SAF/PA - Media Analysis Tool (Amendment 0001)
ID: FA701425R0045Type: Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE AIR FORCEFA7014 AFDW PKANDREWS AFB, MD, 20762-6604, USA

NAICS

Media Streaming Distribution Services, Social Networks, and Other Media Networks and Content Providers (516210)

PSC

IT AND TELECOM - NETWORK AS A SERVICE (DG10)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Defense, specifically the Secretary of the Air Force Office of Public Affairs (SAF/PA), is seeking contractor support for the development of a web-based Media Analysis Tool. This tool will facilitate media monitoring, assessment analytics, and journalist database management, essential for effective communication management and media assessment functions. The contract is a total small business set-aside, with a firm fixed price structure, comprising a 12-month base period and four one-year options, plus a six-month extension option. Proposals are due by August 18, 2025, at 11:00 AM EST, and interested parties should direct inquiries to Cordarrell Hammond at cordarrell.hammond@us.af.mil or Mr. David Warner at david.warner.27@us.af.mil. The total estimated value of the contract is $47 million.

    Point(s) of Contact
    Files
    Title
    Posted
    The SAF/PA – Media Analysis Tool - FA701425R0045 is a competitive 100% Small Business award RFP for a Firm Fixed Price (FFP) contract with a 12-month base period and four one-year options, plus a six-month extension option. Proposals are due by 4:30 PM ET on August 13, 2025, via email, with all communications handled by the Contracting Officer (CO) and Contracting Specialist (CS). Offerors must be registered in the System for Award Management (SAM) database. Proposals should be clear, concise, and provide convincing rationale, avoiding rephrasing government requirements. The evaluation will be based on a Performance Price Tradeoff (PPT) source selection, with Past Performance being significantly more important than Price among technically acceptable offerors. Proposals must include three volumes: Technical Approach, Past Performance, and Price, adhering to strict formatting and page limitations. Subcontractor information and past performance must be detailed, with consent letters for disclosure. Prices must be complete, balanced, and reasonable, with a Total Evaluated Price (TEP) including the base and all option years, excluding the six-month extension. The government reserves the right to award without interchanges, emphasizing the importance of initial best offers.
    The SAF/PA – Media Analysis Tool RFP (FA701425R0045) is a competitive 100% Small Business award for a Firm Fixed Price contract. The contract includes a 12-month base period, four one-year options, and a six-month extension option. Proposals are due by 11:00 AM ET on August 18, 2025, via email to David N Warner and Alyse Whitfield. Offerors must be registered in SAM and submit proposals in two volumes: Technical Approach (Volume I) and Price (Volume II). Evaluation will prioritize Past Performance over Price among technically acceptable offers, aiming for an award without interchanges. The evaluation criteria include Technical Approach (Factor I), Past Performance (Factor II), and Price (Factor III), with specific formatting and content requirements for each volume. Past performance will be assessed for recency, relevancy, and quality, requiring references and Past Performance Questionnaires.
    The SAF/PA – Media Analysis Tool RFP (FA701425R0045) is a competitive 100% Small Business award for a Firm Fixed Price (FFP) contract with a 12-month base, four one-year options, and a six-month extension option. Proposals are due by 4:30 pm Eastern Time on August 13, 2025, via email, with David N Warner and Alyse Whitfield as the sole points of contact. Offerors must be registered in the System for Award Management (SAM). The Government intends to award without interchanges, emphasizing complete and concise proposals that do not simply rephrase requirements. Proposals must be submitted in two separate volumes: Technical Approach (Volume I) and Price (Volume II). Evaluation will be based on three factors: Technical Approach, Past Performance, and Price, with Past Performance being significantly more important than Price. Technical acceptability, a "Satisfactory" or "Substantial" past performance rating, and a complete, balanced, fair, and reasonable price are required for award. The proposal outlines detailed formatting, page limitations, and content requirements for each volume, including specific information for past performance citations and price breakdowns. The document also provides guidelines for handling proprietary information under FOIA and the Government's right to conduct interchanges if deemed necessary.
    The SAF/PA – Media Analysis Tool - FA701425R0045 is a competitive 100% Small Business award RFP for a Firm Fixed Price (FFP) contract with a 12-month base period and four one-year options, plus a six-month extension option. Proposals, due by August 4, 2025, at 4:30 PM ET via email, must be clear, concise, and adhere to specific formatting, including two volumes: Technical Approach (Volume I, 10 pages max) and Price (Volume II, unlimited pages). Evaluation will be a Performance Price Tradeoff, with Past Performance significantly more important than price. Proposals are assessed for completeness, technical approach, and price reasonableness, aiming for an award without interchanges. Offerors must be registered in SAM and address any proprietary information according to FOIA guidelines.
    The Secretary of the Air Force Office of Public Affairs (SAF/PA) requires a web-based media analysis tool for global media monitoring, social media analysis, journalist contact management, and graphic data depiction. This unclassified tool will monitor thousands of US and international media outlets (print, web, social, broadcast), provide analysis products, and generate morning news reports for senior leaders. Key features include daily article/clip retrieval, global visual/audio media monitoring with editing capabilities, sentiment analysis, share of voice, heat maps, and geographic visualizations. The tool must support unified data streams, provide real-time AI-driven alerts for anomalies, and offer unlimited customizable dashboards for analytics on engagement, geography, keywords, and sentiment. It will also generate automated and manual reports, manage journalist databases with real-time updates, and facilitate press release distribution to at least 10,000 recipients. The Air Force will retain ownership of all data, and the contractor must ensure 24/7 customer support, data security, and system reliability, with a maximum of 10 hours of unavailability per year. Training and ongoing consultation are also required.
    The Secretary of the Air Force Office of Public Affairs (SAF/PA) requires a web-based media analysis tool for global media monitoring and communication management. This unclassified tool must provide daily access to print, online, visual, and audio media, including paywalled content, with translation capabilities. Key features include real-time alerts, AI-driven anomaly detection, customizable dashboards for analytics, sentiment analysis, and reporting. The system should manage journalist contact lists and facilitate press release distribution. It must support at least 60 concurrent users, offer flexible access options, ensure data security and ownership by the Air Force, and provide 24/7 customer support and training. The contractor is responsible for maintaining system reliability and responsiveness, with all work performed at their facility.
    The document provides detailed pricing instructions for government RFPs, federal grants, and state/local RFPs. It outlines how to use a spreadsheet for price generation, emphasizing that data should only be entered into YELLOW highlighted areas within the "Pricing" and "CLIN(s)" tabs. The "Pricing" tab automatically populates based on CLIN data and displays the "Total Evaluated Price" in cell N5, with strict instructions not to alter any formulas. The "CLIN(s)" tabs require input for FTE Hours, Labor Categories, Labor Rates, Number of FTE, and ODC information for various periods of performance, including a base year, four option years (OY1-OY4), and a six-month extension. Any adjustments to the pricing worksheet must be explained in the "Contractor Changes and Explanations" textbox.
    The government's Request for Proposal (RFP) for a Media Analysis Tool outlines comprehensive requirements for monitoring, archiving, and analyzing media content. Key aspects include the ability to download and archive broadcast content, leverage secure press release distribution networks, and access articles from numerous paywalled sources. The tool must support searching and summarizing content in multiple languages, with a preference for native language context. Advanced AI capabilities are required for plain language questioning and detailed narrative responses, learning from provided information and integrating with existing government systems. Social media monitoring demands 'firehose' access to platforms like X (formerly Twitter). The RFP also details extensive user training needs for approximately 60-150 users, ongoing 'best practices' training, and a comprehensive database community. Crucially, the government will accept only one technical proposal per offeror and has extended the proposal due date to August 13, 2025. They require 24/7 user support and at least one year of historical news and social media data. The government clarified that they seek unlimited sharing and viewers of data, not unlimited platform users, and that testing of new services will not be at cost.
    The document "FA701425R0045 - SAF/PA - Media Analysis Tool" is a government file, likely an RFP or similar document, focused on a media analysis tool. The file appears to be a structured question-and-answer log, indicated by the "Question" and "Government Answer" columns, along with a "Document Paragraph Reference" for traceability. The repeated identifier "FA701425R0045 - SAF/" suggests a specific procurement or project by the SAF (Secretary of the Air Force) or a related entity. While the content of the questions and answers is not provided, the document's format indicates a formal inquiry process related to acquiring or developing a media analysis tool, crucial for understanding public sentiment, media coverage, or strategic communication in a government context.
    The document is a Past Performance Questionnaire (PPQ) for the Secretary of the Air Force Office of Public Affairs (SAF/PA) Media Analysis Tool program. It aims to gather information on offerors' past contract performance to evaluate their ability to perform on the proposed effort. The PPQ requests detailed information about the contractor, contract identification (including type, value, and period of performance), customer/agency details, and respondent identification. A key section is the performance information, which uses a rating scale (Exceptional, Very Good, Satisfactory, Marginal, Unsatisfactory, Not Applicable) to assess various aspects of the contractor's performance, such as management, quality control, problem-solving, adherence to schedules, and cooperation. The questionnaire also asks about any cure or show cause notices and whether the respondent would award another contract to the contractor. It includes specific questions for government contracts regarding compliance with Small Business Subcontracting Plans. Responses are requested by April 13, 2025, 4:00 PM EST, via email to cordarrell.hammond@us.af.mil and david.warner.27@us.af.mil, and will be part of the official source selection records. This document is classified as Controlled Unclassified Information and Source Selection Information.
    The document is a Past Performance Questionnaire (PPQ) used by the Department of the Air Force for source selection in the Media Analysis Tool program. Its purpose is to gather information on an offeror's past contract performance to evaluate their ability to perform on a proposed effort. The PPQ includes sections for contract identification, customer/agency identification, respondent identification, and detailed performance ratings. It requests specific information on contract type, dollar value, period of performance, and a description of work performed. The performance rating section uses a scale from Exceptional to Unsatisfactory, asking for supporting information for each rating across various criteria like management, quality control, timeliness, and problem-solving. Respondents are also asked about overall performance, any cure or show cause notices, and willingness to award future contracts. The completed questionnaire is due by August 18, 2025, 11:00 AM EST, and becomes part of the official source selection records, emphasizing its importance in the competitive selection process.
    The document outlines a Request for Proposal (RFP) for the SAF/PA Media Analysis Tool, designed exclusively for small businesses. It stipulates that proposals must adhere strictly to provided instructions to avoid unfavorable evaluations and must include a clearly defined technical approach and pricing structure in separate volumes. Proposals must be submitted electronically by a specified deadline, and late submissions will not be considered. Evaluation criteria emphasize the importance of technical performance over price, with a focus on past performance ratings and overall proposal completeness. The proposal process is structured to ensure clarity and ease of evaluation, with requirements for formatting, organization, and content specified in detail. Offerors must provide documentation to support their pricing and must highlight any proprietary information according to the Freedom of Information Act guidelines. The selection will favor technically sound proposals that demonstrate a high understanding of the statement of work requirements, ensuring that the award process prioritizes quality performance and reliable service delivery. This RFP exemplifies the structured nature of government procurement processes, emphasizing compliance with regulations, clear communication, and diligent proposal assessment.
    The U.S. Air Force Office of Public Affairs (SAF/PA) seeks a web-based media analysis tool to enhance communication management and media assessment capabilities. The contractor will provide a solution for monitoring and analyzing various media, including print, digital, and social platforms, both domestically and internationally. Key functionalities include daily media tracking, real-time alerts for anomalies, sentiment analysis, and customizable reporting dashboards. The tool must allow access to archived data, manage journalist contact information, and distribute press releases. The contractor is also responsible for the security of government data, ensuring system reliability, and providing ongoing training and customer support. Performance metrics will include timely resolution of complaints, security and reliability of data, and the maintenance of system availability. The contract highlights the government's rights to all data and deliverables produced, emphasizing confidentiality and compliance with regulations like the Freedom of Information Act (FOIA). This document outlines the need for robust media monitoring support as part of the Air Force's strategic communication efforts.
    The document outlines pricing instructions for a government request for proposals (RFP), emphasizing the structured use of an Excel spreadsheet to calculate estimated costs. Participants are instructed to enter data exclusively in highlighted yellow fields across the Pricing and Contract Line Item Numbers (CLIN) tabs, which automatically generate a Total Evaluated Price (TEP) on the Pricing Tab, specifically in cell N5. The pricing structure includes multiple CLINs related to periods of performance, delineating costs for base years and option years, with a total evaluated price of $804, accounting for a potential six-month extension. Each CLIN tab requires information on Full-Time Equivalent (FTE) hours, labor categories, rates, and other direct costs (ODC), with a detailed note section for contractors to provide explanations regarding any changes. Overall, the file serves as a detailed guide ensuring compliance and consistency in pricing submissions for federal grants, focusing on accuracy and clarity in the provision of labor and operational costs for government projects.
    The document FA701425R0045 pertains to a Request for Proposal (RFP) issued by the federal government for a Media Analysis Tool. This RFP aims to solicit bids and proposals from vendors capable of providing an analytical tool that can effectively evaluate and interpret media content. The goals include enhancing government outreach and communication efforts, assessing public perception, and ensuring alignment with strategic objectives. The RFP outlines specific requirements for functionalities, such as data analytics capabilities and reporting features. By securing a suitable Media Analysis Tool, the government seeks to improve its ability to engage with the public and make data-driven decisions regarding communication strategies. Overall, this initiative reflects the government's commitment to leveraging technology for effective media management and strategic communication enhancements.
    The document is a Standard Form 1449, "Solicitation/Contract/Order for Commercial Products and Commercial Services," specifically tailored for Women-Owned Small Businesses (WOSB). It details a federal government Request for Proposal (RFP) identified as FA701425R0045, issued by FA7014 AFDW PK, for "FY 25 SAF/PA - Media Analysis Tool" services. The RFP has an offer due date of August 1, 2025, with a potential total award amount of $47,000,000.00. The contract outlines a base period and four option years for media analysis tool services. It includes various Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, covering aspects like payment instructions via Wide Area WorkFlow (WAWF), safeguarding covered defense information, prohibition on certain telecommunications equipment, and small business subcontracting plans. The document also provides a list of attachments, including instructions to offerors, a statement of work, and a pricing worksheet. Additionally, it details offeror representations and certifications related to business size, ownership, and compliance with various federal regulations.
    This document is Amendment 0001 to Solicitation Number FA701425R0045, issued by the United States Air Force. The primary purpose of this amendment is to extend the proposal due date from August 1, 2025, to August 13, 2025. Additionally, the amendment updates several key documents related to the solicitation, including the "Instructions for Offerors," "Statement of Work," and "Questions and Answers Matrix." It explicitly states that all other terms and conditions of the original solicitation remain unchanged. The document also outlines the procedures for offerors to acknowledge receipt of the amendment, such as by returning signed copies or referencing the amendment in their offers, and warns that failure to acknowledge may result in rejection of the offer.
    The Women-Owned Small Business (WOSB) solicitation outlines a contract for a Media Analysis Tool under the requisition FA701425R0045, with an award amount of $47 million. The solicitation specifies the contractor's responsibilities, including delivering Media Analysis Tool services as per a statement of work (SOW), and incorporates various federal acquisition clauses related to contract administration, payment procedures, and compliance. The contract period extends from September 29, 2025, to September 28, 2030, with multiple option years. Key elements include a detailed breakdown of supplies and services, including quantities, unit pricing, and total award amounts. The document also emphasizes compliance with the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses, ensuring adherence to federal contracting standards. Additional attachments such as instructions to offerors, pricing worksheets, and a questions matrix provide further guidance for potential bidders. This solicitation aims to foster participation from women-owned businesses while ensuring comprehensive compliance with federal regulations, thereby contributing to diversity and strategic procurement practices in government contracting.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    Luke Air Force Base 2026 Air Show - Audio Services
    Buyer not available
    The Department of Defense, through the Air Force, is soliciting proposals for audio services for the Luke Air Force Base 2026 Air Show, scheduled for March 20-22, 2026. The selected contractor will be responsible for providing a comprehensive outdoor audio system, ensuring clear sound coverage across all designated areas, including VIP zones, with setup occurring from March 18-19 and removal by March 23. This contract, valued at approximately $40 million, is set aside for Women-Owned Small Businesses and will be awarded based on technical acceptability, past performance, and price, with a submission deadline for quotes on December 17, 2025, at 1500 EST. Interested vendors should direct inquiries to 2d Lt Jalen Johnson or Jacqueline Aranda via the provided contact details.
    Defense/Aerospace Competitive Intelligence Service
    Buyer not available
    The Department of Defense, specifically the Air Force District of Washington D.C., is seeking to procure a Defense/Aerospace Competitive Intelligence Service through a single-source contract. This procurement is aimed at obtaining specialized intelligence services that are critical for enhancing the operational capabilities of the Air Force, with the contract having been awarded to Infobase Publishers, Inc. on April 10, 2023. The services will focus on IT and telecom solutions, particularly in the area of platform as a service, which is vital for maintaining competitive advantage in defense and aerospace sectors. For further inquiries, interested parties can contact Amanda Fay Henderson at amanda.henderson.2@us.af.mil.
    FY26 Airfield Pavement Preventative Maintenance
    Buyer not available
    The Department of Defense, through the Department of the Air Force, is soliciting proposals for the FY26 Airfield Pavement Preventative Maintenance project at Dover Air Force Base in Delaware. This opportunity is a 100% Small Business set-aside, requiring contractors to provide all labor, materials, equipment, and tools necessary for airfield pavement maintenance, with a project magnitude estimated between $250,000 and $500,000. The contract will be a Firm Fixed Price type with a performance period of 365 calendar days, emphasizing the importance of maintaining airfield infrastructure for operational readiness. Proposals are due by 1:00 PM EST on January 9, 2026, and must remain valid through March 31, 2026; interested parties should direct inquiries to SSgt Mariah Thompson at mariah.thompson@us.af.mil or Mr. Dimas Bernacchia at dimas.bernacchia.2@us.af.mil.
    MFT 25-96 - DCC Surveillance System
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking qualified vendors for the MFT 25-96 - DCC Surveillance System, as indicated in a Special Notice. This procurement is set aside for small businesses and aims to acquire communications security equipment and components, classified under the NAICS code 334220. The goods and services are critical for enhancing surveillance capabilities within the military framework. As of September 25, 2025, the solicitation is currently on hold indefinitely. Interested parties can reach out to Mr. Michael Goetz at michael.goetz.7@us.af.mil or by phone at 707-424-7788, or Mr. Vitaliy Kim at vitaliy.kim.1@us.af.mil or 707-424-7740 for further inquiries.
    Project Management Resource Tools (PMRT)
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is seeking to procure Project Management Resource Tools (PMRT) through a contract managed by the FA8770 AFLCMC GBK office. This procurement aims to acquire IT and telecom business application/software as a service, as detailed in the attached Justification and Approval (J&A) document for other than full and open competition. The PMRT is essential for enhancing project management capabilities within the Air Force, ensuring efficient resource allocation and project execution. Interested parties can reach out to James Wilson at james.wilson.11@us.af.mil for further information regarding this opportunity, which is set to take place at Wright Patterson AFB, Ohio.
    E-4B National and Nuclear Communication Support (N2CS) Services
    Buyer not available
    The Department of Defense, specifically the Department of the Air Force, is soliciting proposals for the E-4B National and Nuclear Communication Support (N2CS) Services, aimed at procuring sustainment and modernization services for mission communications systems aboard E-4B aircraft. The contract will encompass a range of services including engineering, program management, cybersecurity support, and facilities management, which are critical for maintaining the aircraft's role as a command and control communications center during national emergencies. The total estimated contract ceiling is $984 million, with a ten-year ordering period and a minimum order amount of $500,000, and interested parties must submit an approved DD 2345 form to access the draft RFP documents. For further inquiries, Amanda Jones and Lisa Murrell can be contacted via email or phone.
    Office of Small Business Programs Support Services - Amend 6
    Buyer not available
    The Department of Defense, through the Defense Health Agency (DHA), is seeking proposals for the Office of Small Business Programs Support Services under a Women-Owned Small Business (WOSB) set-aside. The contract aims to provide comprehensive operational and management support for the DHA's Office of Small Business Programs, including business execution, strategic communication, and mentor-protégé program support. This initiative is crucial for enhancing small business participation in defense acquisitions and ensuring compliance with relevant regulations. The contract, valued at up to $24,500,000, will have a base period from January 5, 2026, to January 4, 2027, with four additional one-year options, and proposals are due by December 19, 2025. Interested parties should direct inquiries to Contracting Officer Vicki L. Whiteman at vicki.l.whiteman.civ@health.mil and Contract Specialist Mary Anne Young at mary.a.young138.ctr@health.mil.
    AFSOC Innovation, Logistical, and Material Support OTA
    Buyer not available
    The Department of Defense, specifically the Air Force Special Operations Command (AFSOC), is seeking agile and scalable acquisition support through the AFSOC Innovation, Logistical, and Material Support Other Transaction Authority (OTA) contract. This opportunity aims to rapidly develop, test, and integrate innovative capabilities to support mission priorities, including large-scale combat operations and special warfare requirements, with a focus on emerging technologies such as artificial intelligence and counter-unmanned aerial systems. The contract, which is a new requirement with no incumbent contractor, will span from July 2025 to July 2030, and interested vendors are encouraged to submit capability statements and technical input by contacting Christina Smith or Shawn Edwards at the provided email addresses or phone numbers.
    Fall Protection Certification Services
    Buyer not available
    The Department of Defense, through the Air Force Test Center, is seeking proposals for Fall Protection Certification Services at Edwards Air Force Base, California. The contract requires comprehensive services including inspection, certification, and training for fall protection systems, with a focus on ensuring compliance with safety standards and regulations. This procurement is particularly significant as it supports the safety protocols necessary for operations at the base, emphasizing the importance of maintaining high safety standards in potentially hazardous environments. The estimated total award amount is $11,500,000, with a performance period from January 1, 2026, to December 31, 2030. Interested parties, particularly Women-Owned Small Businesses, must submit their proposals by December 15, 2025, and can direct inquiries to Suzanna Kussman at suzanna.kussman@us.af.mil or Alexia Del Real at alexia.delreal@us.af.mil.
    Air Boss and Related Services - TAFB Wings Over Solano 2026
    Buyer not available
    The Department of Defense, through the 60th Contracting Squadron at Travis Air Force Base, is seeking qualified vendors to provide Air Boss and related services for the 2026 Wings Over Solano air show. The procurement is a Firm Fixed Price contract, specifically set aside for small businesses under NAICS code 488111 (Air Traffic Control), with a size standard of $40 million. The selected contractor will be responsible for critical tasks such as developing the airshow schedule, conducting safety briefings, and liaising with FAA and emergency personnel, ensuring the event's success scheduled for April 24-26, 2026. Interested vendors must submit their quotations by December 17, 2025, at 1:00 PM PST, to the designated contacts, Lt Samuel De La Cruz and (S)Sgt Socrates Rosimo, via the provided email addresses.