Resilient Open & Agile Avionics System & Technology Development (ROAASTD)
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 Sensors Directorate, has issued a Broad Agency Announcement (BAA) for Resilient Open & Agile Avionics System & Technology Development (ROAASTD). This initiative seeks to advance technologies for system and platform resilience, agility, and open systems standards to enable rapid integration of sensor and mission system capabilities. The goal is to counter sophisticated adversaries and maintain a decisive military advantage. White papers are due by April 19, 2028, 1700 local time.
Scope of Work
This BAA focuses on developing new techniques in system and platform resilience, agility, and open systems standards. The objective is to enable rapid integration of revolutionary sensor and mission system capabilities, supporting the Air Force's ability to defend against increasingly sophisticated adversaries and dominate future conflicts in contested environments.
Key Requirements
Offerors must submit a white paper as the initial step, followed by a technical and cost proposal if invited. Deliverables may include data items (CDRLs), software, and potentially hardware. Adherence to Gold Standard Science (GSS) principles is required. Contractors must comply with export control regulations, necessitating a certified DD Form 2345. Security risk reviews and potential mitigation plans are essential, including specific requirements for key personnel and institutional security programs (AFRLI 61-113). Access to USAF bases or IT networks requires U.S. citizenship. A DD Form 254 specifies TOP SECRET facility clearance and SECRET safeguarding for classified information. Proposals must also address cost and pricing data adequacy using the provided checklist.
Contract Details
The Air Force reserves the right to award various contract types, including FAR-based contracts, Other Transactions (OT) for Prototype or Research, grants, or cooperative agreements. The estimated total program cost is $30,000,000, with multiple individual awards anticipated between $3,000,000 and $6,000,000. The period of performance for individual awards is 12-24 months, with an overall effort duration of 60 months. Government Furnished Property (GFP) is not anticipated, but base support and network access will be provided.
Submission & Evaluation
This is a two-step process. White papers, limited to 5 pages (1 cover, 3 technical, 1 summary chart) and including a Rough Order of Magnitude (ROM) cost, are due by April 19, 2028, 1700 local time. Technical and cost proposals will be requested from selected white paper offerors, due within 30 days of the request. Evaluation involves an initial Go/No Go screening based on GSS and demonstrable results, followed by a full evaluation of technical merits, relationship to DoD missions, and cost/price realism.
Eligibility & Set-Aside
This is an unrestricted solicitation, and small businesses are encouraged to participate. Cost sharing is not required but is allowed. Foreign participation is prohibited. Contractors must be registered and certified with the Defense Logistics Agency (DLA) for export control.
Contacts
For inquiries, contact Sarah Ballard (sarah.ballard@us.af.mil) or Richard Bailey (richard.bailey.26@us.af.mil).