Managed Enterprise Network Support Services (MANNUS)
ID: HR001125R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE ADVANCED RESEARCH PROJECTS AGENCY (DARPA)DEF ADVANCED RESEARCH PROJECTS AGCYARLINGTON, VA, 222032114, USA

NAICS

Other Computer Related Services (541519)

PSC

IT AND TELECOM - IT MANAGEMENT SUPPORT SERVICES (LABOR) (DF01)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Mar 28, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 17, 2025, 12:00 AM UTC
  3. 3
    Due Apr 25, 2025, 9:00 PM UTC
Description

The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), is soliciting proposals for Managed Enterprise Network Support Services (MANNUS) under an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. The objective of this procurement is to provide a range of non-personal IT services, including administrative networks, cybersecurity, and support for emerging technologies, to enhance DARPA's operational capabilities. This initiative is crucial for maintaining technological superiority and ensuring effective collaboration within the agency, particularly in the context of evolving defense research needs. Interested small businesses are encouraged to submit their proposals by April 25, 2025, with inquiries directed to Melissa Ramirez at DARPA_ITD_IDIQ@darpa.mil.

Point(s) of Contact
Files
Title
Posted
The Defense Advanced Research Projects Agency (DARPA) seeks to procure Information Technology (IT) services through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract, known as Managed Enterprise Network Support Services (MANNUS). This contract aims to support DARPA's mission of maintaining technological superiority by providing diverse IT services, including administrative networks, cybersecurity, advanced systems integration, and support for emerging technologies. The scope involves various categories such as Windows and non-Windows systems support, application development, cybersecurity governance and compliance, network operations, and risk management. The contractor will deliver ongoing IT capabilities that can swiftly adapt to evolving needs, ensuring effective collaboration and secure data management. Key personnel identified include a Program Manager responsible for oversight and project quality and a Requirements Manager tasked with translating organizational needs into technical specifications. All personnel must possess appropriate security clearances due to the sensitive nature of the information handled. DARPA emphasizes compliance with federal regulations and continuous monitoring to protect sensitive data. This IDIQ contract represents an essential component of DARPA's efforts to innovate and secure its operational IT framework, enhancing its capacity to support critical defense research initiatives.
Apr 17, 2025, 2:06 PM UTC
The document outlines the additional requirements for Solicitation Number HR001125R0003, involving a contract that may include Controlled Unclassified Information (CUI). Contractors are obligated to safeguard all such information and manage organizational conflicts of interest to maintain objectivity in performance and avoid unfair competitive advantages. The contract type is identified as a commercial Indefinite-Delivery-Indefinite-Quantity (IDIQ) with various order types available, including fixed-price and cost-reimbursement. Travel reimbursements will adhere to specified federal regulations while any invention disclosures must be submitted to the Administrative Contracting Officer and follow DARPA's protocols. Strict publication restrictions apply, as the work may not qualify as fundamental research, requiring prior approval for any information dissemination. Additionally, there are specific reporting and cost-tracking requirements related to Special Access Program (SAP) IT costs. Overall, the document emphasizes compliance with federal acquisition regulations and the protection of sensitive information while facilitating fair competition.
The Defense Advanced Research Projects Agency (DARPA) is soliciting bids for the ManAged eNterprise Network sUpport serviceS (MANNUS) project, focusing on the development of an online platform to host a competition aimed at improving artificial intelligence (AI) model reliability. Specifically, this website will facilitate the creation of models that minimize hallucinations in large language models by incorporating rigorous fact-checking processes. The task includes establishing user registration, managing submissions, implementing an evaluation and judging system, and creating a leaderboard for competition results. The intended audience for participant registration spans academia, industry, and individual researchers, reflecting DARPA's commitment to fostering innovation. Key deliverables outlined involve the creation of a functioning competition website that adheres to DoD security standards, ensuring scalability, performance, and usability. The document specifies a performance period of 24 weeks for the project, which is to be executed in a secure contractor facility. In conclusion, DARPA's initiative underscores the importance of enhancing the credibility of AI outputs while providing a platform for collaborative advancements in the field, targeting a broad array of participants via secure and efficient infrastructure.
DARPA is soliciting a contractor through the MANNUS IDIQ solicitation HR001125R0003 for the installation and configuration of a Ricoh Pro C7210x/sx large format visual media systems printer at its Arlington, Virginia facility. The objective is to ensure the printer meets necessary specifications for high-quality printing, which will support various applications like research and outreach. The contractor's responsibilities include the installation, training of up to ten DARPA personnel, removal of the existing printer system, and development of user manuals and maintenance plans. The performance period is expected to last no more than a month from task order award. The government will provide the printer and facilities, while the contractor must adhere to quality assurance measures, ensuring all components are functional and operational as per manufacturer guidelines. Deliverables include a transition plan, training plan, and operational documentation, all of which must be submitted in approved formats. This task order exemplifies efforts by the federal government to maintain cutting-edge technology within the Department of Defense while supporting vital operations through efficient service delivery.
Apr 17, 2025, 2:06 PM UTC
The document is an amendment to a federal solicitation for an Indefinite-Delivery Indefinite-Quantity (IDIQ) contract issued by DARPA, detailing the changes made to the original solicitation, including updated attachments and revised proposals for prospective contractors. Key revisions include modifications to several attachments that define performance statements, additional requirements, sample task orders, and various documentation for offerors. The solicitation emphasizes the submission process, requiring proposals in two phases: Phase I assesses sample task order proposals, while Phase II evaluates technical and management approaches, supply chain risk mitigation plans, and past performance. Critical evaluation factors are specified, including the need for proposals to be acceptable for award consideration. Additional key areas include fair competition terms, small business participation, and requirements for documentation and compliance as established by federal regulations. The amendment outlines submission guidelines, formatting requirements for offers, and details regarding contractor responsibilities for compliance and reporting. This amendment is crucial for ensuring that all bidders are informed of the updated requirements and that they adhere to the detailed criteria for evaluation established by the government, showcasing a structured framework for seeking proposals for specific government needs while maintaining regulatory compliance and promoting transparency.
The document comprises a series of questions and answers related to Request for Proposals (RFP) HR001125R0003 issued by DARPA for an Indefinite Delivery Indefinite Quantity (IDIQ) contract. The primary purpose of the RFP is to solicit proposals for various IT services without an incumbent contractor, as this is a new requirement. Key clarifications include the non-exclusivity of past performance submitted as a subcontractor, the need for DoD-approved vendor solutions for proposals, and the expectation for key personnel security clearances. The Government cannot estimate the volume of task orders under this IDIQ but anticipates multiple solicitations on a competitive basis as requirements arise. Proposals must address specific sample tasks with clear guidelines on documentation, including performance plans and resumes for key personnel. Additionally, the responses outlined expectations for hybrid work arrangements for key personnel, details about surge support for emergency IT needs, and the lack of preferential treatment for specific DARPA programs in task allocations. The RFP emphasizes comprehensive understanding and adherence to security and performance requirements, with submissions due by April 25, 2025.
This document represents a government Solicitation for Indefinite Delivery Indefinite Quantity (IDIQ) contracts related to commercial items, particularly for the Defense Advanced Research Projects Agency (DARPA). It outlines bidding details, including submission deadlines, evaluation criteria, and terms and conditions necessary for compliance. Proposals will undergo a two-phase evaluation, starting with Sample Task Order Proposals to assess technical understanding and execution capabilities. The estimated contract includes various task order types, with options for Firm-Fixed Price, Labor Hour, Cost-Plus-Fixed-Fee, and Cost-Only arrangements, having minimum and maximum thresholds defined for each line item. The solicitation encourages small business participation, including 8(a) and service-disabled veteran-owned businesses, highlighting the commitment to inclusivity in government contracts. Key evaluation factors include the technical approach to task orders, management strategies, supply chain risk mitigation plans, and past performance evidence. This process aims to ensure that contractors exhibit both capability and reliability in delivering government-required services, ultimately enhancing operational performance within defense contracting.
The "Pre-Award Survey of Prospective Contractor Accounting System Checklist" is a critical document aimed at assessing the accounting systems of contractors seeking federal contracts. It gathers essential company information, including contact details, audit history, and compliance with federal regulations. The checklist requires detailed responses to various questions regarding the accounting system’s adherence to Generally Accepted Accounting Principles (GAAP), its operational status, and its capability for DCAA audits. Key sections address whether the organization’s accounting system has been previously audited, its compliance with Cost Accounting Standards (CAS), and specific functionalities within the accounting framework, like direct and indirect cost management, timekeeping processes, and cost accumulation by contract. The survey culminates in a recommendation, encapsulating the findings and suggesting possible follow-up evaluations post-contract award. This pre-award survey highlights the government’s due diligence in ensuring that prospective contractors have robust and compliant accounting systems, essential for transparency and accountability in federal contracting.
Apr 15, 2025, 12:05 PM UTC
The Defense Advanced Research Projects Agency (DARPA) is issuing a Performance Work Statement (PWS) for the Managed Enterprise Network Support Services (MANNUS) through an Indefinite Delivery/Indefinite Quantity (IDIQ) contract. This contract aims to provide a wide range of Information Technology (IT) services and product lifecycle support essential for DARPA’s operational and research requirements. The objective is to enhance DARPA's capabilities with flexible solutions that allow for both scheduled and ad-hoc IT support. Core services required include advanced system integration for both Windows and non-Windows systems, application analysis and programming support, and emerging technologies research. The contractor will also be responsible for comprehensive cybersecurity governance, risk management, and compliance to ensure adherence to DOD regulations. Additionally, IT services will encompass network operations, communication support, and incident management, meeting rigorous security standards in a classified environment. Key deliverables and performance metrics are established, with emphasis on continual service improvement and responsiveness to dynamic IT needs. The successful contractor must demonstrate expertise and the ability to facilitate technology integration while ensuring all actions align with DARPA’s mission of maintaining technological superiority for national defense.
Apr 15, 2025, 12:05 PM UTC
This document outlines specific additional requirements for solicitation number HR001125R0003, emphasizing the protection of Controlled Unclassified Information (CUI) and addressing organizational conflict of interest (OCI). The contractor must maintain objectivity and not exploit any non-public government information for private gain, ensuring compliance with relevant FAR guidelines. The contract type is an Indefinite Delivery Indefinite Quantity (IDIQ) with options like firm-fixed-price and cost-reimbursement. Travel reimbursements are governed by specific federal regulations depending on the contractor's status. The contractor is also required to manage invention disclosures and obtain prior approval for public dissemination of any developed information. Furthermore, cost reporting on Special Access Program (SAP) Information Technology expenses is mandated to ensure transparency in cybersecurity-related expenditures. Overall, the document establishes a framework ensuring ethical conduct, transparency, and compliance in contractor operations related to federal projects.
The Contractor Employee Non-Disclosure Agreement (NDA) is designed for employees of contractors working with the Defense Advanced Research Projects Agency (DARPA). It emphasizes the importance of safeguarding "Nonpublic Information," which encompasses sensitive data such as procurement details, proprietary business information, and personal data protected by the Privacy Act. Key obligations include limited access to Nonpublic Information strictly for contract performance, adherence to privacy protocols during information exchange, and a commitment to report any unauthorized disclosures. Contractors must return or properly destroy all Nonpublic Information upon contract completion and maintain confidentiality thereafter. Violations of the NDA may lead to legal repercussions and disciplinary actions. This agreement underlines government efforts to ensure the safeguarding of sensitive information related to federal contracts and grants.
The Defense Advanced Research Projects Agency (DARPA) has issued a solicitation for the Managed Enterprise Network Support Services (MANNUS) to design and develop a competition website focused on addressing the challenges of artificial intelligence (AI) and machine learning (ML). This initiative aims to mitigate the issue of "hallucinations" in large language models (LLMs) by hosting a competition that incentivizes the creation of an AI model capable of fact-checking and referencing. The project encompasses various objectives including user registration, a secure submission system, and a leaderboard for evaluating participant submissions based on defined metrics. Key assumptions include open participation from academia and industry, hosting through Amazon Web Services, and utilizing a publicly available dataset for the competition. The timeline for performance is set at a maximum of 24 weeks, and deliverables include a project schedule, feasibility studies, and a maintenance plan. Quality management is emphasized through a quality assurance plan that will track timeliness and user satisfaction. This solicitation underlines DARPA's commitment to fostering technological innovation while ensuring the robustness of AI applications, aimed at enhancing the integrity of AI-generated content.
The Defense Advanced Research Projects Agency (DARPA) is seeking a contractor for the installation and configuration of a large format visual media systems printer under the ManAged eNterprise Network sUpport serviceS (MANNUS) initiative. This task order aims to support various DARPA applications including research, testing, and outreach by providing high-quality prints. The selected contractor will be responsible for installing the printer, training DARPA personnel, and ensuring the device meets specified operational standards. Key tasks include the removal of an existing system, coordination of installation logistics, provision of training and documentation for printer operation and maintenance, and the development of a maintenance plan. The contractor will perform the tasks at DARPA’s Arlington, Virginia facility, adhering to a performance timeline of one month post-award. Deliverables must comply with quality assurance standards, with physical inspections and documentation required to verify successful implementation. The initiative reflects DARPA's commitment to leveraging technological advancements for military superiority and operational effectiveness.
The document outlines staffing plans for two sample task orders associated with a federal government contract. The first task order covers a performance period of up to 24 weeks, while the second task order is limited to a duration of 4 weeks. Each task order specifies the proposed labor categories, descriptions of these categories, total hours of labor required, relevant experience and certifications, and the corresponding Contract Line Item Number (CLIN). This framework is designed to ensure clarity in resource allocation and proper fulfillment of project requirements. The inclusion of detailed categories promotes a structured approach to staffing, facilitating effective project management and compliance with federal grant stipulations. Overall, the document emphasizes the importance of well-defined roles and expertise for smooth execution of government tasks, reflecting best practices in contract management.
Apr 17, 2025, 2:06 PM UTC
The document HR001125R0003 - Attachment S01 serves as a Question and Answer form related to a government Request for Proposals (RFP). It includes a structured list of inquiries along with official government responses, referencing specific sections of the RFP. The document aims to clarify various aspects of the RFP, providing potential bidders with necessary insights to facilitate their submissions. By addressing common questions, it ensures all parties have a consistent understanding of the requirements and objectives outlined in the RFP. This form is vital for transparency and effective communication between the government and prospective contractors, ultimately supporting successful project execution and compliance with regulatory standards.
Apr 17, 2025, 2:06 PM UTC
The document is a Past Performance Reference Questionnaire related to the Request for Quote HR001125R0003 for Managed Enterprise Network Support Services (MANNUS). It serves as a tool for evaluators to assess contractor performance on federal contracts. The questionnaire requires the contractor to provide relevant reference details, which the reference rater will complete and submit directly to the government contact. The questionnaire is organized into ratings based on performance, which range from "Exceptional" to "Unsatisfactory," each defined with specific criteria regarding quality, responsiveness, and management. Raters must provide a narrative justification for the rating assigned in various areas, such as product quality, timeliness, ability to meet special needs, program management, and overall satisfaction. The intent of this questionnaire is to collect objective feedback regarding a contractor's past performance to inform future procurement decisions, emphasizing accountability and quality in government contracts. Information must be returned to the government before the closing date of the RFQ, ensuring timely evaluations for ongoing procurement processes.
Apr 15, 2025, 12:05 PM UTC
The "Pre-Award Survey of Prospective Contractor Accounting System Checklist" is a comprehensive document designed to evaluate the adequacy and compliance of a contractor's accounting system prior to contract awards within government sectors. It initiates with essential company information and requires the completion of a series of questions regarding the contractor's accounting practices, past audits conducted by the Defense Contract Audit Agency (DCAA), and compliance with Cost Accounting Standards (CAS). Key areas covered include the operational status of the accounting system, compliance with Generally Accepted Accounting Principles (GAAP), readiness for DCAA audits, and the ability to segregate direct and indirect costs. Each response requires detailed narratives to support explanations provided by the contractor. The document aims to ensure that contractors possess reliable accounting systems capable of producing accurate financial information needed for government contracts, thereby promoting transparency and accountability in federal spending. Ultimately, the checklist serves to assess the contractor's preparedness to fulfill contract requirements and ensures alignment with fiscal regulations outlined in the Federal Acquisition Regulation (FAR).
Apr 15, 2025, 12:05 PM UTC
The document contains a solicitation for an indefinite-delivery indefinite-quantity (IDIQ) contract by the Defense Advanced Research Projects Agency (DARPA), focusing on commercial items. It outlines the requirements for proposal submissions, detailing submission timelines, evaluation factors, and contract types. Key proposal factors include: Sample Task Order Proposals, Technical Approach, Management Approach, Supply Chain Risk Mitigation, and Past Performance, all evaluated on an acceptable/unacceptable basis. The solicitation specifies that offers are due by April 18, 2025, and encourages small business participation, especially from those qualifying as service-disabled veteran-owned and economically disadvantaged women-owned businesses. The offerors must provide comprehensive documentation, including task order proposals, management strategies, and performance records, to demonstrate their ability to fulfill contract obligations. The emphasis is on ensuring high-quality performance and effective management across potentially concurrent task orders while mitigating supply chain risks. The structured approach of the solicitation, adhering to FAR guidelines, ensures a thorough vetting of offers to maintain compliance and fulfill government needs.
Apr 17, 2025, 2:06 PM UTC
The document is an amendment to a solicitation issued by DARPA, specifically altering the proposal due date for Phase I submissions. The original deadline of April 18, 2025, has been extended to April 25, 2025, at 5:00 PM EDT. It outlines the procedures for acknowledging receipt of the amendment and specifies that failure to acknowledge this receipt before the new deadline may lead to the rejection of offers. The amendment includes instructions for contractors on how to submit changes or acknowledgments, emphasizing that the contracting officer's signature is required. All terms and conditions of the original solicitation remain unchanged except for the new submission deadline. This amendment ensures that potential offerors have additional time to prepare their proposals, reflecting the government's commitment to facilitating robust responses while managing the solicitation process effectively.
Lifecycle
Title
Type
Solicitation
Similar Opportunities
Microsystems Technology Office (MTO) Office-wide
Buyer not available
The Defense Advanced Research Projects Agency (DARPA) is soliciting innovative research proposals through its Microsystems Technology Office (MTO) under the Broad Agency Announcement (BAA) HR001124S0028. The objective is to seek revolutionary research ideas in microsystems technology that are not currently addressed by ongoing MTO programs, focusing on three key thrust areas: Scientific Disruption, Microsystems Manufacturing Ecosystem, and Dual Use by Design. This initiative is crucial for advancing U.S. technological superiority and national security through high-risk, high-reward research that promotes collaboration across various sectors, including Historically Black Colleges and Small Business entities. Proposals will be accepted on a rolling basis until May 9, 2025, with evaluations based on scientific merit, relevance to DARPA missions, and cost realism. Interested parties can contact the BAA Coordinator at HR001124S0028@darpa.mil for further information.
PMW 160 Automated Digital Network System (ADNS) Multiple Award Contract (MAC)
Buyer not available
The Department of Defense, through the Naval Information Warfare Systems Command (NAVWAR), is preparing to issue a Full and Open competitive Request for Proposal (RFP) for the Automated Digital Network System (ADNS) Multiple Award Contract (MAC). This procurement focuses on the ADNS, which is a Navy Program of Record that integrates various Commercial-Off-the-Shelf (COTS) and Government Off-the-Shelf (GOTS) hardware and software to enhance communication capabilities across naval platforms. The contract will be structured as an Indefinite Delivery Indefinite Quantity (IDIQ) with an eight-year ordering period, and it is anticipated that the RFP will be released in the third quarter of fiscal year 2025, with contract awards expected in the first quarter of fiscal year 2026. Interested parties can direct inquiries to Contract Specialist Andrea M. Cohn at andrea.m.cohn.civ@us.navy.mil or by phone at 619-208-1247.
Missile Defense Agency - Multiple Authority Announcement
Buyer not available
The Missile Defense Agency (MDA) of the Department of Defense is issuing a Multiple Authority Announcement (MAA) under Solicitation No. HQ0860-25-S-0001, aimed at enhancing missile defense capabilities through innovative technology development. This initiative invites qualified offerors to propose solutions across various technical areas, including kinetic and hypersonic defense systems, command and control technologies, integrated electronic warfare strategies, and disruptive technologies, with a focus on rapid capability development and prototype systems. The MDA emphasizes the importance of collaboration with non-traditional sources to address evolving defense challenges, and all communications must remain unclassified. Interested parties can direct inquiries to MDA-MAA@mail.mil, and should ensure they are registered in the System for Award Management (SAM) to participate in this opportunity, which spans from March 27, 2025, to March 27, 2030.
Disruptioneering Program Announcement
Buyer not available
The Defense Advanced Research Projects Agency (DARPA) is seeking proposals for its "Disruptioneering Program Announcement" aimed at fostering high-risk, high-reward research initiatives in defense sciences. This program will utilize Other Transactions for Prototype agreements to fund projects that lead to prototype demonstrations, with a total funding cap of $2 million for combined projects and a minimum cost share of one-third in certain cases. The initiative emphasizes rapid exploration of emerging scientific advances and encourages collaboration with commercial entities, nonprofits, and universities, particularly benefiting nontraditional defense contractors with reduced restrictions. Interested parties can direct inquiries to the BAA Coordinator at DARPA-PA-24-04@darpa.mil, with proposals expected to adhere to specific guidelines and submission formats outlined in the program documentation.
DLA Research and Development; Acquisition Modernization Technology Research (AMTR) SP4701-23-B-0001
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Acquisition Modernization Technology Research (AMTR) program under solicitation SP4701-23-B-0001. This initiative aims to modernize acquisition processes by assessing and improving procurement methodologies through research and development efforts, particularly focusing on IT modernization and advanced technologies that align with DLA's strategic objectives. The AMTR program is critical for enhancing logistics and supply chain management within the defense sector, ensuring that the DLA can meet evolving operational demands effectively. Interested vendors must submit their full cost and technical proposals by April 1, 2024, to be considered for an Indefinite Delivery, Indefinite Quantity (IDIQ) contract, with further details available from primary contact Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
Military Unique Sustainment Technology II (MUST-II)
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA), is seeking proposals for the Military Unique Sustainment Technology II (MUST-II) program, aimed at enhancing military supply chain processes related to clothing and individual equipment (CIE). The program focuses on forming a community of practice to implement process re-engineering and develop knowledge-based digital technical data models that will improve collaboration among military services, DLA, and the industrial base. This initiative is critical for revolutionizing the management of military uniforms and equipment supply chains using advanced manufacturing technologies, with a total government investment of up to $4 million annually. Interested parties can submit proposals until August 2, 2025, and should direct inquiries to Sara Cepeda at Sara.Cepeda@dla.mil or by phone at 215-737-5498.
Project Manager Support Services for Defensive Cyber Operations
Buyer not available
The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking experienced small businesses to provide Project Manager Support Services for Defensive Cyber Operations (DCO). The primary objective is to augment government personnel with advisory and assistance support to enhance the Army's cyber capabilities, ensuring robust defenses against malicious cyber activities that threaten data and network integrity. This initiative is critical for maintaining operational readiness and safeguarding Department of Defense systems, with a performance period anticipated from January 14, 2027, to January 13, 2032, primarily at Fort Belvoir, Virginia, and Fort Eisenhower, Georgia. Interested parties should contact Talitha Schmelzer at talitha.k.schmelzer.civ@mail.mil or call 667-891-5295 for further details, as the notice serves to gather information and does not constitute a solicitation for contract awards.
Strategic Technology Office-wide Broad Agency Announcement
Buyer not available
The Defense Advanced Research Projects Agency (DARPA) is inviting proposals for its Strategic Technology Office-wide Broad Agency Announcement (BAA) HR001125S0001, aimed at funding innovative research that leads to revolutionary advances in technology for national security. Proposals should focus on disruptive technologies across various domains, including artificial intelligence, advanced computing, and robotics, while avoiding evolutionary improvements to existing practices. This initiative is critical for developing new capabilities that enhance the U.S. military's operational effectiveness and adaptability in complex environments. Interested organizations, including small and minority-owned businesses, must submit their proposals by October 31, 2025, and are encouraged to contact the BAA Coordinator at HR001125S0001@darpa.mil for further information.
Defense Sciences Office (DSO) Office-wide BAA
Buyer not available
The Defense Advanced Research Projects Agency (DARPA) is inviting proposals for its Defense Sciences Office (DSO) Office-wide Broad Agency Announcement (BAA), aimed at soliciting innovative research ideas that can lead to revolutionary advancements in national security applications. Proposals should focus on novel approaches rather than incremental improvements, covering key research areas such as Novel Materials & Structures, Sensing & Measurement, and Emerging Threats. This initiative is crucial for fostering advanced research that aligns with DARPA's mission to enhance national defense capabilities. Interested organizations can submit proposals until September 26, 2025, and should direct inquiries to the BAA Coordinator at HR001124S0039@darpa.mil.
Manufacturing and Services Acquisition (MASA)
Buyer not available
The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking sources for the Manufacturing and Services Acquisition (MASA) to support various military projects. The procurement aims to identify contractors capable of providing manufacturing and service support across five specific task areas: production hardware, research and development hardware, plating services, electronics assembly, and advanced machining. These services are critical for the fabrication and assembly of military products, ensuring operational readiness and technological advancement. Interested parties must submit their capabilities and contact information via email to Sara Cooper at sara.j.cooper4.civ@us.navy.mil by 3:00 PM EST on May 2, 2025, with submissions not exceeding 2 MB and avoiding .zip files.