Kaiju
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/RY Sensors Directorate, has issued a Broad Agency Announcement (BAA) titled "Kaiju" (FA8650-22-S-1004) for research, development, and transition of advanced electronic warfare (EW) technologies. The BAA aims to ensure future dominance in the electro-magnetic spectrum. This is a Presolicitation that does not request immediate submissions; instead, specific "Calls" for white papers and/or proposals will be issued later. The BAA remains open until May 12, 2027.
Scope of Work
The effort encompasses critical technical areas including data collection, artificial intelligence (AI) and machine learning (ML), modeling and simulation, algorithm design and development, hardware development, testing, and analysis. Specific deliverables will be defined in individual calls. The Statement of Objectives (SOO) is provided in Attachment 4. Performance is anticipated at Wright Patterson AFB, OH.
Contract Details
The Air Force may award various instrument types, including FAR-based contracts (anticipated Cost Plus Fixed Fee) or Other Transaction (OT) agreements for Prototype or Research, grants, or cooperative agreements. The total estimated program value is $300,000,000.00, with an anticipation of eight awards from eight calls, ranging from $1,000,000.00 to $95,000,000.00 per award. The period of performance will be determined per individual call.
Submission & Evaluation
Calls may follow a one-step (proposals) or two-step (white papers followed by proposals) process. Offerors must monitor SAM.gov for specific call opportunities and amendments. White papers will be reviewed for unique/innovative approaches, scope understanding, technical soundness, and affordability. Full proposals will be evaluated based on technical merits (ranked first), relationship to DoD missions, cost/price realism, and risk assessments. Initial screening will assess "Gold Standard Science" and demonstrable results.
Eligibility & Security Requirements
This is an unrestricted solicitation, encouraging participation from businesses and educational institutions of all sizes. Foreign participation is not authorized at the prime level. Contractors must be registered and certified with the Defense Logistics Agency for export control (DD Form 2345 may be required). A Top Secret facility security clearance is required, with potential access to classified information, SIPRNet, and CUI. Offerors must submit Science and Technology (S&T) protection documentation, including an SF 424 and a Security Program Plan, and adhere to strict security risk review processes. Non-U.S. citizens are generally prohibited from accessing USAF bases, AFRL facilities, or U.S. Government IT networks. The contract incorporates FAR 52.204-27, Prohibition on a ByteDance Covered Application.
Contact Information
Primary Point of Contact: Gabriel Berner (gabriel.berner@us.af.mil). Secondary Point of Contact: Richard Bailey (richard.bailey.26@us.af.mil).