Reclaiming Bus-based Systems During Compromise (Red-C)
ID: HR001125S0005Type: Solicitation
Overview

Buyer

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

NAICS

Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology) (541715)

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; APPLIED RESEARCH (AC12)
Timeline
    Description

    The Defense Advanced Research Projects Agency (DARPA) is soliciting innovative proposals for the "Reclaiming Bus-based Systems During Compromise (Red-C)" program, aimed at enhancing the cybersecurity of bus-based systems through the development of self-healing technologies. The primary objectives include creating algorithms for retrofitting firmware on components to function as forensic sensors, enabling real-time detection, repair, and mitigation of cyber-attacks. This initiative is critical for addressing vulnerabilities in Department of Defense systems that rely on bus architectures, which are susceptible to cascading trust attacks and lack sufficient forensic data for recovery. Proposals are due by April 10, 2025, and should be submitted to the BAA Coordinator at RedC@darpa.mil, with evaluations based on technical merit, relevance, and cost realism.

    Point(s) of Contact
    BAA Coordinator
    RedC@darpa.mil
    Files
    Title
    Posted
    The document outlines the proposal submission guidelines for DARPA's Broad Agency Announcement (BAA), HR001125S0005, focused on "Reclaiming Bus-based Systems During Compromise (Red-C)." Proposers must adhere to specific formatting requirements and utilize mandatory templates for Volume I (Technical and Management) and Volume II (Cost). Key elements include a proposal summary that highlights project objectives, limitations of current practices, potential impacts, and innovative approaches. The guidelines specify a maximum of 25 pages for technical and management components, while additional materials like resumes and references are optional. Clear project deliverables, milestones, and management plans are emphasized, along with necessary qualifications of key personnel. Proposals must address organizational conflict of interest, demonstrate unique capabilities, and outline intellectual property considerations. Overall, this document serves as a comprehensive framework to ensure the quality and specificity of proposals submitted to DARPA, emphasizing innovation that exceeds current technologies and practices.
    The document HR001125S0005 outlines proposal instructions for the Broad Agency Announcement (BAA) on "Reclaiming Bus-based Systems During Compromise (Red-C)." It emphasizes the mandatory use of specified templates for full proposal submissions, including a Cost Volume that must be comprehensive and traceable across all documents. While the DARPA Standard Cost Proposal Spreadsheet is optional, proposers are encouraged to utilize it for rapid cost analysis and negotiation. Submissions must be detailed, addressing direct labor, indirect costs, materials, travel, and consultant costs, with adequate supporting documentation. Proposers are responsible for compiling non-proprietary costs from subcontractors, ensuring all information is consistent and accurately reflected. Additionally, specific contractual obligations apply, such as the potential requirement for certified cost or pricing data under certain thresholds and a subcontracting plan for small businesses. The proposal must provide a detailed breakdown of costs without an imposed page limit, adhering to formatting requirements. This file underscores the structured approach and accountability expected in federal government procurement processes, ensuring proposals are thorough and well-documented to facilitate funding decisions.
    The document provides mandatory instructions for proposals submitted to a Broad Agency Announcement (BAA) under DARPA. It outlines the required templates, such as the Proposal Summary Slide Template and cost proposal documents, which must be submitted in specific formats. Proposals need to be comprehensive, including a clear description of the technical approach, key innovations, limitations, and how progress will be measured. Additionally, potential technical risks must be identified along with mitigation strategies. The structure includes sections detailing team organization, milestones, and schedules for the project phases. Formatting guidelines stipulate language, paper size, margins, and font requirements. Overall, it emphasizes clarity and completeness in presenting technical and cost-related proposals to ensure they meet the standards necessary for evaluation in government procurement processes.
    The DARPA Standard Cost Proposal Spreadsheet serves as a comprehensive tool for proposers to assist in formulating cost proposals for government contracts, specifically within the SBIR/STTR initiatives. The spreadsheet mandates a detailed breakdown of various cost components, including direct labor costs, fringe benefits, overhead, subcontracts, consultants, and material handling, ensuring all data is adequately supported with justification for reasonableness. Proposers must provide all necessary documentation and adhere to stringent compliance with federal acquisition regulations, particularly for contracts exceeding $2 million. The spreadsheet is designed to streamline the proposal evaluation process, enabling rapid analysis of proposed costs and expediting award negotiations. It includes multiple worksheets for different fiscal years and cost categories, ensuring all information is organized and easy to access. Additionally, the document emphasizes the importance of feedback for continuous improvement of the cost proposal process. Overall, this standardized format underscores DARPA's commitment to transparency, efficiency, and accountability in managing federal grants and proposals.
    This document outlines a federal contract awarded by the Defense Advanced Research Projects Agency (DARPA) under the identifier HR00112XCXXXX. The contract is a Cost-Plus-Fixed-Fee (CPFF) agreement, detailing the responsibilities of the contractor to deliver supplies and services as specified in Statements of Work (SOW) and associated attachments. The primary tasks include providing technical data, reports, and other deliverables in accordance with predetermined requirements. The agreement highlights the contractor's obligation to maintain compliance with various clauses related to government procurement, property management, and financial accountability. Additionally, the contract stipulates guidelines for payment procedures, invoicing, and the management of Controlled Unclassified Information (CUI). It emphasizes the importance of safeguarding sensitive information and outlines reporting requirements for project milestones, progress, and financial status. The document's adherence to federal procurement standards ensures a structured approach to project performance while promoting transparency, accountability, and effective communication between the government and the contractor. Overall, this contract represents DARPA's commitment to advancing research and technology through structured partnerships with private entities.
    This document outlines a federal contract awarded by the Defense Advanced Research Projects Agency (DARPA) under the reference HR00112XCXXXX. It details the terms and conditions of a Cost-Plus-Fixed-Fee (CPFF) contract for services provided by the contractor, including obligations for supplying goods and delivering reports in accordance with a specified Statement of Work (SOW). The contract covers various elements, such as delivery schedules, payment methods via the Wide Area Workflow (WAWF) system, and requirements for subcontractor approval. Key elements include specifications for submitting invoices, definitions of roles, and procedures for changing key personnel. The contractor is responsible for safeguarding sensitive information and adhering to federal regulations regarding reporting and public disclosures. The contract also emphasizes compliance with labor laws, equal opportunity requirements, and environmental considerations. Overall, this document functions as both a contractual agreement and a guideline for executing tasks, ensuring accountability and adherence to federal standards throughout the duration of the contract.
    The Baseline Model Contract Addendum details additional clauses applicable to federal contracts based on their monetary thresholds. Contracts valued over $2 million must incorporate specific clauses regarding cost data, pension adjustments, ownership changes, and cost accounting standards. Further stipulations apply as contract amounts increase, with contracts over $5 million requiring disclosures related to employment practices in China and codes of ethics. Contracts exceeding $15 million mandate reports on intended performance outside the U.S. and Canada. Additionally, there are clauses for contracts containing options and those involving access to classified information, related to security requirements and drug-free workforce policies. Contracts with educational institutions have unique provisions focused on training and cost accounting standards. This document serves as a comprehensive guide for understanding the additional requirements imposed on federal contracts based on their size and type, ensuring that both large and small businesses comply with federal regulations when responding to Requests for Proposals (RFPs) and grants.
    The document outlines Cooperative Agreement HR0011242XXX, issued by the Defense Advanced Research Projects Agency (DARPA) for funding research associated with a specific program. The agreement provides a detailed framework, including the purpose, funding amounts, terms, and essential contacts. The total funds obligated are specified, including cost-share requirements, which must be reported in final financial statements. Key sections include the description of the agreement's intended research scope, administration details, and the roles of the Principal Investigator and Grants Officer’s Representative. The agreement emphasizes substantial government involvement in the project, demanding frequent reporting and updates on research progress. Furthermore, it delineates requirements for administrative compliance, intellectual property management, human and animal welfare regulations, and restrictions on publication based on the nature of the research. The document serves as a formal guideline for the recipient, stipulating conditions under which the research must be executed, along with the necessary documentation and procedures for funding requests and reporting obligations. It embodies DARPA’s commitment to supporting advanced developmental research while ensuring compliance with federal regulations and oversight.
    The document outlines an Other Transaction Agreement (OTA) between the Defense Advanced Research Projects Agency (DARPA) and a selected nontraditional defense performer for a research and development program aimed at prototype development under the authority of 10 U.S.C. § 4022. It details the agreement's structure, including scope, management, funding, and compliance requirements. Key sections address project management, milestone payments, patent and data rights, and cybersecurity provisions for protecting covered defense information. The performer is tasked with delivering specified research outcomes and is subject to performance evaluation tied to payment. The agreement incorporates protocols for dispute resolution, oversight by DARPA, and stipulations for intellectual property, emphasizing the government's rights to inventions generated from the project. The agreement also ensures rigorous safeguarding of sensitive information and compliance with national security regulations. Overall, this OTA signifies DARPA's commitment to leveraging innovative technologies while maintaining stringent oversight of defense-related research initiatives.
    The Defense Advanced Research Projects Agency (DARPA) has issued a Broad Agency Announcement (BAA) for the Reclaiming Bus-based Systems During Compromise (Red-C) program, seeking innovative proposals to enhance cyber defense in bus-based systems. The goal of the program is to develop self-healing systems that can detect, repair, and mitigate cyber attacks through the retrofitting of firmware on components. Proposals should focus on two technical areas: Instrumentation (TA1) for generating forensic data and Response (TA2) for detecting and repairing systems during attacks. Key metrics will assess detection speed, system overhead, and restoration quality. Collaborative contributions through open-source datasets and tools will form a community supporting Red-C's objectives. The program aims for a two-year development phase, encouraging access to hardware and firmware for effective execution. Proposals are due by April 10, 2025, and will be evaluated for technical merit, relevance to DARPA's mission, capabilities, and cost realism. This initiative underscores a commitment to enhancing cybersecurity resilience against increasingly sophisticated threats.
    The Defense Advanced Research Projects Agency (DARPA) has issued a Broad Agency Announcement (BAA) titled "Reclaiming Bus-based Systems During Compromise" (Red-C), aimed at soliciting innovative proposals to enhance the cybersecurity of bus-based systems through self-healing technologies. The program targets two main technical areas: TA1 focuses on instrumentation to enable components to function as forensic sensors for monitoring and detecting cyber threats, while TA2 emphasizes automated detection, repair, and inoculation against attacks in real-time, leveraging the insights gathered from TA1. The initiative also includes a commitment to open-source collaboration, where datasets and models will be made publicly available to encourage community contributions. Proposals are expected to detail approaches to generate forensic data from components, ensure system recovery after cyber-attacks, and maintain system integrity without introducing further vulnerabilities. The program aims to develop prototype systems with Technology Readiness Level (TRL) 6 within two years, using existing hardware without modifications. DARPA will assess proposals based on their scientific merit, relevance to national security, access to necessary resources, and cost realism. Proposals are due by April 10, 2025, with a series of technical meetings planned throughout the process, emphasizing collaborative community development and innovation in cybersecurity solutions.
    Lifecycle
    Title
    Type
    Similar Opportunities
    Protecting Army Modernization and Supply Chains- Commercial Solutions Opening (CSO)
    Dept Of Defense
    The Department of Defense, through the Army Contracting Command, is seeking innovative solutions to enhance cybersecurity within the Defense Industrial Base (DIB) as part of the Protecting Army Modernization and Supply Chains initiative. This opportunity invites proposals for automated cybersecurity measures that comply with critical standards such as NIST controls and Cybersecurity Maturity Model Certification (CMMC), aimed at supporting small businesses in mitigating cyber threats while ensuring the protection of intellectual property and secure access. The initiative is crucial for safeguarding defense technologies and ensuring the rapid delivery of military capabilities, with submissions accepted until March 6, 2030. Interested parties can contact the Army NCODE Team at usarmy.apg.acc.mbx.dc3oe-ncode-cso@army.mil for further information.
    Disruptioneering Program Announcement
    Dept Of Defense
    The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), is announcing the Disruptioneering Program, aimed at soliciting rapid, focused exploratory investments in innovative research leading to prototype demonstrations. This program will utilize "Disruption Opportunities" (DOs) to target specific technical domains critical to national security, allowing DARPA to initiate new investments for unclassified efforts within 120 days from idea inception. Proposals must respond to individual DOs announced on SAM.gov, with evaluations based on scientific merit, relevance, and price reasonableness, and awards anticipated to be made as Other Transactions (OTs) for prototype agreements. Interested parties can contact the BAA Coordinator at DARPA-PA-25-07@darpa.mil for further information, with funding contingent on proposal quality and availability.
    DARPA's Commercial Solutions Opening (DCSO) for Commercial Strategy
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is soliciting proposals under its Commercial Solutions Opening (DCSO) for transitioning and commercializing innovative solutions derived from DARPA-funded research and development efforts. The primary objective is to close military and civilian capability gaps by leveraging commercial solutions, with a particular focus on the Embedded Entrepreneur Initiative (EEI), which funds entrepreneurs to assist in commercialization efforts. This initiative is crucial for enhancing national security and economic growth by bridging the gap between innovation and practical application. Proposals are due by April 30, 2026, and must adhere to the updated solicitation requirements, including a detailed Statement of Work and pricing documentation. Interested parties can contact Melissa Ramirez at DARPACSO@darpa.mil for further information.
    ADVANCED TECHNOLOGIES FOR COMBAT CASUALTY CARE (CCC) RFI
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is issuing a Request for Information (RFI) to gather insights on advanced medical technologies for Combat Casualty Care (CCC) in challenging environments. This RFI aims to solicit input from industry, academia, government laboratories, and non-traditional performers regarding innovative medical sensing, computational, modeling, actuation, therapeutic, and robotics technologies that can enhance care from point-of-injury through prolonged and surgical care. The focus is on capabilities that can provide rapid diagnosis, predictive modeling, automated interventions, and resilience in resource-constrained settings. Interested parties should note that the deadline for submissions has been revised to December 17, 2025, at 4:00 PM ET, and can direct inquiries to Dr. Roozbeh Jafari at CCCxBTO@darpa.mil.
    FOUNDATIONS OF TRUSTED SYSTEMS
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force, is soliciting innovative research proposals under the Broad Agency Announcement (BAA) FA8750-25-S-7001, titled "Foundations of Trusted Systems." This initiative aims to establish trusted foundations for hardware and software that support secure, resilient, and affordable Command, Control, Communications, Computers, and Intelligence (C4I) and Cyber technologies. The BAA is critical for advancing technologies in trusted computational systems, software assurance, and cyber-physical systems, among others, and is open for submissions until December 4, 2028, with an estimated total funding of approximately $99.9 million. Interested parties should submit white papers by the suggested deadlines for each fiscal year, and for further inquiries, they can contact Esteban Garcia for technical questions at esteban.garcia.1@us.af.mil or Amber Buckley for contractual inquiries at amber.buckley@us.af.mil.
    Strategic Technology Office-wide Broad Agency Announcement
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is seeking innovative research proposals through its Strategic Technology Office-wide Broad Agency Announcement (BAA) HR001125S0001, which is open until December 19, 2025. The BAA aims to fund revolutionary advances in science, devices, or systems that enhance U.S. military and national security capabilities, specifically excluding evolutionary improvements to existing technologies. Proposals should address a wide range of topics, including artificial intelligence, autonomy, advanced computing, and communications, with the goal of developing disruptive technologies for future battlespaces. Interested parties can contact the BAA Coordinator at HR001125S0001@darpa.mil for further information and are encouraged to submit abstracts prior to full proposals to ensure alignment with DARPA's mission and avoid duplication of existing efforts.
    Quantum Benchmarking Initiative (QBI) 2026 Announcement
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is soliciting innovative proposals for the Quantum Benchmarking Initiative (QBI) 2026, aimed at developing utility-scale quantum computers by 2033. This initiative seeks to explore groundbreaking approaches to constructing fault-tolerant quantum computing systems and computational workflows, specifically excluding evolutionary improvements to existing technologies. The program anticipates multiple awards through specific QBI Topic (QBIT) calls, which will detail research areas, proposal processes, and deadlines, with a focus on high-risk, high-reward research. Interested parties should submit proposals in response to the defined QBIT calls and can contact the QBI PA Coordinator at QBI@darpa.mil for further information.
    Microsystems Technology Office (MTO) Office-wide
    Dept Of Defense
    The Defense Advanced Research Projects Agency (DARPA) is seeking innovative research proposals through its Microsystems Technology Office (MTO) under Broad Agency Announcement (BAA) HR001124S0028. The focus is on revolutionary research ideas in microsystems technology that are not currently addressed by ongoing MTO programs, specifically targeting three thrust areas: Scientific Disruption (including photonic, quantum, and bio/organic circuits), Microsystems Manufacturing Ecosystem (emphasizing sustainable fabrication), and Dual Use by Design (promoting commercial viability for defense applications). This initiative is crucial for advancing U.S. technological superiority and national security through high-risk, high-reward research. Interested parties must submit abstracts by January 15, 2026, and full proposals by March 2, 2026, with further details available from the BAA Coordinator at HR001124S0028@darpa.mil.
    Resilient Open & Agile Avionics System & Technology Development (ROAASTD)
    Dept Of Defense
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is soliciting proposals for the Resilient Open & Agile Avionics System & Technology Development (ROAASTD) program, aimed at enhancing system resilience and agility to counter evolving global threats. The procurement seeks innovative technologies that enable rapid integration of advanced sensor and mission system capabilities, essential for maintaining a decisive military advantage in contested environments. This initiative is critical for ensuring the Air Force can effectively respond to sophisticated adversaries and meet warfighter needs in a timely manner. Interested offerors, including small and unrestricted businesses, must submit white papers by April 19, 2028, with a total program value of $30 million and anticipated awards ranging from $3 million to $6 million. For further inquiries, contact Sarah Ballard at sarah.ballard@us.af.mil or Richard Bailey at richard.bailey.26@us.af.mil.
    NETWORKING THE FIGHT
    Dept Of Defense
    The Department of the Air Force is seeking innovative research proposals under the Broad Agency Announcement (BAA) titled "Networking the Fight" (BAA FA8750-24-S-7002) to enhance information sharing flexibility at the tactical edge across heterogeneous networks. The primary objective is to develop capabilities for secure information movement across various security domains and "red-black" boundaries, focusing on three technical areas: Next Generation Cross Domain Solution Broker, Highly Dynamic Red/Black Networking, and Modeling, Simulation, and Analysis. This initiative is critical for improving collaboration and mission success in military operations, with an estimated total funding of $70 million and individual awards ranging from $1 million to $24 million over a 36-month period. Interested parties must submit white papers by February 28, 2024, with formal proposals due by April 8, 2024; for further inquiries, contact Capt. Brian Kay at Brian.kay.4@us.af.mil or Amber Buckley at amber.buckley@us.af.mil.