FA8650-20-S-1958-Call-06-Simulation Environment for Technology Research and Assessments (SENTRA)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, AFRL/PZL, has issued a Solicitation (FA8650-20-S-1958-Call-06) for the Simulation Environment for Technology Research and Assessments (SENTRA) program. This effort seeks to advance Electronic Warfare (EW) technologies and Integrated Air Defense Systems (IADS) capabilities through experimentation, evaluation, and assessment services. The contract is an Indefinite Delivery Indefinite Quantity (IDIQ) with an estimated ceiling of $32 million. Proposals are due by February 18, 2026, at 12:00 PM ET.
Purpose and Scope
The SENTRA program aims to design, develop, and evaluate advanced EW technologies, high-fidelity models of threat sensor systems, weapons, and C2 algorithms. The objective is to mature and transition EW systems and capabilities, ensuring dominance in simulated multi-domain Anti-Access/Area Denial (A2/AD) contested electromagnetic environments. This includes growing and exercising the Spectrum Warfare Systems Assessments Branch (AFRL/RYWD) modeling, simulation, and analysis (MS&A) capabilities using operationally representative threat scenarios and digital simulations for rapid assessments. Deliverables include prototype software, integration interfaces, algorithms, and potentially COTS software/hardware. Rapid Assessment Capabilities (RACs) for quick evaluations are also a key component.
Contract Details
- Contract Type: Anticipated Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) completion type Task Orders (TOs).
- Estimated Value: IDIQ Ceiling of $32,000,000.
- Period of Performance: 84 months overall for the IDIQ, with a 60-month ordering period. The initial Task Order will have an 84-month duration (81-month technical PoP + 3 months reporting).
- Anticipated Awards: One (1) Basic IDIQ contract with multiple CPFF Completion Task Orders.
- Place of Performance: Primarily Wright Patterson AFB, OH, where Government-provided base support (working space, network access) will be available.
- Set-Aside: This is an Unrestricted solicitation. However, the Model Contract includes provisions for a 10 percent price evaluation preference for HUBZone small business concerns, unless waived.
Key Requirements & Deliverables
- Technical: Experimentation, evaluation, and assessment services; development of prototype software, algorithms, and simulation tools; procurement of COTS software/hardware.
- Personnel: Minimum experience levels for various labor categories are defined. U.S. citizenship is required for access to USAF bases, AFRL facilities, or U.S. Government IT networks (waivers possible). Personnel must be eligible for TS/SCI and SAP.
- Security: Strict adherence to security protocols, including OPSEC, S&T Protection, and Risk Identification and Security Countermeasures (RISC) reviews. A DD254 (Attachment 5) outlines security classification requirements.
- Reporting: Delivery of data in accordance with the Contract Data Requirements List (CDRLs) (Attachment 4), including scientific/technical reports, expenditure reports, and security plans.
Submission & Evaluation
- Proposal Due Date: February 18, 2026, at 12:00 PM (NOON) Eastern Time.
- Submission Method: Electronic submission via a DoD SAFE link. Offerors must request this link from the Contracting POCs by February 16, 2026, 12:00 PM ET.
- Evaluation Criteria:
- IDIQ Level: Technical Merit (equal importance to Cost/Price) and Cost/Price.
- Task Order Level: Technical (first priority) and Cost/Price (second priority).
- Page Limits: Technical/Management (25 pages for IDIQ, 25 per TO), SOW (10 pages for IDIQ, 5 per TO). Cover page and table of contents do not count towards page limits.
- Required Attachments: Offerors must request Attachments 1 (IDIQ Basic SOO), 2 (Task Order SOO), and 5 (DD254) from the Contracting Officer. These contain Controlled Unclassified Information (CUI) and require a certified, current DD Form 2345 for access.
Contact Information
- Primary Contact: Kathryn Skaleski, Section Chief (kathryn.skaleski@us.af.mil)
- Secondary Contact: Richard Bailey, Contract Specialist (richard.bailey.26@us.af.mil)