Project Kaiju

SOL #: FA8650-22-S-1004Pre-Solicitation

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

Place of performance not available

NAICS

Research and Development in the Physical (541715)

PSC

National Defense R&D Services; Department Of Defense Military; Applied Research (AC12)

Set Aside

No set aside specified

Timeline

1
Posted
Sep 9, 2021
2
Last Updated
Apr 15, 2026

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).

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 19
Pre-Solicitation
Posted: Apr 15, 2026
View
Version 18
Pre-Solicitation
Posted: Apr 10, 2026
View
Version 17
Pre-Solicitation
Posted: Apr 4, 2025
View
Version 16
Pre-Solicitation
Posted: Apr 4, 2025
View
Version 15
Pre-Solicitation
Posted: Jan 13, 2025
View
Version 14
Pre-Solicitation
Posted: Sep 24, 2024
View
Version 13
Pre-Solicitation
Posted: Jun 20, 2023
View
Version 12
Pre-Solicitation
Posted: May 25, 2023
View
Version 11
Pre-Solicitation
Posted: Feb 27, 2023
View
Version 10
Pre-Solicitation
Posted: May 26, 2022
View
Version 9
Pre-Solicitation
Posted: May 13, 2022
View
Version 8
Pre-Solicitation
Posted: May 13, 2022
View
Version 7
Pre-Solicitation
Posted: May 13, 2022
View
Version 6
Pre-Solicitation
Posted: May 12, 2022
View
Version 5
Pre-Solicitation
Posted: May 12, 2022
View
Version 4
Pre-Solicitation
Posted: Nov 23, 2021
View
Version 3Viewing
Pre-Solicitation
Posted: Sep 21, 2021
Version 2
Pre-Solicitation
Posted: Sep 10, 2021
View
Version 1
Pre-Solicitation
Posted: Sep 9, 2021
View