Skip to content
Department of Defense

Targeting Operations and Analytics Development

Solicitation: FA875025S7002
Notice ID: c3a2190d772e42acb289e15dd2acb608

Presolicitation from DEPT OF THE AIR FORCE • DEPT OF DEFENSE. Place of performance: NY. Industry: NAICS 541715 • PSC AC12.

DoD CMMC Readiness
Modern compliance support by Federal Bid Partners

CMMC support options for this DoD solicitation

As DoD CMMC rollout expands, approximately 80%+ of DoD solicitations are expected to include cybersecurity/CMMC requirements, including many non-tech scopes.

Done-for-you service
CMMC start-to-finish with FBP
$2,000
Registered Practitioner logo
Guided by a Registered Practitioner with practical DoD workflow support.
  • Gap review, remediation roadmap, and implementation support
  • Policy package, evidence mapping, and submission prep
  • Designed for primes and subs across non-tech and tech work
Start CMMC with Federal Bid Partners →
AI-powered application
CMMC Pulsar™ start-to-finish
$399
CMMC Pulsar logo
First-of-its-kind CMMC Pulsar™ app to run your CMMC workflow with AI assistance.
  • Structured checklist, AI guidance, and progress tracking
  • Build evidence and controls with clearer next-step workflows
  • Ideal for teams that want speed plus affordability
Open CMMC Pulsar™ →
Solicitation context: FA875025S7002. Requirements vary by acquisition and contract type; COTS-only exceptions may apply.

Market snapshot

Awarded-market signal for NAICS 541715 (last 12 months), benchmarked to sector 54.

12-month awarded value
$6,686,214,823
Sector total $5,888,804,845,973 • Share 0.1%
Live
Median
$2,000,000
P10–P90
$139,280$20,440,575
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.1%
share
Momentum (last 3 vs prior 3 buckets)
+46227%($6,657,411,550)
Deal sizing
$2,000,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for NY
Live POP
Place of performance
Not listed
State: NY
Contracting office
Rome, NY • 13441-4514 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
NY20260002 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026New York • Albany, Columbia, Fulton +7
Rate
Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems
Base $41.74Fringe $27.58
+91 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 91 more rate previews.
Davis-BaconBest fitstate match
NY20260002 (Rev 1)
Open WD
Published Jan 30, 2026New York • Albany, Columbia, Fulton +7
Rate
Asbestos/Insulator Worker SCOPE OF WORK: includes application of all insulating materials, protective, coverings, coating and finishing to all types of mechanical systems
Base $41.74Fringe $27.58
Rate
HANDLER Duties limited to preparation wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not from mechancial systems
Base $41.74Fringe $27.58
Rate
BOILERMAKER
Base $43.34Fringe $27.66
+90 more occupation rates in this WD
Davis-Baconstate match
NY20260012 (Rev 1)
Open WD
Published Jan 30, 2026New York • Nassau, Suffolk
Rate
Asbestos Workers/Insulator Includes application of all insulating materials, protective coverings, coatings and finishes to all types of mechanical systems
Base $71.76Fringe $36.81
Rate
HAZARDOUS MATERIAL HANDLER
Base $47.75Fringe $13.70
Rate
BOILERMAKER
Base $68.88Fringe $49.83
+52 more occupation rates in this WD
Davis-Baconstate match
NY20260034 (Rev 1)
Open WD
Published Jan 30, 2026New York • Orleans
Rate
gs, coatings, and finishes to all types of mechanical systems. Also, the application of firestooping material openings and penetrations in walls, floors, ceilings, curtain walls and all lead abatement)
Base $40.26Fringe $25.41
Rate
NDLER Duties limited to Preparation; wetting; stripping; removal; scrapping; vacuuming; bagging; and disposing of all insulation materials, whether they contain asbestos or not, from mechanical systems
Base $40.26Fringe $25.41
Rate
BOILERMAKER
Base $39.35Fringe $33.18
+50 more occupation rates in this WD
Davis-Baconstate match
NY20260049 (Rev 1)
Open WD
Published Jan 30, 2026New York • Orange
Rate
HANDLER (Duties limited to preparation, wetting, stripping, removal, scraping, vacuuming, bagging and disposing of all insulation materials whether they contain asbestos or not from mechanical systems)
Base $46.62Fringe $49.30
Rate
Insulator/asbestos worker (Includes application of all insulating materials, protective coverings, coatings, and finishes to all types of mechanical systems)
Base $46.62Fringe $49.30
Rate
Bricklayer, Cement Mason, Plasterer
Base $43.04Fringe $34.99
+17 more occupation rates in this WD

Point of Contact

Name
Ariana Emad
Email
ariana.emad@us.af.mil
Phone
315-330-2649
Name
Amber Buckley
Email
amber.buckley@us.af.mil
Phone
315-330-3605

Agency & Office

Department
DEPT OF DEFENSE
Agency
DEPT OF THE AIR FORCE
Subagency
AIR FORCE MATERIEL COMMAND
Office
AIR FORCE RESEARCH LABORATORY • FA8750 AFRL RIK
Contracting Office Address
Rome, NY
13441-4514 USA

More in NAICS 541715

Description

NAICS CODE:  541715

FEDERAL AGENCY NAME: Department of the Air Force, Air Force Materiel Command, AFRL - Rome Research Site, AFRL/Information Directorate, 26 Electronic Parkway, Rome, NY, 13441-4514

BAA ANNOUNCEMENT TYPE:  Initial announcement

BROAD AGENCY ANNOUNCEMENT (BAA) TITLE: Targeting Operations and Analytics Development                                                                                             

BAA: FA8750-25-S-7002

PART I – OVERVIEW INFORMATION

This announcement is for an Open, 2 Step BAA which is open and effective until 30 September 2029.  Only white papers will be accepted as initial submissions; formal proposals will be accepted by invitation only.  While white papers will be considered if received prior to 1600 Eastern Standard Time (EST) on 30 SEP 2029, the following submission dates are suggested to best align with projected funding:

FY25 by 20 MAR 2025

FY26 by 01 NOV 2025

FY27 by 01 NOV 2026

FY28 by 01 NOV 2027

FY29 by 01 NOV 2028

Offerors should monitor the Contract Opportunities on the SAM website at https://SAM.gov in the event this announcement is amended.

  

CONCISE SUMMARY OF TECHNOLOGY REQUIREMENT:   Seeking innovative research to develop, test, evaluate, and integrate technologies to improve the joint targeting cycle: shorten the killchain, improve operational awareness, provide information and connectivity assurance during execution, and enable battle damage assessment.   

  

BAA ESTIMATED FUNDING:  Total funding for this BAA is approximately $499M.  Individual awards will not normally exceed thirty-six (36) months with dollar amounts normally ranging from $1M to $25M. There is also the potential to make awards up to $99.9M.

ANTICIPATED INDIVIDUAL AWARDS:  Multiple Awards are anticipated.  However, the Air Force reserves the right to award zero, one, or more Procurement Contracts or Other Transactions (assistance instruments), for all, some, or none of the solicited effort based on the offeror’s ability to perform desired work and funding fluctuations. There is no limit on the number of OTs that may be awarded to an individual offeror.

TYPE OF INSTRUMENTS THAT MAY BE AWARDED: FAR based Procurement contracts, CFR based grants and cooperative agreements or other transactions (OT) under 10 USC 4021, 10 USC 4022 ( previously 10 USC 4002, 2371, 10 USC 4003, 2371b) depending upon the nature of the work proposed. 10 USC 4023 also allows for FAR based contracts, OTs for research, OTs for Prototype, and assistance instruments.

 

 

In the event that an Other Transaction for Prototype agreement is awarded as a result of this competitive BAA, and the prototype project is successfully completed, there is the potential for a prototype project to transition to award of a follow-on production contract or transaction. The Other Transaction for Prototype agreement itself will also contain a similar notice of a potential follow-on production contract or agreement.

AGENCY CONTACT INFORMATION:  All white paper submissions and any questions of a technical nature shall be directed to the cognizant Technical Point of Contact (TPOC) as specified below (unless otherwise specified in the technical area):

BAA PROGRAM MANAGER:                                                   

Ariana Emad                                                                 

AFRL/RIED                                                                                      

525 Brooks Rd

Rome, NY 13441-4505                                                                           

Telephone: (315)330-2649                                  

Email: ariana.emad@us.af.mil

Questions of a contractual/business nature shall be directed to the cognizant contracting officer, as specified below (email requests are preferred):

    Amber Buckley

    Email:  Amber.Buckley@us.af.mil

Emails must reference the solicitation BAA number and title of the acquisition.

Pre-Proposal Communication between Prospective Offerors and Government Representatives:  Dialogue between prospective offerors and Government representatives is encouraged.  Technical and contracting questions can be resolved in writing or through open discussions. Discussions with any of the points of contact shall not constitute a commitment by the Government to subsequently fund or award any proposed effort. Only Contracting Officers are legally authorized to commit the Government.

Offerors are cautioned that evaluation ratings may be lowered and/or proposal rejected if proposal preparation (Proposal format, content, etc.) and/or submittal instructions are not followed.

PLEASE SEE ATTACHMENT FOR FULL ANNOUNCEMENT DETAILS

                                                  Amendment No. 1 to  BAA FA8750-25-S-7002

The purpose of this amendment is to:

  1. Part II, Section VI, adds paragraph 12 as follows;

12. 15% INDIRECT COST CAP ON ASSISTANCE AWARDS TO INSTITUTIONS OF HIGHER EDUCATION: The policies of the OUSD(R&E) memo, “Implementation of a 15% Indirect Cost Cap on Assistance Awards to Institutions of Higher Education” dated 12 June 2025, will be applicable for the entirety of the award if there is a court decision permitting application of the policies.

No other changes are made.

Amendment No. 2 to BAA FA8750-25-S-7002

The purpose of this amendment is to:

  1. Part II, FULL TEXT ANNOUNCEMENT, updates the language regarding Federal Acquisition Supply Chain Security Act (FASCSA) Orders;

FULL TEXT ANNOUNCEMENT:

Federal Acquisition Supply Chain Security Act (FASCSA) Orders: Depending on the date of issuance of this solicitation, FASCSA order(s) may be applicable. Therefore, the Offeror shall search for the phrase “FASCSA order” in the System for Award Management (SAM) (https://www.sam.gov) for any covered article, or any products or services produced or provided by a source, if there is an applicable Federal Acquisition Supply Chain Security Act Orders prohibition. This requirement only applies to FAR based awards.  

No other changes are made.

AMENDMENT 3 TO BAA FA8750-25-S-7002

The purpose of this modification is to republish the original announcement, incorporating any previous amendments, pursuant to FAR 35.016(c).

This republishing also includes the following changes:

  1. Part II, Full Text Announcement:
    1. Section IV.2, updates the FAR reference;
    2. Section V.3, updates the Simplified Acquisition Threshold to $350,000;
    3. Section V.4, updates the certified cost and pricing data threshold to $2.5M;
    4. Section VI.1, updates proposal formatting language;
    5. Section VI.3, updates the debriefing language;
    6. Section VI.5.b.3, updates the DFARS clause;
    7. Section VI.5.c, updates the DFARS clause;
    8. Section VI.7, updates the provisions;
    9. Section VI, deletes paragraph 12 related to 15% indirect cost cap
    10. Section VII: updates the OMBUDSMAN.

No other changes are made.

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.