FA8051-24-S-0001
BROAD AGENCY ANNOUNCEMENT (BAA)- Research and Development (R&D) for Air Force Airbase Systems
DEPT OF DEFENSE > DEPT OF THE AIR FORCE > AIR FORCE MATERIEL COMMAND > AF INSTALLATION & MISSION SUPPORT CENTER > FA8051 772 ESS PKD
Quick analysis
AFCEC/CXA’s five-year Closed Two-Step BAA (NAICS 541715) is active with CALL-based R&D topics. Current accessible CALLs (Modern Timber Products, Automated Heavy Machinery, PFAS Destruction) indicate a civil engineering and environmental focus that is outside Trace’s core strengths, yielding a low technical fit and weak competitive posture today.
However, it is a USAF Tier-1 customer, aligns to a primary Trace NAICS (541715), and the Full Text notes broader potential topic areas (e.g., Airbase Operations/Infrastructure) that could intersect with Trace’s edge compute, SE&I, networks/OCC, and integration capabilities. With no set-aside barriers and a long runway to 2028, light-touch monitoring is warranted to catch relevant future CALLs.
Compliance/risk considerations include potential cost-reimbursement accounting system adequacy (SF 1408 per Attachment 1), CCCPD for awards ≥$2M, export controls, US-citizen/base access, and required data rights assertions and reporting CDRLs.
Scope summary
- Two-step process: submit white paper to CALL; full proposal only if requested (Full Text Rev 4).
- Proposal structure per Attachment 2: Business, Technical, C-PWS, and Cost volumes with strict page/format limits.
- Accounting system adequacy for cost-reimbursable awards: DCAA-approved or SF 1408 pre-award survey required; proposals without SF 1408 may be deemed non-conforming (Attachment 1).
- Certified cost or pricing data (CCCPD) required ≥$2M (FAR 15.403-4(a)(1)) unless exception applies; CAS may apply (Attachment 1/2).
- Data rights assertions and separate appendix for less-than-unlimited rights; DFARS 252.227-7017, 227.7104/227.7203-3 compliance (Attachment 2).
- Subcontracting plan template provided; required if offeror is large and exceeds thresholds (Attachment 4).
- Security/eligibility: BAA closed to foreign participation; possible DD254 and cleared personnel requirements depending on CALL (Full Text Rev 4).
- Export controls: ITAR/EAR compliance; DD 2345/fundamental research exceptions as applicable (Attachment 2/Full Text).
- Reporting CDRLs: recurring technical progress and funds status reports, plus Final Technical Report (Attachment 3).
- Base/IT access constraints: US citizens required for certain access; follow CALL-specific POCs/instructions (Full Text Rev 4).
Dimension scores
Current accessible CALL topics (Modern Timber Products, Automated Heavy Machinery, PFAS Destruction) emphasize civil engineering materials, environmental remediation, and heavy equipment—areas not listed among Trace’s core capabilities. While the BAA may include broader ‘Airbase Operations/Infrastructure’ topics per Full Text Rev 4, evidence of direct alignment today is limited.
Trace has significant USAF past performance (ABMS IDIQ; USAFCENT Comms & IT). Although the mission area (AFCEC civil engineering R&D) differs from Trace’s historical C5ISR/comm focus, the same customer department (USAF) supports a mid-tier score.
This is a BAA with CALLs (full/open competitive R&D). It is not restricted to a vehicle Trace must hold, nor issued on a Trace prime vehicle. Access is via open response to CALLs.
The topic areas are specialized CE/environmental/robotics R&D where established CE labs, OEMs, and environmental firms are likely stronger. No differentiators (e.g., NSA TI, Starshield) are called for, and Trace is not incumbent. Crowded, low-differentiation posture.
Key risks: new mission area; unknown classification per CALL; cost-reimbursement accounting compliance (SF 1408/DCAA) per Attachment 1; closed to foreign participation/base access constraints; and incomplete CALL visibility. These create moderate-to-high pursuit risk.
USAF is a Tier-1 target and 541715 is a primary Trace NAICS. The five-year BAA structure may surface future CALLs (e.g., Airbase Operations/Infrastructure) adjacent to Trace’s edge compute, SE&I, networks/OCC. Potential to expand USAF footprint justifies moderate strategic value.
No set-aside constraints; Trace is US-based with facility clearance. BAA closed to foreign participation is compatible. Potential gaps relate to cost-reimbursement accounting adequacy (SF 1408/DCAA) and CCCPD ≥$2M per Attachments—addressable with planning/teaming.
Concerns
- Technical mismatch with currently linked CALL topics (timber, PFAS, heavy machinery).
- Dependence on CALL-specific instructions, deadlines, and scope—several CALL files are unreadable here, limiting planning certainty.
- Potential classification/clearance requirements per CALL (DD254), creating staffing/timeline risk.
- Cost-reimbursement accounting adequacy risk (DCAA-approved system or SF 1408) and CAS/CCCPD burdens ≥$2M.
- Export-control and base access restrictions (no foreign participation; US-citizen access).
- Possible lack of relevance of Trace differentiators (NSA TI/Starshield) to CE/environmental R&D topics.
Teaming opportunities
- Civil/environmental engineering R&D expertise (e.g., timber/structural materials, PFAS destruction) with accredited labs/university partners.
- Robotics/automation for heavy equipment (OEMs/integrators with autonomy, perception, and safety certifications).
- Environmental remediation firms experienced in DoD PFAS research, treatment, and destructive technologies.
- Materials science and test/validation partners (structural testing, expeditionary construction).
- Accounting compliance support (if DCAA adequacy not yet confirmed) to ensure SF 1408 readiness for cost-reimbursable awards.
Competitive position
- USAF Tier-1 alignment with a five-year BAA allows responsive teaming for relevant CALLs.
- Primary NAICS 541715 fit; Trace can lead SE&I, integration, and edge compute/data collection for base operations CALLs.
- E&I Facility and OCC enable rapid prototyping, integration, and 24/7 managed operations for demonstration/transition phases.
- Global field services footprint supports expeditionary pilots at bases like Tyndall AFB when CALLs require operational validation.
Bid/No bid factors
- Unreadable CALL documents (CALLs #1–#3) prevent validation of scope, security, PoP, and evaluation specifics.
- Specialized CE/environmental/robotics focus suggests stronger incumbents/niche competitors.
- Potential barrier if adequate accounting system (DCAA/SF 1408) is not in place for cost-type awards.
- CCCPD and CAS obligations ≥$2M increase proposal/negotiation burden.
Documents
Download all
CALL #1 Modern Timber Products in an Expeditionary Environment
Open link
Restricted: Unreadable
Unreadable: the file is titled as CALL #1 (Modern Timber Products in an Expeditionary Environment) and is part of BAA FA8051-24-S-0001, but no content was extracted. Extraction is pending and the document cannot be summarized beyond its filename and association with the BAA.
- Filename indicates topic: 'CALL #1 Modern Timber Products in an Expeditionary Environment'.
- Document is a CALL under BAA FA8051-24-S-0001 (Air Force Civil Engineer Center – AFCEC/CXA) for R&D in airbase systems (NAICS 541715).
- BAA is a closed two-step process (white paper; if requested, full proposal) — CALL-specific submission instructions and POCs are expected within each CALL.
- Opportunity-level place of performance: Tyndall AFB, FL (may apply to CALLs).
- Opportunity-level response deadline (posted): 2028-01-02 15:00 (archive 2028-01-17); the BAA has active revisions (latest noted Rev 4 on 30 Mar 2026).
- File processing metadata: extractor pending; processing_mode = metadata_only; review_status = restricted — access to CALL-specific requirements, deliverables, or constraints is not available from this file.
- Because the file is unreadable, there is no extracted detail on scope, technical requirements, deliverables, set-asides, incumbent, or teaming cues specific to CALL #1.
CALL #2 Automated Heavy Machinery
Open link
Restricted: Unreadable
File titled "CALL #2 Automated Heavy Machinery" is one of the CALLs referenced by BAA FA8051-24-S-0001 (Air Force AFCEC/CXA). The document was not extracted (metadata_only; extractor pending), so no substantive content from the CALL is available for review.
- Filename indicates topic: "Automated Heavy Machinery" (CALL #2) — suggests R&D focus area under the AFCEC BAA.
- Document is explicitly linked to BAA FA8051-24-S-0001 (closed two-step BAA for Airbase Systems), so agency/context is Air Force Civil Engineer Center (AFCEC/CXA).
- Extraction/processing status: readable=false; processing_mode=metadata_only; extractor=pending; review_status=restricted — content missing.
- Because the file is unreadable, critical facts are unknown and must be retrieved from the source: specific scope, statement of work, evaluation criteria, submission instructions, POCs, funding or contract type for this CALL.
- Opportunity-level metadata (from parent BAA) relevant to this CALL: NAICS 541715; place of performance listed as Tyndall AFB, FL; overall BAA response deadline 2028-01-02 — verify whether CALL-specific deadlines or PoP differ.
- Next actions needed to enable scoring: obtain original CALL PDF from SAM.gov or the BAA attachments, re-run extraction, or download directly to capture technical requirements, classification, set-aside, incumbency, and any teaming instructions.
CALL #3 PFAS Destruction
Open link
Restricted: Unreadable
The file labeled 'CALL #3 PFAS Destruction' could not be read—the extractor is pending and only metadata was ingested—so no substantive content from the CALL is available. The document name indicates it is the third CALL under the FA8051-24-S-0001 BAA, but specific scope, requirements, POCs, deliverables, timelines, and evaluation criteria are not accessible in this extract.
- Filename: 'CALL #3 PFAS Destruction' — indicates topic area but file content not available.
- Extraction status: pending; processing_mode: metadata_only; review_status: restricted; limitation_reason: unreadable.
- No textual content was returned, so the CALL's specific technical scope, deliverables, award type, budget guidance, evaluation factors, and proposal submission details are unavailable.
- Relevant opportunity-level metadata (from the parent BAA, not this file): NAICS 541715 (R&D in physical, engineering & life sciences); place of performance listed as Tyndall AFB, FL; BAA is a closed two-step with CALLs (white paper then proposal if requested); overall BAA response deadline 2028-01-02 — verify whether CALL-specific deadlines differ.
- Missing but critical items for Trace scoring that should be retrieved from the file: required security/clearance levels, set-aside status, period/place of performance specifics for this CALL, any incumbent or contracting vehicle references, POCs for technical/contracting, and proposal/format/budget constraints.
- Next action for BD: obtain a readable copy of this CALL (or check the BAA Full Text Announcement and Attachments referenced in the opportunity) to extract technical fit, deliverables, POA&M, and proposal instructions.
Deleted Attachments.txt
No current live SAM.gov attachment matches this stored row.
A short notice file listing attachments that were removed from the SAM posting. It specifically names one deleted file: 'FA8051-24-S-0001 Full Text Announcement REVISION 3 - 7 Mar 2025.pdf.' The file contains no solicitation requirements, POCs, dates, or technical content.
- Names deleted attachment: 'FA8051-24-S-0001 Full Text Announcement REVISION 3 - 7 Mar 2025.pdf'.
- Documents active versioning/attachment changes for the solicitation (evidence that earlier Revision 3 was removed from attachments).
- No programmatic, technical, POC, place-of-performance, set-aside, NAICS, or deadline information present in this file.
- Practical implication: solicitation attachments were revised; confirm and use the current Full Text Announcement (later revision) as the authoritative source.
FA8051-24-S-0001 Attachment 1- Adequate Accounting System updated 5 Nov 24.pdf
Download
Guidance on contractor accounting system expectations for offerors pursuing cost-reimbursement awards under the BAA: recommends DCAA audit of accounting systems, requires SF 1408 submission when a DCAA-approved system is not already in place, and notifies offerors that FAR/CAS requirements apply for contracts over $2M.
- Applies to cost-reimbursement type contracts under this BAA—DCAA audit required if no prior DCAA review.
- If no DCAA-approved accounting system, offerors must complete and submit SF Form 1408 with the proposal; proposals for cost-reimbursement awards without SF1408 may be deemed non-conforming.
- FAR 52.230-2 / CAS will apply to any procurement contract in excess of $2M resulting from this solicitation; offerors must submit CAS representations and Disclosure Statement as required by 48 CFR 9903.202.
- Costs of any audit activity are not allowable as a direct charge to the contract (audit cost not billable).
- Provides DCAA/DCMA/SBA resources and contact pointers (DCAA locator, Audit Process Overview, DCAA small business focal point phone) to expedite compliance.
- Practical implication: offerors lacking an adequate accounting system face a compliance barrier and potential proposal rejection for cost-reimbursement proposals—affects Risk and Compliance dimensions for pursuit.
FA8051-24-S-0001 Attachment 2- Proposal Prep Instructions updated 7 Mar 25.pdf
Download
Attachment 2 provides detailed proposal preparation instructions for CALL responses under BAA FA8051-24-S-0001 (revision dated 7 Mar 2025), including required proposal sections, strict formatting and page limits, cost proposal contents, subcontracting and accounting instructions, data rights/export-control rules, and guidance for preparing a standalone C-PWS suitable for contract incorporation.
- Required proposal structure: four sections — Business, Technical Proposal, Contractor-Performance Work Statement (C-PWS), and Cost.
- Page limits: Technical Proposal = 25 pages; C-PWS = 10 pages; Business Section = (noted as) 15 pages; Resumes/CVs = max 2 pages each and do not count against page limits.
- Formatting: 12-pt Arial, double-spaced, 1-inch margins; illustrations may deviate from font/spacing rules.
- Final technical report CDRL is mandatory for awards; technical data with less-than-unlimited rights must be in a separate appendix.
- Data rights assertion: DFARS/DFARS clause references (DFARS 252.227-7017 and DFARS 227.7104/227.7203-3) — proposers must complete assertion tables and identify where restricted items will be delivered.
- Subcontracting: Large businesses must include a subcontracting plan for proposals > $750,000 (or master plan copy); Attachment 4 is provided as an Individual Subcontracting Plan template.
- Subcontractor cost analysis: Offerors must analyze subcontractor proposals per FAR 15.404-3 and include subcontractor proposals and rationale; failure to provide adequate analysis may delay or prevent award.
- CCCPD / certified cost or pricing data: Certificate required upon conclusion of negotiations if total amount is $2M+ (FAR 15.403-4(a)(1)); guidance anticipates exceptions unlikely for R&D.
- Accounting system guidance: If no government‑approved accounting system, recommend SF 1408 preaward survey; FFP may be considered if accounting system inadequate but require milestone payment structuring.
- Foreign participation & export control: Foreign nationals require visa info and DD Form 2345 if applicable; ITAR/EAR compliance required and non-U.S. personnel may be restricted without licenses/TAAs.
- Technical proposal content expectations: technical approach, milestone chart (use DOA + X days/months), facilities/equipment, relevant prior work (past 5 years with contract numbers and POCs), management plan, resumes/CVs.
- Cost proposal TOC: explicit items required (summary by cost element, labor summary/rates/hours, indirect rates, BOM with vendor quotes, travel, consultants, subcontractor proposals, monthly & cumulative commitment forecast).
- Instruction to follow CALL-specific proposal requests: proposers must comply with any differing instructions in individual CALLs.
FA8051-24-S-0001 Attachment 3- Contractor PWS.pdf
Download
Contractor Performance Work Statement (C-PWS) template for BAA FA8051-24-S-0001 Attachment 3 that defines a software/computational R&D effort: develop integrated computational environments and advanced software tools to improve performance on current computers. Contains high-level objectives, scope, specific technical tasks (design/implementation, execution analysis infrastructure, integration/scheduling interfaces), community engagement, and explicit reporting/CDRL requirements.
- Document type: Contractor Performance Work Statement (C-PWS) template for FA8051-24-S-0001 Attachment 3; instructs offerors to follow CALL-specific PWS instructions if different.
- Technical focus: R&D in computational/software environments — objective includes generating code, connecting transformed program variants, and exploiting (redacted) by software environments (software performance/analysis emphasis).
- Scope: develop technology for integrated computational environments and distribute advanced computational software tools to demonstrate improved performance on current computers.
- Primary tasks: design/implement computational environment and data structures; develop execution-analysis infrastructure to debug/study transformed programs; implement connections between transformed and representation forms; integrate scheduling/tools interfaces.
- Experimentation: requires identifying community members/applications for experiments with developed technologies (technology transition / stakeholder engagement element).
- Deliverables/reporting: CDRL A001 (R&D Project Summary Report — monthly or quarterly), A002 (Contract Funds Status Report — monthly/quarterly), A003 (Final Technical Report at contract end) called out explicitly.
- R&D emphasis aligns with NAICS 541715 (Research & Development in Physical, Engineering & Life Sciences) cited in opportunity metadata.
- No dollar values, period of performance, security/classification requirements, or place-of-performance specifics are included in this PWS template; several technical details are redacted/denoted as XXXXXX.
- Actionable requirements indicate prototype/technical reporting obligations and recurring status/funding reporting that will drive staffing and program-management needs.
FA8051-24-S-0001 Attachment 4 - Individual Subcontracting Plan Template 7 Mar 25.docx
Download
Attachment 4 is an Individual Subcontracting Plan template (dated 7 Mar 2025) for offerors to complete as part of proposals under the BAA. It enumerates required subcontracting plan elements (dollar goals, socio-economic breakdowns, justifications, methods, administrator contact and duties) and cites FAR/DFARS reporting and compliance obligations (including ISR/SSR via eSRS).
- Document is an Individual Subcontracting Plan template provided as Attachment 4 (file name date: 7 Mar 25).
- Template requires reporting total dollars planned to be subcontracted and percent breakdowns (overall and by socio-economic categories).
- Specifically lists socioeconomic categories to report: Small Business, Small Disadvantaged (including 8(a)/ANC/Indian Tribes), Women-Owned, Service-Disabled Veteran-Owned, Veteran-Owned, HUBZone, and unconstrained small businesses.
- References FAR 52.219-9 and DFARS 219 clauses for subcontracting plan content and justification when proposing goals below government targets.
- Requires description of methods to develop goals and methods used to locate potential suppliers (evidence for required small-business outreach).
- Includes treatment of indirect costs for each small business category and instructions to document methodology if indirect costs included.
- Mandates identification of a Subcontracting Plan Administrator (name, phone, email) and duties to be listed.
- Requires inclusion of FAR 52.219-8 in subcontracts and that large subcontractors adopt compliant subcontracting plans when exceeding FAR thresholds.
- Requires submission of Individual Subcontract Report (ISR) and/or Summary Subcontract Report (SSR) using eSRS per FAR 52.219-9(l).
- Obligates recordkeeping of compliance procedures, good-faith efforts to use small businesses post-award, timely payment obligations to small business subcontractors, and notification requirements for substitutions and reduced/untimely payments.
- Includes signature/certification block attesting plan accuracy and authorization to submit for the solicitation (solicitation number to be filled).
FA8051-24-S-0001 Full Text Announcement REVISION 4 FINAL.pdf
Download
Partially reviewed: Too large
Partially reviewed (selected sections only: section_1_of_5 and section_3_of_5) of the Full Text Announcement Revision 4 (30 Mar 2026) for a five-year Closed Two‑Step BAA from AFCEC/CXA seeking R&D under NAICS 541715. The BAA describes CALL-driven white paper → proposal procedures, multiple technical topic areas (timber products, PFAS destruction, arctic structures, automated heavy machinery, airbase facilities/operations, materials, emergency response), security/eligibility constraints, and submission/award instructions; full document not extracted due to size.
- BAA type: Closed Two‑Step Broad Agency Announcement (white paper then proposal) — five-year duration.
- Agency/owner: Air Force Civil Engineer Center (AFCEC), Readiness Directorate, Requirements & Acquisition Division (AFCEC/CXA).
- NAICS: 541715 (R&D in Physical, Engineering & Life Sciences) and scope per DFARS 235.016(a).
- Multiple topic CALLs defined: Modern Timber Products; PFAS Destruction; Arctic‑capable Structures; Automated Heavy Machinery; Airbase Facilities & Infrastructure; Airbase Operations; Civil Engineering Materials; Emergency Response & Fire Protection.
- Security: May require classified facility clearance and cleared personnel; DD Form 254 referenced for safeguarding.
- Foreign participation: BAA is closed to foreign participation with limited exceptions (fundamental research, approved FOCI mitigation, DoD/State Dept approved foreign nationals) and strict base/network access rules (US citizens required for base/IT access).
- Eligibility notes: FFRDCs and government entities have specific burdens of proof and must document statutory/contractual authority to compete; eligibility determined case‑by‑case.
- Procedural notes: Offerors must monitor SAM.gov for CALLs and amendments; technical/contracting POCs are identified per CALL (Revision 4 POC change to Mr. Jason Cronin noted in metadata).
- Submission mechanics: Two‑step solicitation process and CALLs; Proposal Preparation Instructions and Subcontracting Plan templates updated (Attachment references).
- Revision history: Document is Revision 4 (30 Mar 2026); earlier revisions added CALL links and updated attachments — indicates ongoing CALL-based updates.
Links.txt
No current live SAM.gov attachment matches this stored row.
Contains three direct SAM.gov links to CALL pages associated with the FA8051-24-S-0001 BAA: CALL #1 Modern Timber Products in an Expeditionary Environment; CALL #2 Automated Heavy Machinery; and CALL #3 PFAS Destruction. The file is a simple link list intended to point reviewers to each CALL notice for full details.
- Provides direct URLs to three CALL notices on SAM.gov for this BAA: https://sam.gov/opp/02d74e2d9c15426d8339370d91550e36/view, https://sam.gov/opp/6e3470153b474da38e60e25d3db3ecd7/view, https://sam.gov/opp/a372a9971888480c95f3c33ecf87b343/view
- CALL topics: Modern Timber Products (expeditionary), Automated Heavy Machinery, PFAS Destruction — indicates multiple, topic-specific R&D subprojects under the BAA
- File is lightweight (link pointer only); no technical scope, funding, POCs, place of performance, or deadlines are contained in this file — reviewers must open each CALL link for detailed requirements
Technical details
Entry: sync
Review status: Up to date
Logical upstream opportunity: 7289
Notice lineage:
- 88bcfc9ca9ab4329a0cd84d0bcf11276 (posted 2026-03-30) - current
- 083f0db182944ae6bd9ebecd09e6e7a9
- 0abdf517aca34e0480e6243ce0f790ba
- 0c2a6ff4404d48258a1399b6cfa1f4cd
- 91c3839fea7748488ddf719404c69932
- b57dfca74c3c43c99b476344476dfb16
- d0e80198fa894246af8648ce68b9acf1
- ffdaac4759d04c67a72ee3ccf57358d9
Last synced: 2026-03-31T11:26:07.204134+00:00
Last analyzed: 2026-03-30T21:50:41.875148+00:00
Latest package fingerprint: 860fa9b1bfc2e9c95339af0e9b40be2b993ba2ff7296b8c48d25bb46a19c5e23
Latest package notice: 88bcfc9ca9ab4329a0cd84d0bcf11276
Latest package documents: 10
Evidence limitations- CALL #1 Modern Timber Products in an Expeditionary Environment: restricted (unreadable)
- CALL #2 Automated Heavy Machinery: restricted (unreadable)
- CALL #3 PFAS Destruction: restricted (unreadable)
- FA8051-24-S-0001 Full Text Announcement REVISION 4 FINAL.pdf: partially reviewed (too large)
- Only partial document evidence was available from the upstream package.
- 2026-03-30T21:47:02.402606+00:00: 88bcfc9ca9ab4329a0cd84d0bcf11276 with 10 docs