CDAO - APT EA and AWG Sustainment - DRAID BOA Holders (SMALL BUSINESSES ONLY)
ID: W519TC-25-R-0031Type: Combined Synopsis/Solicitation
Overview

Buyer

DEPT OF DEFENSEDEPT OF THE ARMYW6QK ACC-RIROCK ISLAND, IL, 61299-0000, USA

NAICS

Computing Infrastructure Providers, Data Processing, Web Hosting, and Related Services (518210)

PSC

SUPPORT- PROFESSIONAL: INTELLIGENCE (R423)

Set Aside

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

    The Department of Defense, through the Army Contracting Command – Rock Island, is soliciting proposals from small businesses holding a Data Readiness for Artificial Intelligence Development (DRAID) Basic Ordering Agreement for the sustainment of the Analytic Product Team (APT), Enterprise Analytics (EA), and Analysis Working Group (AWG). The procurement aims to enhance the Department of Defense's data and AI capabilities, focusing on effective management, quality control, and performance assessment in support of analytic initiatives. The contract will be awarded as a Firm Fixed Price Task Order with a base period of 12 months and three optional 3-month periods, with proposals due by January 24, 2025. Interested parties can contact Brooke Cabor at brooke.l.cabor.civ@army.mil or Brian Schou at brian.j.schou.civ@army.mil for further information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines the Performance Work Statement (PWS) for an established support team under the Chief Digital and Artificial Intelligence Office (CDAO) focusing on data, analytics, and AI integration within the Department of Defense (DoD). It describes the creation of Analytic Product Teams (APTs), the Enterprise Analytics (EA) Sustainment team, and support for the Analytic Working Group (AWG), aimed at enhancing data and AI capabilities across the DoD to facilitate informed decision-making. The PWS emphasizes the roles of program management, data pipeline management, technical support for AI, and the development of data visualization tools for the Ukraine War Database (UWD). Moreover, it specifies security clearance requirements and outlines the contract management protocols administrated by the Army Contracting Command. The document stresses the importance of data integrity and continuous performance assessment to ensure that organizations can utilize data-driven methods effectively. Overall, the PWS aims to improve operational efficiency and analytical capabilities within the DoD by fostering a collaborative and tech-driven environment while adhering to necessary security and operational protocols.
    The Quality Assurance Surveillance Plan (QASP) outlines a systematic approach to assessing performance for a contract supporting the Analytic Product Team (APT), Analysis Working Group (AWG), and Enterprise Analytics (EA) Sustainment Team. It details what and how performance will be monitored, the personnel involved, and how findings will be documented. The plan emphasizes that while the contractor is responsible for effective management and quality control, the government must ensure objective evaluations. Key roles include the Program/Project Manager (PM), Contracting Officer (KO), and Contract Officer’s Representative (COR), each with defined responsibilities for oversight. Methods of surveillance include 100% inspection, random sampling, periodic inspections, and customer feedback, with a Surveillance Matrix specifying performance objectives and standards. Standards for acceptable performance are established across various service categories, with requirements such as timely updates, qualified personnel, and error-free deliverables. Documenting performance is critical for assessing compliance, with Corrective Action Reports (CAR) for unacceptable performance. This QASP exemplifies adherence to regulatory obligations and collaboration between contractors and the government, ensuring accountability and continuous improvement throughout the contract lifecycle.
    The document is inaccessible due to a technical issue, preventing its content from being displayed. Consequently, no information about the federal government RFPs, grants, or state and local RFPs is available. Typically, such documents provide details on funding opportunities, project requirements, deadlines, and application procedures for organizations seeking to engage with government contracts or grants. These requests often outline the necessary qualifications, evaluation criteria, and expected outcomes, guiding applicants in preparing their proposals. Without the actual content of the file, a comprehensive analysis and summary of the specific RFP or grant in question cannot be performed. The lack of accessible information hinders the ability to extract key ideas or supporting details, limiting any further steps in the analysis process.
    The document outlines instructions and criteria for submitting proposals for Request for Proposal No. W519TC-25-R-0031, focusing specifically on pricing requirements. Offerors must provide an electronic Price Matrix (Attachment 0004) that cannot be altered, including specific information such as company name, Cage Code, and Unique Entity ID. The proposal requires input in highlighted cells regarding labor rates across various performance periods, with any omitted data potentially rendering the proposal ineligible. The Total Evaluated Price will be derived from the submitted Price Matrix, ensuring all prices are stated in U.S. dollars. The Government anticipates competitive proposals to establish price reasonableness, reserving the right to request additional pricing data if competition is inadequate. The evaluation will also assess for unbalanced pricing, which could pose risks. This document is essential in guiding potential offerors on submission requirements while ensuring compliance with federal procurement regulations.
    The document outlines a proposal related to the federal government RFP W519TC-25-R-0031 for the APT/EA Sustainment project. It includes an offeror summary detailing pricing and labor categories for the base year and multiple option periods, primarily focusing on staff hours, labor categories, and total prices. The base year runs from February 15, 2025, to February 14, 2026, with three subsequent option periods, each lasting three months. The proposal features distinct labor categories, including Senior and Journeyman roles across various positions, totaling 206,952 hours of labor at an estimated price of $310,428. The offeror's total evaluated prices for travel and other expenses are also provided, culminating in a total projected cost of $17,500 for the evaluated price per population. The document is structured with clearly defined CLINs (Contract Line Item Numbers), cost breakdowns, and labor hour allocations, effectively establishing compliance with federal grant requirements and facilitating government contracting processes.
    The document is a Performance Assessment Questionnaire cover letter from Brian J. Schou, a Contracting Officer at the Army Contracting Command – Rock Island. It serves to gather evaluations of offerors’ past performances on similar government contracts relevant to the Task Order Proposal Request (TOPR) W519TC-25-R-0031, which pertains to data processing and related services. The letter emphasizes the importance of accurate and factual feedback for the evaluation process and requests return of completed questionnaires by a specified deadline. The questionnaire includes sections for contractors to provide their details, as well as areas for evaluators to rate compliance, project management effectiveness, timeliness, cost control, customer satisfaction, and general comments. Evaluators are guided to choose ratings that range from "Substantial Confidence" to "No Confidence." The purpose of this assessment is to inform the selection decision for federal contracts by evaluating past performance credibility. The thoroughness of responses is stressed to ensure reliable evaluation without follow-up inquiries.
    This document outlines the government contracting process for a custodial procurement under the Department of Defense (DoD). It features essential details regarding the Government Furnished Property (GFP), identifying the contracting officer, Brian Schou, and references a solicitation specific to DoD requirements. The contract involves requisitioning non-serially managed items with an initial focus on 105 Dell Precision laptops, specified for government use. Key components include the contract type as a DoD contract governed by the Federal Acquisition Regulation (FAR), alongside a detailed explanation of procurement item identification formats. The document stipulates requirements for item records, emphasizing the necessity for various data fields such as manufacturer information and acquisition cost. Furthermore, the document illustrates the importance of providing clear delivery schedules and acquisition cost estimations, ensuring that all requisitions are properly documented and aligned with federal procurement guidelines. Overall, this file serves as a mechanism for compliance and clarity in the government's procurement procedures, particularly in relation to furnishing property for contract purposes.
    The document outlines a Task Order Proposal Request (TOPR) W519TC-25-R-0031 issued by the Army Contracting Command - Rock Island, seeking proposals for services related to the Analytic Product Team (APT), Enterprise Analytic (EA), and Analysis Working Group (AWG) sustainability efforts. It is designated as a 100% Small Business Set-Aside, which mandates that only small businesses that hold a Data Readiness for Artificial Intelligence Development (DRAID) Basic Ordering Agreement are eligible to submit proposals. The selected contract will follow a Firm Fixed Price structure, with one base period (12 months) and three additional 3-month option periods, performed primarily at various locations in the Washington D.C. area. Evaluation of proposals will be based on three key factors: Technical, Price, and Past Performance, with a higher priority given to Technical considerations. Proposals must achieve an "Acceptable" rating under the Technical factor to be considered for award. The document emphasizes following proposal instructions, the use of a prescribed Price Matrix for submission, and adherence to specific government clauses. Overall, this solicitation reflects the Army's objective to enhance analytic capabilities through the collaboration of small businesses while maintaining rigorous evaluative and contracting standards.
    Lifecycle
    Title
    Type
    Similar Opportunities
    AI Talent Support Services
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking AI Talent Support Services through a federal contract managed by the W6QK ACC-RI office. The procurement aims to provide professional engineering and technical support services, as detailed in the attached justification document. These services are crucial for enhancing the Army's capabilities in artificial intelligence and related technologies. Interested vendors can reach out to Kara Cosgrove at kara.s.cosgrove.civ@army.mil or Adam Geneva at adam.m.geneva.civ@army.mil for further information regarding this opportunity.
    USSOUTHCOM J2 EDA IDIQ
    Dept Of Defense
    The Department of Defense, through the Department of the Army, is soliciting proposals for the USSOUTHCOM J2 Enhanced Domain Awareness (EDA) Indefinite Delivery, Indefinite Quantity (IDIQ) contract. This contract aims to provide strategic and technical support services to enhance domain awareness, requiring various IT and data management professionals, including roles such as Cloud Web Developer and Geospatial Solutions Architect. The contract includes a one-month phase-in period followed by a four-month base period, with three optional 12-month extensions, and emphasizes the reimbursement of other direct costs based on actual expenses incurred. Interested contractors must submit their proposals by January 5, 2026, at 11:00 AM, and can direct inquiries to Tonya Johnson at tonya.k.johnson11.civ@mail.mil or Sherwin Riley at sherwin.d.riley.civ@mail.mil.
    Tradewinds Solutions Marketplace
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command - Rock Island (ACC RI), is initiating the Tradewinds Solutions Marketplace, a long-term open call for innovative technology solutions in AI/ML, digital, and data domains. This initiative aims to source novel technologies that address capability gaps and enhance the DoD's research, development, and procurement processes, facilitating rapid acquisition pathways for awardable solutions. The Tradewinds Solutions Marketplace is crucial for accelerating technology transition within the DoD, allowing participants to submit unclassified video pitches of their solutions for assessment and potential procurement. Interested parties should direct inquiries to Sarah Weigandt or Adam Geneva via their provided emails, and submissions must adhere to the guidelines outlined in Revision 9.3, effective September 1, 2025.
    Maintenance, Repair, and Upgrade of Existing Government-Owned Data Acquisition System Components/Related Software
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to award an Indefinite Delivery Indefinite Quantity (IDIQ) contract for the maintenance, repair, and upgrade of existing government-owned data acquisition system components and related software. The procurement aims to secure Data Acquisition Systems Integration Support, Hardware, and Instrumentation Software for the Technology Development Directorate-Aviation Systems Integration and Demonstration, Mission Systems Division, with the contract intended for Teletronics Technology Corporation. The anticipated award date is March 31, 2023, and the procurement will be conducted on a sole-source basis under the authority of 10 U.S.C. 2304(a)(1), with a justification for lack of competition included in the notice. Interested parties can reach out to Brandy Moneymaker at Brandy.L.Moneymaker.civ@army.mil or Bethany Rosser at bethany.r.rosser.civ@army.mil for further inquiries.
    Technical, Analytical and Financial Services, Deputy Chief of Staff (DCS, G-8) Directorates
    Dept Of Defense
    The Department of Defense, through the U.S. Army Contracting Command – Aberdeen Proving Ground (ACC-APG), is soliciting proposals for Technical, Analytical, and Financial Support Services for the Deputy Chief of Staff (DCS, G-8) Directorates. This procurement aims to secure a Cost Plus Fixed Fee (CPFF) contract that includes a 12-month base period, four option years, and a six-month extension, focusing on providing essential support services that enhance the Army's operational capabilities. The contract will require compliance with various federal regulations, including performance evaluations and ethical standards, ensuring high-quality service delivery. Interested parties must submit their proposals electronically by December 16, 2025, at 3:00 PM EST, and can direct inquiries to Salma K. Williamson or Gabriel Feltenstein via their provided email addresses.
    AI Talent Support to CDAO with Sancorp Corporation, LLC
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking to procure AI talent support services from Sancorp Corporation, LLC, as outlined in the Justification and Approval document (J&A No. 23-038). This procurement aims to enhance the capabilities of the Chief Digital and Artificial Intelligence Office (CDAO) through professional engineering and technical support. The services are critical for advancing the Army's initiatives in artificial intelligence and digital transformation. Interested parties can reach out to John Overstake at john.l.overstake.civ@army.mil or Adam Geneva at adam.m.geneva.civ@army.mil for further information regarding this opportunity.
    W56KGY-18-D-0003/W56KGY-23-F-0023 Capabilities Drop 1 (CD-1) Justification and Approval FAR 16.505(b)(2)
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is issuing a delivery order under the base IDIQ contract W56KGY-18-D-0003 for the continued sustainment of annual software maintenance licenses for Capabilities Drop 1 (CD-1) systems. This procurement is crucial for ensuring the ongoing functionality and support of IT and telecom hardware and software, particularly in the area of servers. Interested vendors can reach out to the primary contact, Scott D. Butterfield, at scott.d.butterfield2.civ@army.mil or by phone at 520-538-9143, or the secondary contact, Rachel L. Moresi, at rachel.l.moresi.civ@army.mil for further details regarding this opportunity.
    ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
    Dept Of Defense
    The Department of Defense, specifically the Army Contracting Command at Aberdeen Proving Ground, is seeking industry partners for various research and development opportunities under the C5ISR (Command, Control, Communications, Computers, Cyber, Intelligence, Surveillance, and Reconnaissance) initiatives, with a focus on enhancing military capabilities through innovative technologies. The procurement encompasses a range of projects aimed at advancing electronic warfare, cyber capabilities, and systems integration, with contract types primarily being Cost Plus Fixed Fee (CPFF) and estimated values ranging from under $25 million to over $500 million. These contracts are crucial for modernizing the Army's operational effectiveness and addressing evolving defense needs, with ongoing solicitations encouraging participation from both small and large businesses. Interested contractors can reach out to Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further details and to stay informed about upcoming opportunities.
    Tri Command Critical Path Software
    Dept Of Defense
    The Department of Defense, specifically the Department of the Army, is seeking sources for the Tri Command Critical Path Software, aimed at enhancing workflow automation and decision-making processes across multiple military enclaves. The procurement focuses on developing an AI-powered knowledge management and decision support system that integrates a cross-domain long-range calendar, automates transcription services, and provides a centralized knowledge management portal. This initiative is critical for improving operational efficiency, reducing manual data entry errors, and facilitating real-time data synchronization across NIPR, SIPR, and CENTRIX-K networks. Interested parties can contact Miranda Harden at miranda.l.harden.mil@army.mil or Richard Tran at Richard.t.tran3.mil@army.mil for further details.
    Parraid Software for Flight Test Support
    Dept Of Defense
    The Department of Defense, specifically the Army Contract Command - Redstone Arsenal, is seeking to procure Parraid Software for Flight Test Support through a sole source contract with Enterprise Technology Solutions. The procurement involves a Firm Fixed Price delivery order for one Omega-NExT Professional Network Server Software License Bundle and one Omega Data Environment Single User Standalone Software Bundle, which are critical for aviation technology development. The anticipated award date is February 3, 2023, with a performance period of twelve months. Interested parties must demonstrate their technical capabilities by submitting their responses to Deanna Van Cleaf at deanna.c.vancleaf.civ@army.mil and Bethany Rosser at bethany.r.rosser.civ.army.mil by the specified deadline.