Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA)
ID: HC104725R0003Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEFENSE INFORMATION SYSTEMS AGENCY (DISA)DEFENSE INFORMATION SYSTEMS AGENCYFORT MEADE, MD, 20755-0549, USA

NAICS

Custom Computer Programming Services (541511)

PSC

IT AND TELECOM - BUSINESS APPLICATION/APPLICATION DEVELOPMENT SUPPORT SERVICES (LABOR) (DA01)
Timeline
    Description

    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking proposals for the Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services. The objective of this procurement is to develop and enhance capabilities for visualizing and assessing Electromagnetic Spectrum activities, which are crucial for situational awareness in support of Joint Electromagnetic Spectrum Operations. This initiative is vital for maintaining operational superiority in the electromagnetic spectrum, ensuring effective resource management and cybersecurity throughout the software development lifecycle. Interested parties should note that the proposal submission deadline has been extended to April 30, 2025, and can reach out to Kathleen Aguila at kathleen.m.aguila.civ@mail.mil or Mr. Todd Nace at todd.r.nace.civ@mail.mil for further inquiries.

    Point(s) of Contact
    Files
    Title
    Posted
    The document appears to be an information notice related to potential issues with viewing PDF files, specifically suggesting that users may need to update their version of Adobe Reader to access the contents. It emphasizes the importance of having the latest software for optimal viewing and provides links for downloading and assistance. The text also notes trademarks associated with various software and operating systems, indicating a formal notice rather than detailed content. There are no details about RFPs, federal grants, or local proposals as it primarily addresses technical difficulties regarding document access. This lack of substantive content suggests the document is more of a technical support notice rather than a resource for government funding opportunities.
    The document outlines a solicitation related to Government Furnished Property (GFP) under a Department of Defense (DoD) contract. It is specifically focused on the procurement of laptops and their accessories for military use. Issued by Todd Nace, the key elements include item specifications, a requisition quantity of 15-20 units at an acquisition cost of $1,500 each, and an attachment date of March 11, 2025. The equipment falls under a consolidated GFP attachment indicating it is non-serially managed. The document highlights requirements for additional item descriptions, manufacturer codes, and part numbers if applicable. Furthermore, it stresses that if certain delivery details are included, all related fields must be filled out. The purpose of this solicitation is to facilitate the acquisition of essential technology to support operational needs within the military, ensuring that procurement processes align with government regulations. This solicitation emphasizes compliance with Federal Acquisition Regulations (FAR) and indicates the strategic approach to fulfill military requirements efficiently.
    The provided document is a Non-Disclosure Agreement (NDA) for contractor personnel working with the Defense Information Systems Agency (DISA). Its primary purpose is to prevent unauthorized disclosure of sensitive or proprietary information that might be accessed during the performance of a government contract. The NDA outlines the obligations of the contractor employee regarding confidentiality, including a prohibition on sharing sensitive data, such as financial information, personal data, and operational details, with unauthorized individuals. It emphasizes that the employee must use the information solely for contract performance and must return all proprietary data upon contract completion. The agreement also specifies that these confidentiality obligations persist even after the contract ends, extending until the information is officially released by the government. Additionally, it clarifies that certain legal disclosures, such as to Congress or in cases of law violations, are not restricted by the NDA. The document incorporates various legal frameworks protecting sensitive information, thereby reinforcing the importance of compliance with federal standards. Overall, the NDA serves as a critical tool for maintaining the integrity and confidentiality of government-related information in contracting scenarios.
    The document discusses a proposal related to the solicitation HC104725R0003 for Policy, Development, and Operational Support. The Offeror commits to completing 75% of the staffing needs within two weeks and achieving full staffing within 21 calendar days. This proactive staffing strategy is designed to ensure that all employees are fully onboarded by the end of the transition period, effectively minimizing gaps in workforce readiness. The benefit to the government includes streamlined operations and a reduction in delays related to employee acclimatization, thereby enhancing overall efficiency during the project's inception. This promise reflects a commitment to fulfilling contractual obligations promptly, ensuring that the government can rely on a fully staffed team for operational continuity and effectiveness.
    The document outlines the Defense Information Systems Agency (DISA) EMBM-J Situational Awareness Request for Proposal (RFP) requirements. Its main purpose is to guide Offerors in providing compliant and detailed pricing proposals through a structured template. The Offeror is responsible for linking calculations, including the Contract Line Item Number (CLIN) structure and associated pricing, ensuring traceability and accuracy throughout the submission. The CLIN structure includes various types of contracts—Fixed Firm Price (FFP) and Cost Plus Fixed Fee (CPFF)—related to operational and engineering support, software development, and other direct costs. Offerors must submit detailed cost breakdowns, including labor rates and indirect costs, across specified contract periods (base and options), along with all necessary supporting documentation. The total proposed price spans various task orders, ultimately summing to over $2.4 million for Option Periods. The document emphasizes the critical importance of ensuring the pricing structure aligns with federal regulations and that all functionality requirements are satisfied. Overall, this RFP is essential for capturing the comprehensive details needed for competitive bidding in defense systems operations.
    The document outlines requirements for offerors responding to the solicitation HC104725R0003, specifically regarding the submission of past performance references. Offerors must detail three different contracts by providing key information such as the title, point of contact, agency details, contract type, period of performance, and contract value. For each reference, a brief description of the work performed is also required, demonstrating how these past efforts relate to the proposed work. This structured request helps assess the offerors' relevant experience and capabilities in fulfilling the solicitation's objectives. The focus is on ensuring that offerors can relate their previous contracts to the current proposal, emphasizing the importance of past performance in government contracting.
    The document outlines several components of the Electromagnetic Battle Management (EMBM) program under Solicitation HC104725R0003. It highlights key artifacts such as the Capability Design Document (CDD), Concept of Operations (CONOPS), and associated security and systems architecture diagrams. The CDD establishes a partnership between operational sponsors and program managers for collaborative software development. The EMBM-J doctrine illustrates the requirements for material and non-material capabilities in Joint Electromagnetic Spectrum Operations (JEMSO). Additionally, the document elaborates on the system architecture, detailing network topology and service integration expectations. It emphasizes adherence to NGA CORE standards for software teams and outlines the future direction, key features, and timelines relevant to the EMBM-J program. The document's framework supports ongoing resource alignment and stakeholder engagement, while the CONOPS provides an overview of application capabilities, constraints, and operational stakeholders, demonstrating the program's commitment to enhancing joint operational effectiveness in electromagnetic operations. Overall, it serves as a foundational guide for contractors involved in the EMBM initiative.
    The Small Business Participation Plan Template is a federal government document aimed at promoting small business involvement in contracts. It requires prime contractors to declare their business size and categorize their participation as large or small, with distinctions for disadvantaged, women-owned, HUBZone, and service-disabled veteran-owned businesses. Contractors must present their total contract value (TCV), detailing the dollar amounts and percentages for themselves and their subcontractors, ensuring that all contributions total 100%. The plan encourages maximum participation from small businesses and mandates specific quantitative requirements for different small business categories, along with explanations for any deficiencies. It outlines the complexity of tasks designated for subcontracting, ranging from low to high technical expertise, and emphasizes the need for enforceable commitments through cooperative agreements or contracts. Furthermore, contractors are guided on how to enhance small business participation, including outreach initiatives and removing barriers for entry, notably by sponsoring facility site clearances. The document emphasizes that contractors are required to guarantee at least two facility site clearances for small businesses within the first year of the contract. Overall, this template supports government efforts to ensure equitable opportunities for small businesses in federal contracting.
    The document serves as a Small Business Participation Plan Template, detailing requirements for prime contractors in federal government RFPs. Specifically, it outlines how prime offerors should categorize their business size, specify subcontracting plans with large and small businesses, and report on the participation of various small business categories. Each submission must provide financial details related to total contract value (TCV), ensuring that percentages total 100%. The plan necessitates explanations for any proposed participation goals falling short of minimum quantitative requirements. It emphasizes the importance of leveraging small businesses, requiring prime contractors to sponsor facility site clearances for at least two small businesses within the initial contract year. The document also includes a section on how the offeror plans to encourage small business participation through outreach initiatives and collaborations with small business programs. Additionally, it mandates enforceable agreements to demonstrate commitment toward small business inclusivity. This comprehensive template highlights the government’s goal of maximizing small business involvement in federal contracts, while providing a structured approach to achieve these objectives.
    The document pertains to a consent letter required for subcontractors or teaming partners involved in responding to a Defense Information Systems Agency (DISA) solicitation for Joint Electromagnetic Battle Management Situational Awareness Services. It emphasizes the need for subcontractors' consent before the disclosure of their past and present performance information to the prime contractor, as the government cannot share this data without such consent. The letter aims to facilitate the evaluation of past performance during the source selection process, which is increasingly significant for achieving the best value. Subcontractors or teaming partners are instructed to complete and submit the consent letter as part of their Past Performance Volume alongside the proposal. The document is crucial in ensuring compliance with the government's evaluation standards and supporting the contractor's submission for the proposed project.
    The DISA Subcontracting Plan Checklist outlines requirements for contractors to meet while preparing subcontracting plans for federal procurement. It includes essential elements such as total subcontracting dollar amounts and percentages allocated to small businesses, including specific categories such as small disadvantaged, women-owned, HUBZone, veteran-owned, and service-disabled veteran-owned businesses. Contractors must provide documentation on the principal supplies and services to be subcontracted, methods for developing subcontracting goals, and plans for promoting equitable opportunities for small businesses. Moreover, the checklist emphasizes record-keeping for compliance, including outreach efforts and responses to subcontract solicitations. Assurances regarding timely payment to small business subcontractors and the necessity of including small business clauses in all relevant subcontracts are also highlighted. The plan must receive approval, ensuring it meets federal acquisition regulations, reflecting the government's commitment to utilizing small businesses in contracting opportunities. Each submission requires appropriate signatures and reviews to evaluate compliance with set standards, culminating in a rating of acceptable or unacceptable based on adherence to these requirements.
    The document serves as a response to questions raised regarding the Request for Proposal (RFP) HC104725R0003 for Policy, Development, and Operational Support. It presents a structured format where government responses correspond to specific inquiries related to the RFP. Notably, it mentions a change in location pertinent to the RFP but does not provide further details on the nature of the change or additional questions asked. The content implies ongoing discussions and clarifications critical for potential applicants to understand the RFP's requirements and any adjustments made. The overall purpose of this document is to provide transparency and ensure that vendors have the necessary information to formulate their proposals effectively. Therefore, it highlights the government’s commitment to maintaining clear communication throughout the RFP process.
    The document is an official government response to questions raised regarding RFP HC104725R0003 for Policy, Development, and Operational Support. Key clarifications include guidelines on document sharing, with contractors obliged to manage materials according to Joint Certification Program directives while ensuring access is limited to those with a valid need. The proposal deadline is extended to April 23, 2025, and it confirms compliance with Executive Order 14151 for Women-Owned Small Business (WOSB) and Small Disadvantaged Business (SDB) participation requirements. The SDB goal is set at 5% of the total contract value. Furthermore, all subcontractors and teaming partners must complete a Past Performance Consent Letter, and security clearance levels for key personnel are specified. The government emphasizes cybersecurity accreditation requirements for operational environments. The document underscores the government’s commitment to transparency and compliance, ensuring fair opportunities for all offerors while facilitating small business involvement in the bid process. Overall, the responses aim to address concerns and promote equitable participation in the RFP process while upholding regulatory standards.
    The document outlines a Request for Proposal (RFP) for the Electromagnetic Battle Management Joint Situational Awareness (EMBM-J SA) program. This government initiative aims to enhance capabilities related to electromagnetic spectrum operations in a dynamic and competitive environment. Key tasks for the contractor include Agile Program Management, Engineering Support, Software Development, and Infrastructure Operations. The contractor will utilize Agile methodologies for systematic development, testing, and delivery of software releases while adhering to cybersecurity protocols. Various optional tasks are also identified, including specialized user support and migration to new operational environments. The RFP emphasizes the importance of interoperability among EMBM-J capabilities and necessitates contractors to integrate modern technology for enhanced situational awareness of the electromagnetic operational environment (EMOE). The document further outlines performance requirements, including quality control, reporting processes, and a focus on staff qualifications. By fostering collaboration with government stakeholders and leveraging existing capabilities, the program aims to achieve superiority in electromagnetic operations while ensuring effective resource management and sustainability throughout the software development lifecycle. Overall, the RFP reflects the government's commitment to maintaining a strategic advantage in managing the electromagnetic spectrum for military operations.
    The document outlines Amendment 1 to a federal Request for Proposal (RFP) regarding Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services. Key updates include modifications to various sections, extensions for proposal submissions until April 23, 2025, and adjustments to the List of Documents. The RFP solicits proposals using a best-value evaluation method, focusing on technical and management approaches, past performance, and cost/price analysis. Offerors are instructed to follow specific formats for their submissions, including an executive summary and details of small business participation. Critical aspects include the provision of a detailed Supply Chain Risk Management (SCRM) plan and a commitment to maximize small business utilization, with established minimum quantitative requirements. The document stresses the importance of clear instruction compliance, ensuring all sections are completed to prevent disqualification. This RFP reflects the government’s strategy to procure high-quality, efficient contract services while promoting small business involvement and meticulous evaluation protocols for awarded contracts.
    The document outlines Amendment 2 to a federal Request for Proposal (RFP) regarding the Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services contract. Key updates include the extension of the proposal submission deadline to April 30, 2025, and modifications to the Instructions to Offerors concerning electronic submission of documents and communication protocols. The contract employs a best-value, trade-off evaluation method and emphasizes the importance of detailed, compliant proposals. Offerors must provide a comprehensive technical/management approach, a transition plan, and past performance information, highlighting their use of small business participation and supply chain risk management. Specific tasks and estimated workloads across multiple years are outlined, specifying mandatory and optional tasks under the contract. The document reaffirms the necessity for clarity, compliance, and coherence in proposals and sets forth strict guidelines for formatting, submission, and evaluation criteria. In summary, the amendment facilitates a fair evaluation of proposals aimed at enhancing electromagnetic situational awareness capabilities while ensuring compliance with federal procurement regulations.
    The document outlines Amendment 3 of a federal Request for Proposal (RFP) regarding Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) support services, indicating a suspension of the solicitation due to funding constraints. The proposal process utilizes a best-value trade-off evaluation method, focusing on the contractor's capabilities and requiring detailed responses to specific tasks within a structured framework. Offerors must prepare proposals that encompass technical approaches, a transition plan, small business participation, and past performance details, with strict adherence to formatting and submission guidelines. The RFP emphasizes the importance of funding availability, risk management, and capabilities in addressing the objectives of the EMBM-J SA program, including cybersecurity and data fusion from diverse datasets. Additionally, the document sets quantitative goals for small business participation and requires comprehensive plans to ensure compliance. Clear instructions for preparing, submitting, and managing proposals are provided, including guidelines on documentation, page limits, and methods of communication with government officials. This RFP aims to ensure effective competition, enhance small business participation, and secure robust proposals for critical IT services.
    The document is an amendment to a government Request for Proposal (RFP) (HC104725R0003) for the Electromagnetic Battle Management Joint Situational Awareness (EMBM-J SA) support services. It formally announces the cancellation of the solicitation due to funding issues and outlines changes to the proposal submission process. The amendment emphasizes that all proposals must follow specific guidelines, including detailed instructions on technical/management approaches, small business participation plans, past performance references, and cost/price proposals. The RFP encourages offerors to present a comprehensive solution that meets the outlined objectives while adhering to strict evaluation criteria set by the government. It also details the submission requirements for proposals, including formatting, content organization, and page limits, while highlighting the importance of clear communication between offerors and government officials. The document reflects government efforts to foster competition and ensure proper utilization of small businesses in contracts, underscoring compliance with federal acquisition regulations. This amendment is a critical maneuver in managing the acquisition process and ensuring that any future proposals align with governmental objectives.
    The document outlines a Request for Proposal (RFP) for the Electromagnetic Battle Management Joint (EMBM-J) Situational Awareness (SA) system, aimed at enhancing situational awareness and operational effectiveness within the United States Department of Defense (DoD). It details various tasks for contractor support services related to Agile program management, engineering support, software development, and operational infrastructure. The primary objectives revolve around developing automated electromagnetic operational environment evaluations and ensuring interoperability across military operations. Key tasks include providing program management support, engineering outreach, and agile software development aligned with Continuous Integration/Continuous Development (CI/CD) methodologies. Optional tasks further include help desk support and migrations to advanced cloud capabilities. The document specifies performance work statements, requirements for quality control, and oversight mechanisms for contractor performance. The need for coordinated electromagnetic operations against peer adversaries highlights the importance of this capability, indicating a strategic focus on maintaining superiority within contested environments. The structure of the RFP emphasizes progressive achievement through incremental development, leveraging existing technologies to fulfill mission objectives, and ensuring a secure, efficient operational framework to support decision-making in military engagements.
    Similar Opportunities
    Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is seeking proposals for a Vulnerability Disclosure Program (VDP) Enterprise Management System (EMS) to support its Cyber Crime Center (DC3). The procurement aims to secure a commercial solution that includes vulnerability submission workflows, researcher engagement tools, and advanced reporting capabilities for both the DoD and Defense Industrial Base (DIB) VDPs. This initiative is crucial for enhancing the security of the DoD Information Network and leveraging crowdsourced cybersecurity expertise. Proposals are due by January 9, 2026, at 1600 EST, and interested parties should direct inquiries to Phelicha Silva at phelicha.silva@us.af.mil or Ryan Amos at ryan.amos.5.ctr@us.af.mil. Please note that funding for this contract is contingent upon the availability of appropriated funds.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    AIR FORCE CRYPTOLOGIC OFFICE COMMERCIAL SOLUTIONS OPENING
    Dept Of Defense
    The Department of Defense, through the Air Force Cryptologic Office (AFCO), is seeking innovative solutions in Electromagnetic Warfare (EW), Information Operations (IO), and electromagnetic digital communications via a Commercial Solutions Opening (CSO). The objective is to leverage mature technologies in novel ways for field demonstrations within a year, with a focus on innovative material approaches or services. This initiative is crucial for enhancing capabilities in multi-domain operations, with funding anticipated between $50,000 and $50 million for successful proposals over a contract period of 1-5 years. Interested parties should contact Carissa Heuertz at carissa.heuertz@us.af.mil or Dr. Lisa Anderson at lisa.anderson.4@us.af.mil for further details.
    Broad Agency Announcement for Advanced Battle Management Systems (ABMS)
    Dept Of Defense
    The Department of Defense, through the Air Force Lifecycle Management Center (AFLCMC), is issuing a Broad Agency Announcement (BAA) for the Advanced Battle Management Systems (ABMS) initiative, aimed at developing innovative technologies to enhance Joint All-Domain Command and Control (JADC2) capabilities. This opportunity seeks proposals that focus on integrating various technologies to improve operational efficiency and information delivery across multiple military domains, addressing the need for advanced surveillance, communications, and battle management systems. The BAA will remain open until December 31, 2026, with individual calls for proposals issued periodically, and interested parties are encouraged to contact Marcus Green at marcus.green.7@us.af.mil or Wesley Livesay at wesley.livesay@us.af.mil for further information. The initiative emphasizes collaboration with industry partners and aims to leverage cutting-edge technologies to ensure U.S. military superiority in contested environments.
    J&A for Electromagnetic Pulse (EMP) Advanced Testing and Technical Assistance (T&TA) for System Vulnerabilities and Assessments
    Dept Of Defense
    The Department of Defense, through the Defense Threat Reduction Agency (DTRA), is seeking advanced testing and technical assistance (T&TA) related to Electromagnetic Pulse (EMP) for system vulnerabilities and assessments. This procurement aims to enhance the understanding and mitigation of vulnerabilities associated with EMP threats, which are critical for national defense and security. The opportunity is based in Reston, Virginia, and interested parties can reach out to Michelle Sands at michelle.r.sands2.civ@mail.mil for further details. The Justification and Approval document outlining the specifics of this opportunity is attached for review.
    Integrated spectrum Warfare (ISW)
    Dept Of Defense
    The Department of Defense, specifically the Naval Air Warfare Center, is soliciting proposals for the Integrated Spectrum Warfare (ISW) initiative. This opportunity focuses on research and development in the physical, engineering, and life sciences, aiming to enhance national defense capabilities through innovative solutions in spectrum warfare. Interested firms must be registered in the System for Award Management (SAM) database to participate, and they should refer to the attached announcement for detailed submission procedures and evaluation criteria. For further inquiries, potential applicants can contact Samantha Guth at samantha.a.guth.civ@us.navy.mil or by phone at 760-793-3079.
    59--DISCHARGER,ELECTROS
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of 62 units of the Electros Discharger, identified by NSN 5920013470728. This solicitation is part of a combined synopsis/solicitation and is crucial for maintaining electrical and electronic equipment components within military operations. Interested vendors are encouraged to submit their quotes electronically, as hard copies of the solicitation will not be available, and all submissions must be received by the specified deadline of 468 days after order. For inquiries, potential bidders can contact the DLA via email at DibbsBSM@dla.mil.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Draft RFP - Enterprise Service Solutions IV
    Dept Of Defense
    The Department of Defense, through the Defense Information Systems Agency (DISA), is seeking industry feedback on a draft Request for Proposal (RFP) for the Enterprise Service Solutions IV contract. This procurement aims to establish an indefinite delivery/indefinite quantity contract for managed storage services and on-demand storage solutions, addressing the need for a scalable storage system that can adapt to varying demands while ensuring cost flexibility and comprehensive maintenance of necessary assets. The contract will support both continental United States (CONUS) and outside continental United States (OCONUS) operations, emphasizing high availability, security, and interoperability with existing government infrastructure. Interested parties can direct inquiries to Tricia L. Singler at tricia.l.singler.civ@mail.mil or Joe Santel at joseph.l.santel2.civ@mail.mil, with no proposals accepted in response to this draft notice.
    W56KGU-22-R-0ESI BAA Amendment 08
    Dept Of Defense
    The Department of Defense, through the U.S. Army's C5ISR Center, is inviting innovative research proposals under the Broad Agency Announcement (BAA) W56KGU-22-R-0ESI, aimed at enhancing military capabilities in Systems Integration and C5I Engineering. This opportunity encourages collaboration from industry, academic institutions, and small businesses to develop prototypes that improve technological effectiveness, with a continuous submission window open until November 2027. The BAA emphasizes the importance of compliance with security and export regulations, requiring participants to be U.S. citizens and adhere to strict technical and organizational standards. Interested parties can contact the ESI BAA Acquisition Mailbox at usarmy.apg.devcom-c5isr.mbx.esi-bus-ops-acq-baa@army.mil for further details and guidance on proposal submissions.