Notice of Intent to Award a Sole Source Contract for Joint All Domain Warfighting Software (JAWS) to Systems and Technology Research LLC
ID: DARPA-SN-23-05Type: Justification
Overview

Buyer

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

PSC

NATIONAL DEFENSE R&D SERVICES; DEPARTMENT OF DEFENSE - MILITARY; EXPERIMENTAL DEVELOPMENT (AC13)
Timeline
    Description

    The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), intends to award a sole source contract to Systems and Technology Research LLC for the Joint All Domain Warfighting Software (JAWS). This procurement aims to enhance military capabilities by developing advanced software solutions that integrate various domains of warfare, thereby improving operational effectiveness. The JAWS initiative is critical for advancing national defense research and development, particularly in experimental military applications. Interested parties can direct inquiries to Marisa V. Meloney at marisa.meloney@darpa.mil or Jonathan Odom, Program Manager, at DARPA-SN-23-05@darpa.mil for further details.

    Point(s) of Contact
    Meloney, Marisa V
    marisa.meloney@darpa.mil
    Jonathan Odom, Program Manager
    DARPA-SN-23-05@darpa.mil
    Similar Opportunities
    Justification for An Exception to Fair Opportunity
    Buyer not available
    The Department of Defense, specifically the Defense Advanced Research Projects Agency (DARPA), is seeking to justify an exception to the fair opportunity process for a federal contract. The details regarding the specific requirements and objectives of this procurement can be found in the attached Justification and Approval document. This opportunity is significant as it pertains to professional support services categorized under PSC code R499, which encompasses various specialized services. For further inquiries, interested parties can contact Hillary J. Dean at hillary.dean@darpa.mil for additional information regarding this opportunity.
    Justification for Other than Full and Open Competition - SAFE-SiM Follow-On Contract
    Buyer not available
    The Department of Defense, through the Defense Advanced Research Projects Agency (DARPA), is issuing a sole-source, Cost-Plus-Fixed-Fee (CPFF) follow-on contract to Radiance Technologies, Inc. for specialized services in support of the Secure Advanced Framework for Simulation and Modeling (SAFE-SiM) program. This 20-month contract follows the Phase 2 activities previously conducted by Radiance Technologies under DARPA Contract No. HR001120C0146, which was awarded competitively and has a total estimated cost of $31,410,991. The SAFE-SiM program is critical for advancing national defense research and development capabilities. Interested parties can reach out to Brian D. Nuckols at brian.nuckols@darpa.mil for further inquiries regarding this opportunity.
    Naval Surface Warfare Center Carderock Division Modeling and Simulation Services
    Buyer not available
    The Department of Defense, specifically the Naval Surface Warfare Center Carderock Division, intends to award a sole source contract for Modeling and Simulation Services to Advanced Rotorcraft Technology, Inc. This procurement is justified under the statutory authority of 41 U.S.C. 1903 and Federal Acquisition Regulation 6.302-1, indicating that only one responsible source can meet the agency's requirements. The services are critical for supporting naval operations and ensuring the effectiveness of advanced rotorcraft technologies. Interested parties may direct inquiries to David Crouch at david.w.crouch3.civ@us.navy.mil or by phone at 301-318-3929, as this notice is not a request for competitive proposals.
    Disruptioneering Program Announcement
    Buyer not available
    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.
    J&A for Tactical Autonomy University Affiliated Research Center (UARC)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to finalize the Justification and Approval (J&A) for the Tactical Autonomy University Affiliated Research Center (UARC). This procurement is aimed at establishing a research center focused on advancing tactical autonomy within the realm of national defense, which is critical for enhancing military capabilities and operational effectiveness. The attached J&A document outlines the rationale for this initiative, emphasizing its importance in applied research and development services. For further inquiries, interested parties can contact Lexcie Potter at lexcie.potter@us.af.mil or Denise Johnson at denise.johnson.19@us.af.mil, with phone numbers provided for direct communication.
    SPACE TECHNOLOGY ADVANCED RESEARCH-FAST-TRACKING INNOVATIVE SOFTWARE AND HARDWARE (STAR-FISH) ADVANCED RESEARCH ANNOUNCEMENT (ARA) WITH CALLS
    Buyer not available
    The Department of Defense, through the Air Force Research Laboratory (AFRL), is issuing the Space Technology Advanced Research-Fast-Tracking Innovative Software and Hardware (STAR-FISH) Advanced Research Announcement (ARA) with Calls, aimed at acquiring innovative research proposals related to space-flight and associated technologies. This solicitation invites researchers to submit proposals and white papers addressing specific research needs, including advancements in space vehicle functionality, mission capabilities, and anomaly detection, with an estimated funding range between $50,000 and $100,000,000 depending on project specifics. The STAR-FISH ARA remains open indefinitely, emphasizing the importance of compliance with export controls and government property regulations, and encourages interested parties to engage with government representatives for discussions. For inquiries, stakeholders can contact the primary contracting officer, Daniel J. Alvarado, at daniel.alvarado.12@spaceforce.mil or by phone at 505-853-4755.
    DRRS Sustainment and Maintenance Sole Source J&A
    Buyer not available
    The General Services Administration (GSA) is seeking to award a sole source contract for the sustainment and maintenance of the Defense Readiness Reporting System-Strategic (DRRS-S). This contract will encompass all aspects of operation, maintenance, training, help desk services, and management support for the DRRS-S, including cybersecurity, systems engineering, integration, and system testing, to meet the evolving needs of the Department of Defense (DoD). The contract is intended as a 12-month bridge solution while the DoD develops a long-term requirement for the DRRS-S program, with justification for other than full and open competition based on the need for specialized services that would incur substantial duplication of costs or unacceptable delays if sourced elsewhere. Interested parties can contact Robert Johnson at robert.f.johnson@gsa.gov or 913-271-2291 for further details.
    J&A
    Buyer not available
    The Department of Defense, specifically the Department of the Army through the W4GG HQ US Army TACOM, is issuing a Justification and Approval (J&A) for Contract W56HZV-18-D-0004 P00006. This procurement relates to armament training devices, which are critical for military training and operational readiness. The J&A document outlines the necessity for these devices to ensure effective training programs for military personnel. Interested parties can reach out to Mark Hilson at mark.d.hilson.civ@army.mil or Patricia Pierce at patricia.pierce3.civ@army.mil for further details regarding this opportunity.
    Long Range Anti-Ship Missile (LRASM) Threat Working Group Engineering Support
    Buyer not available
    The Department of Defense, specifically the Naval Air Systems Command (NAVAIR), is seeking to enter into sole source negotiations for engineering support related to the Long Range Anti-Ship Missile (LRASM) Threat Working Group. The contract will be awarded to Lockheed Martin Corporation – Missiles Fire Control (LMMFC), which is the sole designer and manufacturer of the LRASM, due to its unique capabilities and expertise required to meet the Government's needs. This procurement is critical for maintaining the effectiveness and reliability of the LRASM system, which plays a vital role in naval defense strategies. Interested parties may submit capability statements or proposals for consideration, and inquiries can be directed to Dawn Scher or Teresa Mellies via their respective email addresses, with no commitment from the Government to issue a solicitation or award a contract at this time.
    DSI WORKBENCH SOFTWARE MAINTENENCE
    Buyer not available
    The Department of Defense, specifically the Department of the Navy through NSWC Crane, is seeking to maintain the DSI Workbench software under a non-competitive contract. This procurement is aimed at ensuring the continued functionality and support of the software, which is critical for business application and application development within the IT and telecom sectors. The Justification and Approval (J&A) posting indicates the importance of this software maintenance for operational efficiency. Interested parties can reach out to Adam Mitchell at adam.d.mitchell14.civ@us.navy.mil for further details regarding this opportunity.