MINSAV CALL 05 "TALOS"
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of the Air Force, AFRL/RYD, has issued MINSAV CALL 05 "TALOS", an unrestricted solicitation for research and development in advanced microelectronics technologies. This effort aims to mature, verify, and deliver next-generation national defense capabilities for critical DoD systems, focusing on sensor generation and processing. The anticipated contract type is Cost Plus Fixed Fee C-type, with an estimated value of $34 million. Proposals are due June 1, 2026, at 5:00 PM EST.
Scope of Work
This call seeks to advance commercial and Government-developed sensor (signal) generation and processing microelectronics. Experimentation under the MINSAV ARA will construct prototype systems demonstrating microelectronics capabilities for autonomous, artificial intelligence, precision navigation and timing (PNT), electronic warfare (EW), data processing, spatial/spectrally agile, and strategic applications. Deliverables include data items (per CDRL), software, and hardware. Unlimited data rights are desired.
Contract Details
- Contract Type: Anticipated Cost Plus Fixed Fee C-type. Requires an adequate accounting system.
- Estimated Value: $34,000,000 (Air Force reserves the right to exceed).
- Period of Performance: 39 months (36 months technical effort, 3 months for final report).
- Set-Aside: Unrestricted solicitation. Foreign participation is not authorized.
- Anticipated Awards: One (1) contract, with the right to award zero or multiple.
- Security Classification: The call itself is Controlled Unclassified Information (CUI), but the Statement of Objectives (SOO) contains Secret Collateral information. Offerors must have the ability to obtain/submit Secret Collateral information.
- Compliance: Requires a current CMMC Level 2 assessment posted in SPRS at the time of contract award and for the duration. Export Control (ITAR) is applicable.
- Place of Performance: Primarily Wright Patterson AFB, OH. Government Furnished Property (GFP) and access to DoD Supercomputing Resource Center tools are anticipated.
Submission & Evaluation
- Proposal Due Date: June 1, 2026, 5:00 PM EST. Late proposals are subject to FAR 52.215-1(c)(3).
- Submission Method: Electronically via email to Adam J Wentworth (adam.wentworth@us.af.mil) and Daniel Kelly (daniel.kelly.29@us.af.mil), or through secure file exchange (https://safe.apps.mil/).
- Proposal Components: Technical/Management Proposal (Unclassified, 40 pages), SOW (Unclassified ONLY, 10 pages), Business Proposal, Subcontracting plans (if applicable), and a Classified Proposal Addendum (5 pages).
- Evaluation Factors: Proposals will undergo Peer or Scientific Review, prioritizing Technical Merit (understanding, technical approach, experience, advancing technology, transition potential) and Cost/Price (realism).
Key Actions & Notes
- Request Secret Collateral SOO: Submit requests to Daniel Kelly (daniel.kelly.29@us.af.mil) no later than May 1, 2026.
- Questions on Secret Collateral SOO: Submit to Peter Buxa (peter.buxa@us.af.mil) no later than May 8, 2026. No classified questions via email.
- To access the DD254 (containing CUI), bidders must submit an active DD2345 JCP, a CAGE code, and a NIST assessment score to daniel.kelly.29@us.af.mil.
- Funds are not presently available; no award will be made until funds are available. Offerors should monitor SAM.gov for amendments.