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
  1. 1
    Posted Jan 15, 2025, 12:00 AM UTC
  2. 2
    Updated Jan 15, 2025, 12:00 AM UTC
  3. 3
    Due Jan 24, 2025, 6:00 PM UTC
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
Jan 15, 2025, 8:12 PM UTC
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.
Jan 15, 2025, 8:12 PM UTC
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.
Jan 15, 2025, 8:12 PM UTC
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
Combined Synopsis/Solicitation
Similar Opportunities
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES March 2025
Buyer not available
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.
PEO STRI AI Tools for Software Refactoring and Rearchitecting- Request for Information (RFI)
Buyer not available
The Department of Defense, through the Army Contracting Command Orlando, is issuing a Request for Information (RFI) to gather insights on AI tools for software refactoring and rearchitecting, aimed at modernizing existing software systems into modular and cloud-compatible architectures. The RFI seeks to explore innovative solutions that enhance development practices, reduce complications from legacy systems, and align with Modular Open Systems Approach (MOSA) objectives, focusing on principles such as parallel development, minimized dependencies, rapid deployment, and high composability. Interested parties are encouraged to submit detailed descriptions of their AI tools, relevant case studies, and pricing information by April 30, 2025, to Brian Kemper at brian.m.williams14.civ@army.mil, as this initiative is part of a broader effort to leverage advanced technologies for software transformation within the military.
Decisive Action (DA) Follow On
Buyer not available
The Defense Threat Reduction Agency (DTRA) is seeking qualified contractors to provide a range of professional analytical services aimed at countering and deterring Weapons of Mass Destruction (WMD) and emerging threats, both within the Continental United States (CONUS) and Outside the Continental United States (OCONUS). The procurement will focus on advisory and operational support, including campaign management, operational planning, and data integration, with an emphasis on secure facilities capable of handling classified materials for sensitive military operations. This initiative is critical for enhancing national security and operational effectiveness against evolving threats, with potential contracts expected to be awarded in FY 2026. Interested vendors should submit their capability statements by May 5, 2025, and can direct inquiries to Andrew K. Williams or Shaneice Shuler via their respective email addresses.
Tradewinds Solutions Marketplace
Buyer not available
The Department of Defense, through its Chief Digital and Artificial Intelligence Office (CDAO), is initiating the Tradewinds Solutions Marketplace, an open call for innovative technology solutions in AI/ML, digital, and data sectors. This initiative aims to solicit new and novel technology solutions that address capability gaps and promote technological advancements, with submissions accepted from a diverse range of entities, including businesses and academic institutions. The Marketplace is designed to streamline procurement processes and enhance the operational effectiveness of the U.S. armed forces, with submissions evaluated by a peer panel and categorized as "awardable" or "non-awardable." Interested parties can submit concise video pitches from April 1, 2025, to May 31, 2026, and should direct any inquiries to Sarah Weigandt at sarah.b.weigandt.civ@army.mil or Adam Geneva at adam.m.geneva.civ@army.mil.
ACC APG Tenant Division Competitive/Fair Opportunity Industry Updates FY 2025
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive acquisition opportunities for fiscal year 2025. This initiative aims to enhance communication between ACC-APG, mission partners, and industry stakeholders, with a focus on various procurement needs including construction, support services, and specialized equipment. Key projects include a $100M - $110M Post-Wide Minor Construction Recompete, a $12M - $15M Forestry Management Support Services contract, and a $5.5M contract for the DEWESOFT Sirus Data Acquisition System, among others. Interested vendors are encouraged to direct their inquiries to Ms. Yadira Colon at yadira.i.colon.civ@army.mil, with updates and additional information to be posted regularly. All procurement opportunities are subject to change, and no formal proposals should be submitted at this stage.
Data Control Software
Buyer not available
The Department of Defense, specifically the Department of the Army, is soliciting proposals for a sole source procurement of Data Control Software to support the Winn Army Community Hospital located at Fort Stewart, Georgia. This contract, numbered W91YTZ25QA055, aims to fulfill various requirements related to document control software, including user subscriptions for compliance and medical case simulators, with a total funding amount of $47 million and an award date set for April 15, 2025. The initiative emphasizes the government's commitment to leveraging women-owned small businesses while ensuring compliance with applicable Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) clauses. Interested parties can direct inquiries to Francine Brown at francine.brown.civ@health.mil or by phone at 706-787-1409, with delivery terms extending through April 2028.
ACC-APG Competitive Opportunities: Division C
Buyer not available
The Department of Defense, through the Army Contracting Command - Aberdeen Proving Ground (ACC-APG), is providing updates on competitive opportunities within Division C, focusing on engineering services. The procurement aims to enhance Army capabilities by addressing various needs, including Science, Engineering and Technical Assistance (SETA) support for advanced radar systems, artificial intelligence software, and improvements in electronic warfare systems. These opportunities are critical for fostering advancements in military technology and operational readiness, with estimated contract values ranging from $10 million to over $4 billion. Interested parties should direct all inquiries to Kellie N. Lamar-Reevey at kellie.n.lamar-reevey.civ@army.mil, and note that updates will be posted quarterly, with the next update anticipated around the 20th of the first month of the upcoming quarter.
Real Time Innovations (RTI)
Buyer not available
The Department of Defense, specifically the Naval Surface Warfare Center Dahlgren Division (NSWCDD), is seeking proposals for the procurement of Real Time Innovations (RTI) software, including the RTI Connext DDS Secure Developer Subscription and associated support services. This procurement is critical for maintaining existing systems, as the required software is exclusive to RTI, and switching to another brand would necessitate significant redesign and retraining efforts. Interested vendors must submit their quotations by April 30, 2025, with an anticipated award date by June 30, 2025; all proposals should be directed to Sharon Lathroum at sharon.lathroum@navy.mil, and firms must be registered in the System for Award Management (SAM) to be eligible for award.
ACC APG DIVISION A CCDC C5ISR OPPORTUNITIES as of November 2024
Buyer not available
The Department of Defense, through the Army Contracting Command (ACC-APG), is seeking industry partners for various contracting opportunities related to the C5ISR (Command, Control, Communications, Computers, Intelligence, Surveillance, and Reconnaissance) program, with a focus on research, development, and support services in electronic warfare and advanced technologies. The procurement aims to enhance military capabilities through innovative solutions in areas such as Cyber and Electronic Warfare, technology-enabled analytics, and systems integration, aligning with the Army's modernization efforts. These contracts, which may range in value from under $25 million to over $500 million, will be awarded through a competitive process, with key deadlines and specific requirements outlined in the associated documents. Interested parties can contact Tammy M. Woodard at tammy.m.woodard2.civ@army.mil or Roberta C. Baldwin at Roberta.C.Baldwin.civ@army.mil for further information.
ACC-APG Division D Competitive/Fair Opportunity Industry Update
Buyer not available
The Department of Defense, through the Army Contracting Command – Aberdeen Proving Ground (ACC-APG) Division D, is issuing a Special Notice to engage industry stakeholders regarding upcoming competitive acquisitions. The objective is to enhance communication and collaboration with contractors to improve Army contracting processes and support its mission of land dominance. This initiative is crucial for ensuring that the Army can effectively deploy, fight, and win in various operational contexts, with a focus on innovative solutions and readiness. Interested parties are encouraged to submit questions via email to the primary contact, Kimberly A. McCarthy, at kimberly.a.mccarthy14.civ@army.mil, or the secondary contact, Robin P. Donovan, at robin.p.donovan.civ@army.mil, within seven calendar days of updates, while noting that all information is subject to change and no formal proposals should be submitted at this stage.