. Identify other Government solicitation(s) to which this concept has been proposed. If applicable, state whether funding or a positive funding decision has already been received and from which agency.]
# Statement of Work (SOW)
[Provide a detailed task breakdown by Contractor Fiscal Year, citing specific tasks and their connection to the interim milestones and metrics, as applicable. Do not include proprietary information.
For each defined task and subtask, provide:
A general description of the objective.
A detailed description of the approach to be taken to accomplish each defined task/subtask.
Identification of any tasks/subtasks that will involve human subjects or animals.
Identification of any tasks/subtasks that will be performed on campus at a university.
Identification (by name) of the primary organization (prime contractor, sub-awardee(s), consultant(s)) responsible for task/subtask execution.
A measurable milestone (e.g., a deliverable, demonstration, or other event/activity that marks task completion).
A definition of all deliverables (e.g., data, reports, software) to be provided to the Government in support of the proposed tasks/subtasks.
Identification of the proposed classification for each task/subtask.
For all tasks and subtasks proposed to be unclassified, identify if the task/subtask is proposed as fundamental research or controlled unclassified information (CUI).
Provide a short explanation for why each task/subtask should be categorized as fundamental research or CUI.]
# Schedule and Milestones
[Provide a detailed schedule showing tasks (task name, duration, work breakdown structure element as applicable, performing organization), milestones, and the interrelationships among tasks. The task structure must be consistent with that in the SOW. Measurable milestones should be clearly articulated and defined in time relative to the start of the project.]
# Novelty of Proposed Work
[Has the proposed work been submitted to any other Government solicitation?
¨ No ¨ Yes [If yes, provide the following information]
Solicitation number ________________________
Agency _________________________
Proposed work has already received funding or a positive funding decision.
¨ No ¨ Yes [Decision pending]
# Bibliography (Optional)
[A brief (no more than five (5) pages) bibliography may be provided with links to relevant papers, references, reports, etc.]
# Representations and Certifications
- For proposers requesting procurement contracts, please download, complete, and submit within this volume “Procurement Contracts Reps and Certs 2024-01-25 Fillable Template” available at the following link: Procurement Contracts
- For proposers requesting Other Transactions, please download, complete, and submit within this volume “2-SAMPLE OT certifications” available at the following link:
# Intellectual Property (IP)
Please provide the following information, as applicable. Note: the Government will assume unlimited rights to all IP not explicitly identified as restricted in the proposal.
- Technical Data and Computer Software
Are you asserting any IP restrictions on any technical data or non-commercial computer software that will be delivered to the Government? ¨ No ¨ Yes
[If yes, list all proprietary claims to results, prototypes, deliverables or systems supporting and/or necessary for the use of the proposed research, results, prototypes and/or deliverables. Provide a short summary for each item asserted with less than unlimited rights that describes the nature of the restriction and the intended use of the intellectual property in the conduct of the proposed research. Use the following format for these lists.]
Are you proposing any commercial software that will be delivered to the Government? ¨ No ¨ Yes
[If yes, please provide licensing terms.]
- Patents
Does the proposed effort involve using patented inventions that are owned by or assigned to the proposing organization or individual? ¨ No ¨ Yes [If yes, provide documentation proving ownership or possession of appropriate licensing rights to all patented inventions to be used for the proposed project. If a patent application has been filed for an invention, but it includes proprietary information and is not publicly available, provide documentation that includes: the patent number, inventor name(s), assignee names (if any), filing date, filing date of any related provisional application, and summary of the patent title, with either: (1) a representation of invention ownership; or (2) proof of possession of appropriate licensing rights in the invention (i.e., an agreement from the owner of the patent granting license to the proposer).]
---
> Download PDF file: HR001125S0011-Amendment-01.pdf
---
> Download PDF file: HR001125S0011-Amendment-02.pdf
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 TTO Office Wide (OW) BAA 2025?
Grantable helps you assess fit, draft narratives, and track deadlines — so you can submit stronger applications, faster.