FA8650-20-S-1958-Call-06-Simulation Environment for Technology Research and Assessments (SENTRA)

SOL #: FA2377-25-R-B009Solicitation

Overview

Buyer

DEPT OF DEFENSE
Dept Of The Air Force
FA8650 USAF AFMC AFRL PZL AFRL/PZL
WRIGHT PATTERSON AFB, OH, 45433-7541, United States

Place of Performance

Wright Patterson AFB, OH

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Services; Department Of Defense Military; Experimental Development (AC13)

Set Aside

No set aside specified

Timeline

1
Posted
Dec 12, 2025
2
Last Updated
Feb 9, 2026
3
Submission Deadline
Feb 18, 2026, 5:00 PM

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 Sensors Directorate (RY), has issued Solicitation FA8650-20-S-1958-Call-06 for the Simulation Environment for Technology Research and Assessments (SENTRA) program. This unrestricted IDIQ opportunity seeks advanced Electronic Warfare (EW) technology development, high-fidelity modeling, simulation, and analysis (MS&A) capabilities to ensure dominance in contested electromagnetic environments. The effort will mature and transition EW systems and capabilities across multiple domains. Proposals are due February 18, 2026, at 12:00 PM ET.

Scope of Work

This solicitation covers the design, development, and evaluation of advanced EW technologies, new high-fidelity models of threat sensor systems, weapons, C2 algorithms, and communication links. The SENTRA program aims to validate leading-edge experimental technologies within simulated multi-domain Anti-Access/Area Denial (A2/AD) environments. Key objectives include growing AFRL/RYWD's MS&A capabilities and delivering prototype software (including source code), integration interfaces, algorithms, simulation viewers, run-scripts, MATLAB tools, and script tools. The contract also includes provisions for Rapid Assessment Capabilities (RACs) for quick evaluations, with funding up to $350k per year.

Contract Details

  • Contract Type: Indefinite Delivery Indefinite Quantity (IDIQ) with Cost Plus Fixed Fee (CPFF) completion type Task Orders.
  • Estimated Value: ID/IQ 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).
  • Set-Aside: Unrestricted solicitation. Foreign participation is not authorized.
  • Place of Performance: Wright Patterson AFB, OH.

Eligibility & Security Requirements

This opportunity requires U.S. citizens with Top Secret/Sensitive Compartmented Information (TS/SCI) and Special Access Program (SAP) eligibility. Access to Controlled Unclassified Information (CUI) documents, such as the Statement of Objectives (SOOs) and DD254, is restricted to qualified U.S. contractors with a certified DD Form 2345 (Militarily Critical Technical Data Agreement). Export Control (ITAR) applies.

Submission Requirements

  • Proposal Due Date: February 18, 2026, 12:00 PM (NOON) Eastern Time.
  • Submission Method: Electronic via a DoD SAFE link. Offerors must request this link from the Contracting POCs by February 16, 2026, 12:00 PM (NOON) Eastern Time.
  • Page Limits: Technical/Management proposals are limited to 25 pages for the IDIQ and 25 pages per Task Order. SOWs are limited to 10 pages for the IDIQ and 5 pages per Task Order. The cover page and table of contents do not count towards these limits.
  • Required 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) must be completed. Labor categories and rates must be proposed using Attachment 10 and mapped via Attachment 8.

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 Clarifications

  • Negotiated IDIQ rates serve as "ceiling" rates for Task Order proposals; offerors may propose lower rates for subsequent task orders but not higher. Only one rate should be provided per government-defined labor category.
  • Contractors may include additional labor categories beyond the 10 listed as Key Personnel.
  • Personnel are not expected to have proficiency in every software development program.

Contacts

People

Points of Contact

Kathryn SkaleskiSection ChiefPRIMARY
Richard BaileyContract SpecialistSECONDARY

Files

Files

Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download
Download

Versions

Version 4
Solicitation
Posted: Feb 9, 2026
View
Version 3
Solicitation
Posted: Jan 26, 2026
View
Version 2
Solicitation
Posted: Jan 14, 2026
View
Version 1Viewing
Solicitation
Posted: Dec 12, 2025
FA8650-20-S-1958-Call-06-Simulation Environment for Technology Research and Assessments (SENTRA) | GovScope