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 Unrestricted opportunity seeks experimentation, evaluation, and assessment services to advance Integrated Air Defense Systems (IADS) and Electronic Warfare (EW) capabilities. The effort focuses on growing and exercising the AFRL/RYWD modeling, simulation, and analysis (MS&A) capabilities. Proposals are due by 12:00 PM ET on February 18, 2026.
Scope of Work
The SENTRA program will cover the design, development, and evaluation of advanced EW technologies, high-fidelity models of threat sensor systems, weapons, C2 algorithms, and communication links. It aims to mature and transition EW systems and capabilities in multiple domains, ensuring dominance in simulated multi-domain Anti-Access/Area Denial (A2/AD) contested electromagnetic environments. This includes rapid assessments and demonstrations in a laboratory setting using operationally representative threat scenarios and digital simulations. Deliverables include prototype software (with source code), integration interfaces, algorithms, simulation viewers, run-scripts, MATLAB tools, and potentially COTS software/hardware. Rapid Assessment Capabilities (RACs) are also a key component, involving evaluations and studies with funding up to $350k per year.
Contract Details
- Type: 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: An 84-month overall IDIQ duration with a 60-month ordering period. The initial Task Order has an 84-month period (81-month technical PoP + 3 months reporting).
- Set-Aside: Unrestricted. A 10% price evaluation preference applies for HUBZone small business concerns.
- Place of Performance: Primarily Wright Patterson AFB, OH, where government-provided base support (working space, network access) will be available.
- Security: Requires US citizens with TS/SCI and SAP eligibility. DD254 and certified DD Form 2345 (Militarily Critical Technical Data Agreement) are mandatory for accessing Controlled Unclassified Information (CUI) documents like the SOOs.
Submission & Evaluation
- Proposal Due: February 18, 2026, 12:00 PM (NOON) Eastern Time.
- Submission Method: Electronic submission via a DoD SAFE link, which must be requested by emailing the Contracting POCs by February 16, 2026, 12:00 PM (NOON) Eastern Time.
- 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).
- Key Attachments: Offerors must request Attachments 1 (IDIQ Basic SOO), 2 (Task Order SOO), and 5 (DD254) from the Contracting Officer. Attachment 6 (Representations and Certifications) and Attachment 10 (Proposed Labor Categories and Rates) are critical for proposal completion.
- Clarifications: Negotiated IDIQ rates are ceiling rates for Task Order proposals, allowing lower rates but not higher. One rate per government-defined labor category. Cover page and table of contents do not count towards page limits.
Contacts
- Primary: Kathryn Skaleski, Section Chief (kathryn.skaleski@us.af.mil)
- Secondary: Richard Bailey, Contract Specialist (richard.bailey.26@us.af.mil)