Opportunity ID: 161214

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 12
Posted Date: Apr 03, 2012
Last Updated Date: Mar 20, 2018
Original Closing Date for Applications: Apr 01, 2017
Current Closing Date for Applications: Dec 31, 2018
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $500,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

Version History

Version Modification Description Updated Date
BAA Close Date Changed to 31 Dec 2018; Award Ceiling Changed to $500,000 Mar 20, 2018
BAA end date and Award Ceiling are modified Mar 20, 2018
OMBUDSMAN:

Ombudsman (JUN 2016) is hereby incorporated into this BAA and will be made a part of any awards based on this solicitation. The ombudsman for AFRL is Ms. Kimberly L. Yoder, AFRL/PK, 1864 4th Street, Bldg. 15, Wright-Patterson AFB, OH 45433-7130, Phone (937) 255-4967, Email: kimberly.yoder@us.af.mil.

2. All other content remains unchanged. Offerors are encouraged to monitor Grants.gov for postings of amendments

Mar 20, 2018
1. The following changes are hereby made to the above announcement.

2 April 2018 BAA End Date

2. All other content remains unchanged. Offerors are encouraged to monitor Grants.gov for postings of amendments.

Apr 13, 2017
Air Force Research Laboratory, Directed Energy Directorate
University Small Grants Broad Agency Announcement
BAA-RDK-2012-0001
Amendment 06

08 September 2016

1. The following changes are hereby made to the above announcement.

Add the following requirement to Section:

IV. APPLICATION AND SUBMISSION INFORMATION
Content and Form of Application Submission:

Technical Proposal:

The proposal shall include an abstract (not to exceed one page) that is publicly releasable and describes – in terms the public may understand – the project or program supported by the Cooperative Agreement. The abstract is excluded from the Technical Proposal page limitations.

2. All other content remains unchanged. Offerors are encouraged to monitor Grants.gov for postings of amendments.

Mar 27, 2017
Air Force Research Laboratory, Directed Energy Directorate
University Small Grants Broad Agency Announcement
BAA-RDK-2012-0001
Amendment 05

08 September 2016

1. The following changes are hereby made to the above announcement.

SECTION III: Eligibility Information
Threshold Eligibility Criteria
Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with the following Grants Specialists:
William (Greg) Davis, 505-846-2037, william.davis.95@us.af.mil
SECTION VII: Agency Contact Information
POINTS OF CONTACT
A. TECHNICAL POINTS OF CONTACT (TPOC):
1. The RD Program Manager (PM) for the baseline BAA is Dr. Eunsook Hwang, AFRL/RDMX, Kirtland AFB, NM, Phone: (505) 846-7821, Email: eunsook.hwang.1@us.af.mil

B. GRANTS POINTS OF CONTACT:
1. The grants points of contact for the baseline BAA are:

a. Grants Specialist: William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM, Phone: (505) 846-2037, Fax: (505) 853-3398, Email:william.davis.95@us.af.mil

b. Grants Officer (Primary): Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB, NM, Phone: (505) 853-6494, Fax: (505) 853-3398,
Email: pearl.solano@us.af.mil.

2. All other content remains unchanged. Offerors are encouraged to monitor Grants.gov for postings of amendments.

Sep 09, 2016
Air Force Research Laboratory, Directed Energy Directorate
University Small Grants Broad Agency Announcement
BAA-RDK-2012-0001
Amendment 04
08 September 2016

1. The following changes are hereby made to the above announcement.

SECTION I: Funding Opportunity Description
C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):
1. Lasers Systems:

Primary POC: David Hostutler, Phone (505) 846-5162

2. Directed Energy Electro Optics for Space Situational Awareness:

Primary POC: Maj Charles Bellows, Phone: (505) 846-5044

3. High Power Electromagnetics:
Primary POC: Stephen Langdon, Phone: (505) 853-3938
4. Weapons Modeling and Simulation:

Primary POC: Richard Berdine, Phone: (505) 853-0474
D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 90 days after the technical end of the grant.
F. Public Purpose: In accordance with DODGARS 22.205, each grant proposal must identify/state how the effort will meet the "public purpose" standard. The grant proposal must identify and describe how the effort will provide assistance that will stimulate or support a public purpose.
2. All other content remains unchanged. Offerors are encouraged to monitor Grants.gov for postings of amendments.

Sep 09, 2016
Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. Sep 09, 2016
Description of Amendment 2: Changes in Directed Energy Core Technology Competencies (CTC) titles; Central Contractor Registration (CCR); Agency Contact Information Sep 17, 2013
Description of Modification 0001: Change in Technical Point of Contact Information

DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001, Amendment 0001

FULL TEXT ANNOUNCEMENT is changed as follows:

SECTION I: Funding Opportunity Description

Paragraph C (3):

Primary POC: Mr Wes Tucker, Phone: (505) 846-4682

Is changed to read:

Primary POC: Mr Wes Tucker, Phone: (505) 846-9913

Aug 29, 2012
Description of Modification 0001: Change in Technical Point of Contact Information

DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001, Amendment 0001

FULL TEXT ANNOUNCEMENT is changed as follows:

SECTION I: Funding Opportunity Description

Paragraph C (3):

Primary POC: Mr Wes Tucker, Phone: (505) 846-4682

Is changed to read:

Primary POC: Mr Wes Tucker, Phone: (505) 846-9913

Apr 16, 2012
Apr 16, 2012

DISPLAYING: Synopsis 12

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 12
Posted Date: Apr 03, 2012
Last Updated Date: Mar 20, 2018
Original Closing Date for Applications: Apr 01, 2017
Current Closing Date for Applications: Dec 31, 2018
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $500,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

DISPLAYING: Synopsis 11

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 11
Posted Date: Mar 20, 2018
Last Updated Date: Mar 20, 2018
Original Closing Date for Applications:
Current Closing Date for Applications: Dec 31, 2018
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $500,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

DISPLAYING: Synopsis 10

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 10
Posted Date: Mar 20, 2018
Last Updated Date: Apr 13, 2017
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 02, 2018
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

DISPLAYING: Synopsis 9

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 9
Posted Date: Apr 13, 2017
Last Updated Date: Mar 27, 2017
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 02, 2018
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

DISPLAYING: Synopsis 8

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 8
Posted Date: Mar 27, 2017
Last Updated Date: Sep 09, 2016
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

DISPLAYING: Synopsis 7

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 7
Posted Date: Sep 09, 2016
Last Updated Date: Sep 09, 2016
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-2037 Fax: (505) 853-3398

Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB

Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email:william.davis.95@us.af.mil, pearl.solano@us.af.mil.

DISPLAYING: Synopsis 6

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 6
Posted Date: Sep 09, 2016
Last Updated Date: Sep 09, 2016
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law. DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001 FULL TEXT ANNOUNCEMENT is changed as follows:Is changed from:C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts. Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874 Alternate POC: Dr. Timothy Madden, Phone: (505) 846-90762. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking. Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-49473. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics. Primary POC: Mr Wes Tucker, Phone: (505) 846-4682Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172 4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities. Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant. E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)SECTION III: Eligibility InformationEligible Applicants:Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.Threshold Eligibility CriteriaThis BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V. Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed. Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists: Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil SECTION IV: Application and Submission InformationContent and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance. There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired. Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov. A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution. Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings. Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information. Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance. SECTION V: Application Evaluation InformationAFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance. 1. Technical merits of the proposed research and development 2. Potential relationship of the proposed research and development to Department of Defense missions 3. CostSECTION VII: Agency Contact InformationPOINTS OF CONTACTA. TECHNICAL POINTS OF CONTACT (TPOC): 1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.B. GRANTS POINTS OF CONTACT:1. The grants points of contact for the baseline BAA are:a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil. b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil. c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil. ATTACHMENT ADet 8, AIR FORCE RESEARCH LABORATORY AFRL/PKINSTRUCTIONS FOR PREPARING BUDGETS(ASSISTANCE)1. Offerors shall: a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”. b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends. c. Provide a narrative that describes the work personnel identified in direct labor categories will perform. d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror. i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative v. Date offer is submitted and expiration date of offer vi. DUNS Number vii. CAGE Code2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1. a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed. If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors. b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account. c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement. d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip. e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY. f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services. g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM. h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate. i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.*Do not include these costs for assistance at any tier. TABLE 1COST ELEMENT SUMMARY NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES. Beginning OFY* Ending OFY*COST ELEMENTBASE RATE AMT BASE RATE AMT TOTALPROPOSEDAMOUNTDIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXXTOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXXMATERIAL XXXX XXXX XXXXMATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXXTRAVEL XXXX XXXX XXXXODCs XXXX XXXX XXXXG&A XXXX XXXX XXXX XXXX XXXX XXXX XXXXSUBTOTAL COSTS XXXX XXXX XXXX**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL COST & FEE XXXX XXXX XXXXNMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXXTOTAL PRICE XXXX XXXX XXXX*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.**Do not include these cost for assistance at any tier – Applicable only to proposed subcontractsTABLE 2LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTSPRICE SUMMARYLOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE TOTALS ***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum. TABLE 3 TRAVEL SUMMARY DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $ TABLE 4BILL OF MATERIALS OFY or Vendor/SourceItem WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)1 1 0 0 2 1 0 0 3 1 0 0 4 1 0 0 5 1 0 0 6 1 0 0 7 1 0 0 8 1 0 0 TOTAL Materials
Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

Amanda Qualls, AFRL Det 8/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-4417

Fax: (505) 853-3398

Kala Naranjo, AFRL Det 8/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 853-4338

Fax: (505) 853-3398
Email:Amanda.Qualls@Kirtland.af.mil; Kala.Naranjo@Kirtland.af.mil

DISPLAYING: Synopsis 5

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 5
Posted Date: Sep 09, 2016
Last Updated Date: Sep 17, 2013
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 3: Changes in Directed Energy Core Technology Competencies (CTC) Point of Contact Information; Change in Grant Specialist and Grants Officer POCs; Change in the Program Manager; Add Public Purpose Statement Requirement; Replace outdated Budget Proposal Instructions; Change Administrative Access to Proprietary Information form, and Change Representation By Corporations Regarding An Unpaid Delinquent Tax Liability or Felony Conviction Under Federal Law.

DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001

FULL TEXT ANNOUNCEMENT is changed as follows:

Is changed from:

C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):

1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts.

Primary POC: Dr. Roy Hamil, Phone: (505) 846-0874
Alternate POC: Dr. Timothy Madden, Phone: (505) 846-9076

2. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking.

Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713
Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-4947

3. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics.

Primary POC: Mr Wes Tucker, Phone: (505) 846-4682
Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172

4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities.

Primary POC: Dr. Nicholas Morley, Phone: (505) 846-0805
Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474

D. The following data deliverable is representative of the types of data that may be required: a Final Performance Report is due 45 days after the technical end of the grant.

E. Authorizing Statute and Regulations: 10 U.S.C. 2358 and DoDGARs §22.205(a)(2)

SECTION III: Eligibility Information

Eligible Applicants:
Applicants are hereby notified that the Government intends to utilize CC&G, Universal Technology Corporation, and Contract Allocation Services (CAS) contractors for administrative purposes on the award of the grant. All contractor personnel will sign a Nondisclosure Agreement and will not use the agreement information for any purpose other than administration.

Threshold Eligibility Criteria

This BAA is issued under the provisions of Department of Defense Grant and Agreement Regulations (DoDGARs), § 22.315 that provides for merit-based, competitive procedures to an institution of higher education for the performance of research and development. Proposals submitted in response to this BAA that are selected for award are considered to be the results of full and open competition. Only proposals from entities that meet the threshold eligibility criteria will be evaluated against the evaluation criteria identified in Section V.

Proposals must substantially comply with the proposal submission instructions identified in Section IV or they will be rejected. Proposal pages in excess of the identified page limitations will not be reviewed.

Applicants should confirm receipt of their proposal as soon as possible after submission, to ensure proposal receipt, with one of the following Grants Specialists:

Amanda Qualls, 505-846-4417, Amanda.Qualls@kirtland.af.mil
Adrian Martinez, 505-853-3434, Adrian.Martinez@kirtland.af.mil

SECTION IV: Application and Submission Information

Content and Form of Application Submission: Proposals for grants shall be submitted electronically through the Grants.gov government-wide electronic portal. You must notify the grants specialist immediately upon submitting your proposal electronically. The electronic submission of your proposal must be made by an official representative of your institution who is registered with Grants.gov and is authorized to sign applications for federal assistance.

There are no limits to the number of proposals an offeror may submit for this BAA provided the government POC has confirmed interest and availability of funding.

Unnecessarily elaborate brochures or presentations beyond that sufficient to present a complete and effective proposal are not desired.

Proposal Cover Page – SF 424 (R&R) Form: All proposals for grants must include a SF 424 (R&R) as a cover page. Forms are included in the proposal package located on Grants.gov.

A cover letter shall accompany each proposal. The cover letter must reference this BAA number, and include a unique contractor generated proposal identification number, the technology area under which the proposal is submitted, technical and contracting points of contact with contact information (phone, address, and email address), and CAGE code. The proposal must be signed and dated by an authorized official of the institution.
Technical Proposal: describe in detail the research to be performed. State the objectives and approach and their relationship and comparable objectives in progress elsewhere. Discuss the nature of the expected results. Additionally, state knowledge in the field and include a bibliography and a list of literature citations. The adequacy of this information will influence the overall evaluation. The technical proposal is limited to 3 pages. The bibliography and literature citations are not included in the page count. Offerors/applicants that include in their proposals data that they do not want disclosed to the public for any purpose, or used by the Government except for evaluation purposes, shall ensure that those pages have the proper markings.
Statement of Work (SOW): Offeror/applicant must submit a one-page document entitled “Statement of Work” (SOW) describing the actual technical tasks/subtasks to be completed, including goals and objectives, and a detailed description of the approach for each. This SOW will be incorporated into the award instead of incorporating the entire technical proposal. Active verbs should be used in this statement of work (i.e., “conduct” research into a topic, “investigate” a problem, “determine” to test a hypothesis). The SOW should not contain proprietary information.
Budget and Schedule: the budget proposal is restricted to a 10 page count and shall conform to Attachment A, Instructions for Preparing Budgets (Assistance). Budget detail should clearly identify costs, which are internal to the offeror and those that are used in pursuit of the objectives such as scholarships, training, course preparation, etc. Note: an applicant must demonstrate that it selected a proposed subcontractor competitively or that a proper non-competitive sole source award consistent with the regulations was/will be made to the contractor(s), that efforts were made to provide small and disadvantaged businesses with opportunities to compete, and that some form of cost and price analysis was conducted. Tables 1 and 2 shall be completed for the entire performance period. Tables 3 and 4 shall be completed for the entire performance period if travel and/or materials are proposed. No Profit/Fee will be paid on this Grant. Proposals must stand alone and be complete. This section of the proposal should also include a program execution schedule; be sure to include the objectives and/or goals, as well as the major milestones, throughout the period of performance.

SECTION V: Application Evaluation Information

AFRL will conduct a merit-based evaluation of each eligible proposal. The evaluation criteria are listed in descending order of importance.

1. Technical merits of the proposed research and development
2. Potential relationship of the proposed research and development to Department of Defense missions
3. Cost

SECTION VII: Agency Contact Information

POINTS OF CONTACT

A. TECHNICAL POINTS OF CONTACT (TPOC):

1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.

B. GRANTS POINTS OF CONTACT:

1. The grants points of contact for the baseline BAA are:

a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil.

b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil.

c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil.

ATTACHMENT A

Det 8, AIR FORCE RESEARCH LABORATORY AFRL/PK
INSTRUCTIONS FOR PREPARING BUDGETS
(ASSISTANCE)

1. Offerors shall:

a. Provide these Instructions to all lower tier offerors. Proprietary data from lower tier offerors may be submitted directly to the Government in accordance with Proposal Preparation Instructions in this announcement. For purposed of these instructions, the terms “proposals” and “proposed” are synonymous with “budgets” and “budgeted”.

b. Furnish Tables 1 through 4 for the entire performance period (supported by rationale required by paragraph 2) in Microsoft Excel, to include all cell formulas. Include a separate Cost Element Summary by Offeror Fiscal Year (OFY) for the basic and each option as applicable. Identify when the offerorÂ’s fiscal year (OFY) begins and ends.

c. Provide a narrative that describes the work personnel identified in direct labor categories will perform.

d. Provide the following information as the first page of the proposal for the Prime and Each lower tier offeror.

i. Name, title, telephone and fax numbers and e-mail address of offerorÂ’s point contact ii. Amount proposed for basic effort and each option
iii. Name, address and telephone number of the cognizant DCMA and DCAA offices iv. Name, title, signature of authorized representative
v. Date offer is submitted and expiration date of offer
vi. DUNS Number
vii. CAGE Code

2. Submit a cost element summary by major cost element by OFY for the basic period of performance and each option (if applicable) using Table 1 format. The detail required for each major cost element is described below. Address all cost elements applicable to the proposed effort and provide a narrative to support the basis of estimate of proposed costs included in Table 1.

a. Direct Labor. Show each direct labor category proposed on a separate row. When job classifications or position titles (e.g. “Senior Scientist”, “Technician”, or “Lead Engineer”) are used, provide narrative descriptions of related qualifications, duties, and responsibilities as an attachment to the cost proposal. In supporting rationale, identify the source and explain the derivation of the labor rate proposed for the first year in each labor category, and explain the methodology used to project each rate for subsequent years. Note: If temporary or part-time labor is proposed, explain the differences between the pay rates for full-time and temporary or part-time workers, and the impact of those differences on the direct rates proposed. Identify all uncompensated labor (straight time and/or overtime) included in this cost element, and explain the impact of uncompensated time on direct rates proposed.
If applicable, identify the proposed escalation factors applied to future estimates and rationale for the proposed factors.

b. Indirect Cost Rates and/or Factors. Identify all indirect cost rates (such as fringe benefits, labor overhead, material overhead, G&A, Cost of Money (COM), etc.) and applicable allocation bases by OFY. If separate indirect rates are proposed (i.e. several G&A rates) identify each base and provide calculation as to how calculated amounts were derived. If composite rates are used, provide the calculations used in deriving the composite rates. Identify the basis of proposed rates (e.g., Forward Pricing Rate Agreement and date of agreement, bidding rates and submission date, actual rates and effective date, billing rates and approval date, etc.). Note: Normally, neither G&A nor COM can be applied to costs that are included in the offerorÂ’s Independent Research and Development account.

c. Lower Tier Offerors/Interorganizational Transfers (IOTs). Obtain budgets from each subcontractor and IOT (those actually performing labor hours) using the same cost element breakout required for Table 1 for the basic, each option (if applicable). Provide a list of anticipated Lower Tier Offerors/IOTs using Table 2. Perform and provide evaluation results of cost/price analysis of Lower Tier Offerors/IOT budgets. If decrement factors are used, explain their development and application. . NOTE: Budgets from all lower tier offerors are due by the closing date in this announcement.

d. Travel. Separately identify costs for travel for the basic and each option as applicable using Table 3. Provide a breakout of travel costs for each OFY including the purpose and number of trips, origin and destination(s), duration, and travelers per trip.

e. Material. Separately identify costs for material for the basic and each option as applicable using Table 4. Provide an itemized, priced list of all proposed equipment, materials and supplies for each OFY. Provide information regarding the basis of estimates (i.e. vendor quotes, purchase orders, engineering estimates, website URL etc). Provide a breakout and explanation of all other proposed ODCs by OFY.

f. Other Direct Costs (ODCs). Separately identify other direct costs to include consultants for the basic and each option or task order as applicable. If proposing consultants, provide consultant agreements to validate proposed rates and a determination by the offeror that the rate proposed is comparable to other consultant rates for work of similar nature. Substantiate the need for proposed consultant services.

g. *Cost of Money (COM). (Applicable only for subcontracts proposed.) Refer to FAR 52.215-16, Facilities Capital Cost of Money. Provide a schedule which contains proposed cost of money (COM) factors, if applicable, to include a display of all individual bases for the COM amounts. A DD Form 1861 for each OFY must be submitted if proposing COM.

h. * Fee. (Applicable only for subcontracts proposed.) Identify proposed fee base and rate.

i. New Mexico Gross Receipts Tax (NMGRT). NMGRT may be applicable to the proposed effort. For assistance in determining the extent to which NMGRT may apply and applicable rates, contact the New Mexico Taxation and Revenue Department, 5301 Central Ave., NE, PO Box 8485, Albuquerque, NM 87198, (505) 841-6200, http://www.state.nm.us/tax/. Identify the cost elements and amounts included in the NMGRT base, if applicable. Demonstrate the method of calculating total tax dollars included in the proposal.

*Do not include these costs for assistance at any tier.
TABLE 1
COST ELEMENT SUMMARY

NOTE: THIS IS A SAMPLE TABLE – ALL OFFERORS SHOULD PROPOSE IN ACCORDANCE WITH THEIR APPROVED ACCOUNTING PRACTICES.
Beginning OFY* Ending OFY*

COST ELEMENT

BASE
RATE
AMT
BASE
RATE
AMT TOTAL
PROPOSEDAMOUNT
DIRECT LABOR(List each direct labor category separately.) XXXX XXXX XXXX XXXX XXXX XXXX XXXX
TOTAL DIRECT LABOR XXXX XXXX XXXX XXXX XXXX
TOTAL LABOR OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXX
SUBCONTRACTS, IOTS, CONSULTANTS (List Separately) XXXX XXXX XXXX
MATERIAL XXXX XXXX XXXX
MATERIAL OVERHEAD XXXX XXXX XXXX XXXX XXXX XXXX XXXX
TRAVEL XXXX XXXX XXXX
ODCs XXXX XXXX XXXX
G&A XXXX XXXX XXXX XXXX XXXX XXXX XXXX
SUBTOTAL COSTS XXXX XXXX XXXX
**COST OF MONEY (See DD Form 1861) XXXX XXXX XXXX XXXX XXXX XXXX XXXX
**FEE XXXX XXXX XXXX XXXX XXXX XXXX XXXX
TOTAL COST & FEE XXXX XXXX XXXX
NMGRT (IF APPLICABLE) XXXX XXXX XXXX XXXX XXXX XXXX XXXX
TOTAL PRICE XXXX XXXX XXXX
*Submit a cost element summary by OFY for the basic, option (if applicable) for each year of performance.
**Do not include these cost for assistance at any tier – Applicable only to proposed subcontracts

TABLE 2
LOWER TIER OFFERORS/INTERORGANIZATIONAL TRANSFERS & CONSULTANTS
PRICE SUMMARY

LOWER TIER OFFERORÂ’S NAME SOW TASKS PERFORMED*** TYPE OF AWARD LOWER TIER QUOTED IF CONTRACT LOWER TIER COST PROPOSED BY PRIME DIFFERENCE IF APPLICABLE

TOTALS
***Identify Statement of Work or Work Breakdown Structure or provide a narrative explanation as an addendum.

TABLE 3
TRAVEL SUMMARY

DATE FROM TO PURPOSE # TRIPS # TRVLRS # DAYS TOTAL $

TABLE 4
BILL OF MATERIALS

OFY or Vendor/Source
Item WBS/Task # Description Qty Unit Price Total Price (Company Name, Website URL, Etc)
1 1 0 0
2 1 0 0
3 1 0 0
4 1 0 0
5 1 0 0
6 1 0 0
7 1 0 0
8 1 0 0

TOTAL Materials

Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

Amanda Qualls, AFRL Det 8/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-4417

Fax: (505) 853-3398

Kala Naranjo, AFRL Det 8/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 853-4338

Fax: (505) 853-3398
Email:Amanda.Qualls@Kirtland.af.mil; Kala.Naranjo@Kirtland.af.mil

DISPLAYING: Synopsis 4

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 4
Posted Date: Sep 17, 2013
Last Updated Date:
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Amendment 2: Changes in Directed Energy Core Technology Competencies (CTC) titles; Central Contractor Registration (CCR); Agency Contact Information

DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001

FULL TEXT ANNOUNCEMENT is changed as follows:

Is changed from:

C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):

1. Lasers: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts.

Primary POC: Dr Roy Hamil, Phone: (505) 846-0874
Alternate POC: Dr Timothy Madden, Phone: (505) 846-9076

2. Optics and Beam Control: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking.

Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713
Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-4947

3. High Power Microwaves: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics.

Primary POC: Mr Wes Tucker, Phone: (505) 846-9913
Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172

4. Directed Energy Effects, Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities.

Primary POC: Dr Nicholas Morley, Phone: (505) 846-0805
Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474

SECTION III: Eligibility Information

In order to be eligible to receive any DoD award, applicants must be registered in the Central Contractor Registration (CCR) Database. On-line instructions can be accessed from the CCR website home page at http://www.ccr.gov.

SECTION IV: Application and Submission Information

Other Submission Requirements:
– Obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) number
– Register with the Central Contract Registry (CCR)
– Register with Grants.gov
– Designate an E-Business Point of Contact (EBiz POC)
— Obtain a special password (MPIN)

SECTION VII: Agency Contact Information

A. TECHNICAL POINTS OF CONTACT (TPOC):

1. The technical point of contact for the baseline BAA is Holly Victorson, AFRL/RVOT, Kirtland AFB, NM, Phone: (505) 846-0605, Email: Holly.Victorson@kirtland.af.mil.

B. GRANTS POINTS OF CONTACT:

1. The grants points of contact for the baseline BAA are:

a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil.

b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil.

c. Grants Officer: Deborah A. McGrath, Det 8 AFRL/RDKP, Kirtland AFB, NM, Phone: (505) 853-4338, Fax: (505) 853-3398, Email: Deb.Mcgrath@kirtland.af.mil.

Is changed to read:

C. DIRECTED ENERGY CORE TECHNOLOGY COMPETENCIES (CTCs):

1. Laser Systems: This includes solid state, fiber, semi-conductor, short pulse and advanced chemical, gas, and hybrid laser technology for scalable, high energy laser devices for insertion into airborne tactical and strategic applications and ground-based laser system concepts.
Primary POC: Dr Roy Hamil, Phone: (505) 846-0874
Alternate POC: Dr Timothy Madden, Phone: (505) 846-9076

2. Directed Energy Electro Optics for Space Situational Awareness: This includes advanced optical and imaging technologies such as optical components, optical coatings, advanced beam control, atmospheric compensation, and pointing and tracking.

Primary POC: Maj Daniel Wheeler, Phone: (505) 853-3713
Alternate POC: Capt Lachlan Belcher, Phone: (505) 846-4947

3. High Power Electromagnetics: This includes generation and transmission of high power microwaves (HPM), identification of the susceptibility and vulnerability of electronic systems to HPM, and applications of HPM to meet national defense needs. Technologies include HPM sources, pulsed power, and high energy beam and plasma physics.

Primary POC: Mr Wes Tucker, Phone: (505) 846-9913
Alternate POC: Capt Katrina Schweiker, Phone: (505) 853-8172

4. Weapons Modeling and Simulation: This includes efforts to improve the fundamental understanding of HPM, lasers, beam control, and space situational awareness (SSA) through effects research and development of multi-level modeling and simulation tools, and application of high performance computing and advanced numerical simulations to represent directed energy and SSA capabilities.

Primary POC: Dr Nicholas Morley, Phone: (505) 846-0805
Alternate POC: Mr Richard Berdine, Phone: (505) 853-0474

SECTION III: Eligibility Information

In order to be eligible to receive any DoD award, applicants must be registered in the System for Award Management (SAM) Database. On-line instructions can be accessed from the SAM website home page at www.sam.gov.

SECTION IV: Application and Submission Information

Other Submission Requirements:
– Obtain a Dun and Bradstreet Data Universal Numbering System (DUNS) number
– Register with the System for Award Management (SAM)
– Register with Grants.gov
– Designate an E-Business Point of Contact (EBiz POC)
— Obtain a special password (MPIN)

SECTION VII: Agency Contact Information

A. TECHNICAL POINTS OF CONTACT (TPOC):

1. The technical point of contact for the baseline BAA is Karim (Ken) S. Qassim,
AFRL/RVOP, Kirtland AFB, NM, Phone: (505) 853-6241, Email: Karim.Qassim@kirtland.af.mil.

B. GRANTS POINTS OF CONTACT:

2. The grants points of contact for the baseline BAA are:

a. Grants Specialist: Amanda Qualls, Det 8 AFRL/RVKDP, Kirtland AFB, NM, Phone: (505) 846-4417, Fax: (505) 853-3398, Email:Amanda.Qualls@kirtland.af.mil.

b. Grants Specialist: Adrian Martinez, Det 8 AFRL/RVKDP, Kirtland AFB, NM, Phone: (505) 853-3434, Fax: (505) 853-3398, Email:Adrian.Martinez@kirtland.af.mil.

c. Grants Officer: Geralyn M. Warner, Det 8 AFRL/RVKDP, Kirtland AFB, NM, Phone: (505) 846-4575, Fax: (505) 853-3398, Email: Geralyn.Warner@kirtland.af.mil.

Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

Amanda Qualls, Det 8 AFRL/RVKDP, Kirtland AFB, NM

Grants Specialist

Phone: (505) 846-4417

Fax: (505) 853-3398

Phone 505 853-3398
Email:Amanda.Qualls@Kirtland.af.mil

DISPLAYING: Synopsis 3

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 3
Posted Date: Aug 29, 2012
Last Updated Date:
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Description of Modification 0001: Change in Technical Point of Contact Information

DESCRIPTION: BROAD AGENCY ANNOUNCEMENT NUMBER BAA RDK-2012-0001, Amendment 0001

FULL TEXT ANNOUNCEMENT is changed as follows:

SECTION I: Funding Opportunity Description

Paragraph C (3):

Primary POC: Mr Wes Tucker, Phone: (505) 846-4682

Is changed to read:

Primary POC: Mr Wes Tucker, Phone: (505) 846-9913

Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

Deborah A. McGrath

Grants Officer

Phone 505 853-3398
Email:Deb.McGrath@kirtland.af.mil

DISPLAYING: Synopsis 2

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 2
Posted Date: Apr 16, 2012
Last Updated Date:
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Air Force Research Laboratory, Directed Energy Directorate
University Small Grants Broad Agency Announcement
BAA-RDK-2012-0001
Catalog of Federal Domestic Assistance (CFDA) Numbers 12.800

Important Dates:

3 April 2012 Issuance of BAA
16 May 2012 Earliest Date for Proposal Submission (See Section IV for more information)
1 April 2017 BAA End Date

Executive Summary

This is a five-year, open-ended Broad Agency Announcement (BAA) to solicit research proposals for the United States Air Force Research Laboratory (AFRL) Directed Energy (RD) Directorate. This BAA is a university grant vehicle that can provide small grants of $100k or less to students/professors in a timely manner for the purpose of engaging U.S./U.S. territoriesÂ’ colleges and universities in directed energy-related basic, applied, and advanced research projects that are of interest to the Department of Defense.

Multiple awards of grants up to $100k are anticipated with a period of performance ranging from one to two years. Subject to the availability of funding, AFRL/RD plans to award a minimum of one grant per fiscal year. However, AFRL/RD does reserve the right to make multiple awards or no awards pursuant to this solicitation.

PROPOSAL DUE DATE AND TIME: This BAA will remain open for a period of five years from the date of publication. Proposals may be submitted at any time during that period. However, prospective offerors/applicants must call the technology points of contacts (POCs) listed in Paragraph C of the full text announcement to confirm funding is available for the technology area of consideration before submitting a proposal. Proposals are reviewed and evaluated as they are received.

All proposals for grants must be submitted electronically through the Grants.gov government-wide electronic portal at http://www.grants.gov. You must notify the Grants Specialists (see Section VII) immediately upon submitting your proposal electronically. No hard copy submissions are accepted.

Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

Deborah A. McGrath

Grants Officer

Phone 505 853-3398
Email:Deb.McGrath@kirtland.af.mil

DISPLAYING: Synopsis 1

General Information

Document Type: Grants Notice
Funding Opportunity Number: BAA-RDK-2012-0001
Funding Opportunity Title: University Small Grants Broad Agency Announcement
Opportunity Category: Discretionary
Opportunity Category Explanation:
Funding Instrument Type: Grant
Category of Funding Activity: Science and Technology and other Research and Development
Category Explanation:
Expected Number of Awards: 5
Assistance Listings: 12.800 — Air Force Defense Research Sciences Program
Cost Sharing or Matching Requirement: No
Version: Synopsis 1
Posted Date: Apr 16, 2012
Last Updated Date:
Original Closing Date for Applications:
Current Closing Date for Applications: Apr 01, 2017
Archive Date:
Estimated Total Program Funding: $4,500,000
Award Ceiling: $100,000
Award Floor: $0

Eligibility

Eligible Applicants: Unrestricted (i.e., open to any type of entity above), subject to any clarification in text field entitled “Additional Information on Eligibility”
Additional Information on Eligibility:

Additional Information

Agency Name: Air Force — Research Lab
Description: Air Force Research Laboratory, Directed Energy Directorate
University Small Grants Broad Agency Announcement
BAA-RDK-2012-0001
Catalog of Federal Domestic Assistance (CFDA) Numbers 12.800

Important Dates:

3 April 2012 Issuance of BAA
16 May 2012 Earliest Date for Proposal Submission (See Section IV for more information)
1 April 2017 BAA End Date

Executive Summary

This is a five-year, open-ended Broad Agency Announcement (BAA) to solicit research proposals for the United States Air Force Research Laboratory (AFRL) Directed Energy (RD) Directorate. This BAA is a university grant vehicle that can provide small grants of $100k or less to students/professors in a timely manner for the purpose of engaging U.S./U.S. territoriesÂ’ colleges and universities in directed energy-related basic, applied, and advanced research projects that are of interest to the Department of Defense.

Multiple awards of grants up to $100k are anticipated with a period of performance ranging from one to two years. Subject to the availability of funding, AFRL/RD plans to award a minimum of one grant per fiscal year. However, AFRL/RD does reserve the right to make multiple awards or no awards pursuant to this solicitation.

PROPOSAL DUE DATE AND TIME: This BAA will remain open for a period of five years from the date of publication. Proposals may be submitted at any time during that period. However, prospective offerors/applicants must call the technology points of contacts (POCs) listed in Paragraph C of the full text announcement to confirm funding is available for the technology area of consideration before submitting a proposal. Proposals are reviewed and evaluated as they are received.

All proposals for grants must be submitted electronically through the Grants.gov government-wide electronic portal at http://www.grants.gov. You must notify the Grants Specialists (see Section VII) immediately upon submitting your proposal electronically. No hard copy submissions are accepted.

Link to Additional Information:
Grantor Contact Information: If you have difficulty accessing the full announcement electronically, please contact:

Deborah A. McGrath

Grants Officer

Phone 505 853-3398
Email:Deb.McGrath@kirtland.af.mil

Folder 161214 Full Announcement-1 -> rd small grants solicitation.pdf

Folder 161214 Revised Full Announcement-1 -> amendment #1.pdf

Folder 161214 Revised Full Announcement-2 -> baa-rdk-2012-0001 conformed copy through amendment 3.pdf

Folder 161214 Other Supporting Documents-BAA-RDK-2012-0001 Date Change -> BAA-RDK-2012-0001 (Amendment 9).pdf

Packages

Agency Contact Information: William (Greg) Davis, Det 8 AFRL/RVKDP, Kirtland AFB, NM
Grants Specialist
Phone: (505) 846-2037 Fax: (505) 853-3398
Pearl Solano, Det 8 AFRL/RVKDP, Kirtland AFB
Grants Officer (Primary): Phone: (505) 853-6494Fax: (505) 853-3398
Email: william.davis.95@us.af.mil, pearl.solano@us.af.mil.
Who Can Apply: Organization Applicants

Assistance Listing Number Competition ID Competition Title Opportunity Package ID Opening Date Closing Date Actions
PKG00113571 Apr 03, 2012 Dec 31, 2018 View

Package 1

Mandatory forms

161214 RR_SF424-1.1.pdf

161214 RR_OtherProjectInfo-1.1.pdf

161214 RR_Budget-1.1.pdf

Optional forms

161214 RR_SubawardBudget-1.2.pdf

161214 RR_FedNonFed_SubawardBudget-1.2.pdf

161214 RR_KeyPersonExpanded-1.1.pdf

2025-07-10T11:35:30-05:00

Share This Post, Choose Your Platform!

About the Author: